balochistan police command, control, communication & data ... · balochistan police command,...

114
Balochistan Police Command, Control, Communication & Data Center 1

Upload: others

Post on 17-Aug-2020

9 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 1

Page 2: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 2

Page 3: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 3

BIDDING DOCUMENT

FOR

THE ESTABLISHMENT

OF

BALOCHISTAN POLICE

COMMAND, CONTROL, COMMUNICATION &

DATA CENTRE (BPC3)

ON

TURNKEY BASIS

AT

CPO QUETTA

24 January 2020

Page 4: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 4

DISCLAIMER

1. This request for bid documents has been prepared by the Procuring agency / Central

Police Office, Quetta (CPO). This request constitutes no commitment on the part of

CPO to enter into any arrangements with any (Engineer Procurement & Construction;

Operational & Management Contractor) or with any other person /bidder in respect of

this proposed procurement or otherwise.

2. The information contained in these bid documents or as may be subsequently

provided to bidders (whether verbally or in documentary or any other form) by or on

behalf of CPO, on the terms and conditions set out in these bid documents, are

indicative only and are provided solely to assist in a preliminary assessment of the

proposed procurement.

3. These bid documents do not constitute an agreement; its sole purpose is to provide

interested bidders with information that may be useful to them in preparing their bids

pursuant to these bid documents.

4. These bid documents may not be appropriate for all persons and it’s not possible for

CPO to consider the objectives and particular needs of each party which reads or uses

these bid documents.

5. The assumption, assessment, statements and information contained in theses bid

documents may not be complete, accurate and adequate or correct for the purposes of

any or all bidders.

6. Each bidder should, therefore, conduct its own due investigation and analysis, check

the accuracy, 8adequacy, correctness, reliability and completeness of the assumption,

assessments, statements and information contained in these bid documents and seek

independent professional advice on any or all aspects of these bid documents, as

deemed appropriate.

7. All information submitted in response to this bid documents becomes the property of

CPO, including all business information and proprietary data submitted with all rights

of communication and disclosures.

8. CPO shall not be responsible for non-receipt of any correspondence sent by the post /

courier / email / fax.

9. No decision should be based solely on the basis of the information provided for any

statements, opinions or information provided in these bid documents.

10. While submitting a proposal in response to these bid documents, each bidder certifies

that it understands, accepts and agrees to the disclaimers set forth above.

11. Nothing contained in any provision of these bid documents, any statements made

orally or in writing by the person or party shall have the effect of negating or

suspending any of the disclaimers set forth herein.

Page 5: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 5

12. This CPO reserves the right to withdraw from or cancel this procurement bidding

process or any part thereof, or to vary any of its term at any time, without incurring

any financial obligation in connection therewith.

13. This project will be a turnkey-based solution.

Government of Balochistan Inspector General of Police Balochistan

TENDER NOTICE

The Inspector General of Police Balochistan invites bids from eligible Bidders for supply of

following items.

Description Total

Cost Tender Fee Bid Security

Establishment of Data Centre, containg

servers, storage, video wall, video

conferencing, emergency call center,

security and surveillance, and connecting

with existing facilities

PKR 150

Million Rs. 500/- 02 %

1. Procurements shall be made under the Balochistan Public Procurement Rules – 2014.

2. Eligibility of Bidders:

(a) The bidder must have completed 02 assignments/projects having almost similar

components/nature and cost of work.

(b) Turnover of at least PKR 200 million in last three years showing financial capacity

of the firm.

(c) Registration with relevant taxation departments.

3. Bid Security: The bids must accompany Bid Security in the form of Call Deposit or

Bank Guarantee of amount specified above in the name of the under-signed from a

scheduled bank.

4. Tender Documents: The bidding documents can be obtained from the office of the

under-signed upon payment (nonrefundable) bidding document fee (Rs. 500) through

Green Challan in CO2642 (Receipts) (The Bidding Document can also be

downloaded from www.bppra.gob.pk under TSE No. _______)

5. Issuance of tender Documents: From the date of publication of NIT to ……………,

during office hours on working days.

6. Last Date of bid submission: The Tenders must be submitted latest by ……………….

till 10:30 AM at Committee Room, CPO, Quetta.

7. Tender opening: All tenders will be opened on the same day at Committee Room,

CPO Quetta at 11:00AM.

8. Address: BALOCHISTAN POLICE, CENTRAL POLICE OFFICE, GULISTAN

ROAD. QUETTA – BALOCHISTAN.

9. PHONE NUMBER: +92 – 81 – 9203479, FAX NUMBER: +92819201267, E-MAIL

ADDRESS: [email protected]

Page 6: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 6

INVIATION TO BID

1. CPO invites sealed bids from eligible bidders for the following:

Sr. Description Bid Security

1

FOR THE ESTABLISHMENT OF BALOCHISTAN

POLICE COMMAND, CONTROL, COMMUNICATION

& DATA CENTRE (BPC3) ON TURNKEY-BASED

SOLUTION

02 % 0f the total bid

value

2. Interested eligible bidders may obtain detailed BPC3 Project details, SUPPORT

SERVICES bidding documents which are available in the office of CPO after

depositing/ submitting Rs.500/-(non-refundable) in shape of Pay Order in the name of

“Inspector General of Police Balochistan” and may also be downloaded from the

website of CPO and Balochistan Public Procurement Regulatory Authority.

3. Sealed bids must reach in this office on or before PST 11:30 AM on

………….accompanied with a Bid Security as mentioned above in the form of CDR

or Bank Guarantee from a scheduled Bank of Pakistan that shall be opened on same

day within one hour after closing time mentioned above in the presence of bidder’s

representatives who chose to attend in the office of CPO.

4. For obtaining any further information or clarifications, please contact the General

Branch (Procurement Section) of CPO or Focal Person: AIG (General) – Balochistan

Police.

5. This project will be a turnkey-based solution.

BALOCHISTAN POLICE

CENTRAL POLICE OFFICE

GULISTAN ROAD. QUETTA –

BALOCHISTAN

PHONE NUMBER: +92 – 81 – 9203479

FAX NUMBER: +92 – 81 – 9201267

E-MAIL ADDRESS: [email protected]

Page 7: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 7

ELIGIBILITY CRITERIA FOR BIDDERS

S.# Bidders Eligibility Factor Mandatory Requirement Document Required

1 Registration with Income

Tax

NTN Certificate AND being

Active Tax payer

Copy of NTN AND duly

verifiable Active Tax Payer

Certificate from FBR website

2 Registration with Sales-Tax GST Certificate Copy of GST registration

Certificate

3 Relevant Experience

For Self-experienced / Old Firms:

Experience of completing at least

two projects of establishing

Control Rooms, CCTV, Data

Centers & Video Walls in the

period of last 05 years.

Copy/ies of Supply Order/s with

relevant completion certificate/s

or Inspection Report/s

For In-experienced (New Firms):

JV or Agreement with a Firm

fulfilling the above-mentioned

criteria

Signed & stamped copy of

Agreement in addition to Supply

orders & Inspection Report /

Project completion report of the

experienced Firm

In Case of Joint venture, the role

and responsibilities of each

consortium member must be

mentioned along with the Lead

Bidder.

4 Financial Capacity Accumulated turn over PKR. 200

Million in last 3 years.

Audited Final Accounts OR

Bank Certificate of Company’s

Bank Account certifying the

required financial worthiness of

the Bidder

All JV / consortium Partners

must provide Audit Report /

Bank Statement for last 3 years

5 Non-Blacklisting Must not be presently black-listed

by any Government Organization

Declaration of Non-blacklisting

on Non-Judicial Stamp paper by

the Bidder. In Case of JV, all

members must provide the Non-

Blacklisting letter on NON-

Judicial Stamp Paper.

6 Local presence The Bidder must have functional

corporate office in Balochistan. Copy of Tenancy agreement or

ownership documents of the

Page 8: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 8

office premises.

7 Warranty & After-Sales As required by the procuring

agency in the Data-sheet

Certificates of Warranty & After-

Sales by Manufacturer.

8 Bidder’s Area of Expertise

/ Personnel Required

Expertise:

CCTV Expert

Data Center Expert (CDCP

Certification)

Electrical/Electronics

Engineer with Valid PEC

Certifications

Connectivity Expert / Fiber

Project Management

Professional (PMP)

Certified System

Administrator

Please attach the CV of the

technical staff

9

Detailed write up on the

understanding of the scope

of Work

(Write Up + Presentation)

Bidder’s understanding of the

project is very important. The

evaluation committee can accept

or reject or provide an opportunity

to improve the understanding for

mutual benefit and outcome.

Following items must be included

but not limited to in the write-up /

presentation:

1. Back ground

2. Scope of the project

3. Salient features of the

project as understood by the

bidders

4. High level design

5. Complete integration plan of

BPC3 (Data Centre, CCTV

Cameras, Video Wall,

Software of various nature

from various sources e.g.

PITB, PSCA &/or

Punjab/Sindh Police)

6. Interior Design & Space

Management (working & 3D

Page 9: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 9

Drawings).

7. Complete work plan (Write-

up + PowerPoint

presentation)

Note: Bidders are required to

prepare fresh write-ups and

custom-made presentations for

the project. Copy/paste,

plagiarism will be discouraged.

10 Delivery time compliance

Must agree to serve the Contract

within 120 days with complete

installation, configuration and

training (the bidder will impart

professional, technical & requisite

H/W & S/W comprehensive

training during and after the

completion of the project and will

submit undertaking in this regard

as well.)

Completion time (preferably on

Project Time lines) must be

clearly specified in the Technical

Bid

11 Agreement with all the

terms & conditions

Must unconditionally agree with

all the instructions, terms &

conditions specified in the bidding

documents & contract agreement

Signature & company seal on

every page of the bidding

document. In case of JV, The

Leader bidder will Sign and

company seal

12 Submission of Bidding

Document Fee

As required by the procuring

agency in the Tender Notice

Receipt of in-time payment of

Bidding document fee

13 Submission of

authorization Letters

Submission of authorization

letters from all principal / core

companies related to all the

components of the project.

Copy/ies of authorization letters

NOTE: It is mandatory for the bidders to meet all the above-mentioned requirements of

eligibility. In-case of not meeting any single requirement, the Bid shall be declared NON-

RESPONSIVE

The Technical Proposal shall provide the following information:

i. A brief description of the organization and an outline of recent experience on

assignments of a similar nature/components. For each assignment, the outline

should indicate, inter alia, the profiles of the staff, duration of the assignment,

contract amount, and firm’s involvement.

Page 10: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 10

ii. A detailed description of the proposed methodology, work plan for performing

the assignment, staffing

iii. CVs recently signed by the proposed professional staff and the authorized

representative submitting the proposal. Key information should include

number of years of job experience and degree of responsibility held in various

assignments.

iv. Estimates of the total staff input (professional and support staff; staff time)

needed to carry out the assignment, supported by bar chart diagrams showing

the time proposed for each professional staff team member.

v. The Technical Proposal shall not include any financial information.

Page 11: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 11

Table of Contents

Contents

1 INSTRUCTIONS TO BIDDERS .................................................................................12

1.1 INTRODUCTION .................................................................................................................12 1.2 THE BIDDING DOCUMENTS ...............................................................................................14 1.3 PREPARATION OF BIDS ......................................................................................................15 1.4 SUBMISSION OF BIDS ........................................................................................................18 1.5 OPENING AND EVALUATION OF BIDS ................................................................................21 1.6 AWARD OF CONTRACT ......................................................................................................24

2 SCOPE OF WORK........................................................................................................28

2.1 ESTABLISHMENT OF COMMAND, CONTROL, COMMUNICATION & DATA CENTRE (BPC3) 28 2.2 BPC3 DATA CENTER VIRTUALIZATION: ...........................................................................37 2.3 EXTERNAL NETWORK SERVICES REQUIREMENTS: ............................................................38

3 TECHNICAL SPECIFICATIONS ..............................................................................44

3.1 COMPONENT # 1- VIDEO WALL SOLUTION .......................................................................44 3.2 COMPONENT # 2- DATA CENTRE (2 TIER) .........................................................................47 3.3 COMPONENT # 3- LAPTOPS & COMPUTERS .......................................................................54 3.4 COMPONENT # 4- OUTDOOR IP SURVEILLANCE SOLUTION ...............................................55 3.5 COMPONENT # 5- VIDEO CONFERENCING SOLUTION ........................................................57 3.6 COMPONENT # 6- REQUISITE SOFTWARES .........................................................................57 3.7 COMPONENT # 7- IP SURVEILLANCE SOLUTION FOR BPC3 & DATA CENTRE ...................58

4 FINACIAL PROPOSAL SCHEDULE ........................................................................59

5 BID DATA SHEET ........................................................................................................62

6 SCHEDULE OF REQUIREMENTS ...........................................................................64

7 EVALUATION CRITERIA .........................................................................................65

8 BIDDING FORMS.........................................................................................................67

1. BID SUBMISSION FORM ...........................................................................................67 2. MANUFACTURER’S AUTHORIZATION FORM ...........................................................68

9 CONTRACT FORMS ...................................................................................................70

1. CONTRACT FORM .........................................................................................................70 2. PERFORMANCE SECURITY FORM.............................................................................71

10 GENERAL CONDITIONS OF CONTRACT ............................................................71

11 SPECIAL CONDITIONS OF CONTRACT ...............................................................91

12 INTEGRITY PACT .....................................................................................................110

Page 12: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 12

1 INSTRUCTIONS TO BIDDERS

1.1 Introduction

1. Source of

Funds

1.1 Central Police Office (CPO) Balochistan has sufficient budget and intends

to apply a portion of the proceeds of this budget subject to the approval

from the competent authority to make eligible payments under the contract

for which this Invitation for Bids is being made.

2. Project info 2.1 Balochistan Police is the heart of all the operational information and

decision making for the province of Balochistan as far as law & order, and

crime management is concerned. In order to perform optimally, Balochistan

Police has envisaged an integrated Command, Control, Communication and

Data Centre, henceforth to be called as BPC3 Centre for convenience. BPC3

Centre is designed to function as an operational monitoring centre of all

policing activities in the province, spontaneous or planned, as well as co-

ordination with district and range units.

2.2 BPC3 will function as an independent unit of Balochistan Police, as an

entity as good as any other unit, to be staffed and supervised like any other

unit of Balochistan Police.

2.3 BPC3 is envisaged to function as a repository of all data collected through

live or recorded CCTV footage, or through various software provided by

any existing or future third party, by way of entering into MoUs or hiring

through this bid, or through emergency 15 calls, or through video

conferencing or through social media, and a coordinated response thereof.

3. Eligible Bidders/

Contractor

3.1 This Invitation for Bids is open to all Bidders, except as provided

hereinafter.

3.2 Government-owned enterprises may participate if they are legally and

financially autonomous.

3.3 Bidders blacklisted by any Government department or Balochistan Public

Procurement Regulatory Authority (BPPRA), or federal PPRA, or any

provincial PPRA, or found involved in any corrupt and fraudulent practice,

or facing such cases elsewhere.

3.4 Each bidder is allowed to submit only one bid, either individually or as a JV.

In case a bidder submits more than one bids, all such bids shall be rejected.

3.5 Joint Venture (JV) is allowed for this project. Bidder to provide the

documentary evidence/undertaking on legal paper, properly signed and

stamped. Bids submitted by a JV shall include the Joint Venture

Agreement entered into by all partners. The agreed Bid submitted by a joint

Page 13: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 13

venture of two (2) or more firms shall comply with the following

requirements and any other section related to JV.

3.6 The Form of JV Agreement shall be signed so as to be legally binding on

all partners before submission of bids failing which the contract/the letter

of acceptance shall stand void and redundant.

3.7 All partners of JV shall be duly authorized by the bidder to deal with the

Employer/CPO regarding all matters related to the performance and

services as per the Terms and Conditions (T&C);

3.8 All partners of JV shall at all times and under all circumstances be liable

individually and jointly for the execution of the Contract in accordance

with the T&C of the Contract;

3.9 A duly attested copy of JV agreement shall be submitted along with the bid

stating the conditions under which JV will function, its period of duration

that shall not be less than the period of the contract/project. The JV

agreement shall be the part of the contract and no amendment/modification

whatsoever in the JV agreement shall be allowed without the prior

permission of the employer/CPO.

3.10 In case of any default or any fraudulent practice being found, or inability to

perform in accordance with Terms & Conditions of the agreement, or any

delay or any damage whatsoever to the employer/CPO, all the partners of

the JV shall be blacklisted as per applicable laws, clauses of the

contract/agreement, or any other penalty as deemed appropriate, shall be

imposed by CPO in this regard.

4. Origin of Goods 4.1 All goods and related services to be supplied under the contract shall have

their origin in eligible source countries, defined in the Bid Data Sheet

(BDS), and all expenditures made under the contract will be limited to such

goods and ancillary services,

4.2 For purposes of this clause, “origin” means the place where the goods are

mined, grown, or produced, or the place from which the related services are

supplied. Goods are produced through manufacturing, processing, or major

assembly of components. A commercially recognized product is

substantially different in basic characteristics or in purpose or utility from

its components.

4.3 The origin of goods is distinct from the nationality of the bidder.

4.4 The bidder shall visit the site before submission of bid at his own risk.

5. Cost of Bidding 5.1 The bidder shall bear all costs associated with the preparation and submission

of its bid, and the CPO will not be responsible or liable for those costs,

regardless of the conduct or outcome of the bidding process.

6. Constitution of 6.1 The Procuring agency (CPO) shall notify as many procuring committees as

Page 14: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 14

Procurement

Committees

deemed fit, each committee shall comprise of odd number of persons headed

by an officer of BS-18 or higher.

6.2 The quorum for the decision is at least 2/3 of the members of procuring

agency.

6.3 The Procurement Committee(s) shall be responsible for—

(a) Overseeing to ensure consistency of procurement proceedings with the

rules;

(b) Carrying out technical as well as financial evaluation of the proposals and

bids;

(c) Performing post-qualification and other validation tasks prior to award;

(d) Preparing evaluation report as provided in Rule 40 of BPPRA;

(e) Making recommendations for the award of contract to the competent

authority; and

(f) Performing any other function ancillary and incidental to the above.

1.2 The Bidding Documents

7. Content of

Bidding

Documents

7.1 In addition to the Invitation for Bids, the bidders shall provide following

documents:

a. Bid Data Sheet

b. Schedule of Requirements

c. Technical Specifications

d. Bid Submission Form

e. Manufacturer’s Authorization Form

f. Price Schedules

g. Contract Form

h. Performance Security Form

i. General Conditions of Contract

j. Special Conditions of Contract

k. Specification Sheet

l. Design of the project including 3D rendering

m. Write-up & Power Point Presentation

n. Completion of work schedule

o. Documents related to Bid Evaluation Criteria

p. Payment Milestones (if different from as provided in this document)

q. Any subsequent document required by the employer (CPO)

7.2 The bidder is expected to examine all instructions, forms, terms, and

specifications in the bidding documents. Failure to furnish any required

information or any required document will be at the bidder’s risk and may

result in the rejection of its bid.

7.3 The bidder shall either receive the bidding document from CPO, or download

it from the website of BPPRA or from Balochistan Police website

http://www.balochistanpolice.gov.pk. CPO will not respond to any request

for the provision of Bidding Documents received through Courier/Fax/mails

or any other source.

Page 15: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 15

7.4 The fees for the bid document can be deposited while obtaining it from CPO

or at the time of submission of bids.

8. Clarification of

Bidding

Documents

8.1 An interested bidder, who has obtained bidding documents, may request for

clarification of contents of the bidding document in writing, and Procuring

Agency shall respond to such queries in writing within three calendar days,

provided they are received at least five calendar days prior to the date of

opening of bid:

Provided that any clarification in response to a query by any

bidder shall be communicated to all parties who have obtained bidding

documents.

8.2 Procuring Agency (CPO) shall re-issue the Notice Inviting Tenders, in

accordance with rules 15 and 16 of Balochistan Public Procurement Rules

2014, if it is convinced that there is a material infirmity or ambiguity in the

bidding documents, which cannot be addressed without modifying the

contents of bidding documents.

9. Amendment of

Bidding

Documents

9.1 At any time prior to the deadline for submission of bids, the CPO, for any

reason, whether at its own initiative or in response to a clarification

requested by a prospective Bidder, may modify the bidding documents by

amendment.

9.2 All prospective bidders that have received the bidding documents will be

notified of the amendment in writing or by email well in time before the

deadline.

9.3 In case any amendment is made close to the deadline, the CPO may extend

the deadline for submission of bids in order to allow the prospective bidders

reasonable time for consideration of due amendments in the preparation of

their bids.

1.3 Preparation of Bids

10. Language of

Bid

10.1 The bid prepared by the Bidder, as well as all correspondence and

documents relating to the bid exchanged by the Bidder and the CPO shall be

written in English language specified in the Bid Data Sheet. Supporting

documents and printed literature furnished by the Bidder may be in same

language.

10.2 In case of any other language, the authentic copy of the translation &

translated document should be enclosed and is case of any ambiguity the true

contract / copy should be prevailed.

11. Documents

Comprising the

Bid

The bid prepared by the Bidder shall comprise the following components:

a. Bid Form and a Price Schedule

b.Documentary evidence that the Bidder is eligible to bid and is qualified

to perform the contract if its bid is accepted

c. Documentary evidence that the bidder possesses capacity to procure,

assimilate, build and run the project, and conform to the bidding

Page 16: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 16

documents; and

d.Bid security furnished in accordance with the bid document.

12. Bid Form

12.1 The Bidder shall complete the Bid Form and the appropriate Price Schedule

furnished in the bidding documents.

13. Bid Prices 13.1 The Bidder shall indicate in the price schedule the unit prices and total bid

price, including all applicable taxes, it proposes to supply under the contract.

13.2 Prices quoted by the Bidder shall be fixed during the Bidder’s performance

of the contract and not subject to variation on any account, unless otherwise

specified in the Bid Data Sheet. A bid submitted with an adjustable price /

Optional quotation will be treated as non-responsive and will be rejected.

14. Bid Currencies 14.1 Prices shall be quoted in Pak Rupees unless otherwise specified in the Bid

Data Sheet.

15. Documents

Establishing

Bidder’s

Eligibility and

Qualification

15.1 The Bidder shall furnish, as part of its bid, documents establishing the

Bidder’s eligibility to bid and its qualifications to perform the contract.

15.2 The documentary evidence of the Bidder’s eligibility to bid shall establish to

the satisfaction of CPO that the Bidder, at the time of submission of its bid,

is eligible as defined in the bid document.

15.3 The documentary evidence of the Bidder’s qualifications to perform the

contract if its bid is accepted shall establish to the satisfaction of employer

(CPO):

(a) That in case a Bidder does not manufacture or otherwise produce any

component, the Bidder has been duly authorized by the Manufacturer or

producer to supply in Pakistan;

(b) That in case a bidder is a firm / company or organization which has a

valid certificate from a Govt. entity in respect of its registration /

renewal.

(c) that the Bidder has the financial, technical, and production capability

necessary to perform the contract;

(d) that, in the case of a Bidder not doing business within Pakistan, the

Bidder is or will be (if awarded the contract) represented by an Agent

with full authorization enabling it to carry out the Contractor’s

maintenance, repair, and spare parts-stocking obligations prescribed in

the Conditions of Contract and/or Technical Specifications if otherwise

is not mentioned; and

(e) That the Bidder meets the qualification criteria listed in the Bid Data

Sheet.

16. Documents

Establishing

Eligibility and

Conformity to

Bidding

16.1 Pursuant to relevant clauses of bid document, the Bidder shall furnish, as

part of its bid, documents establishing the eligibility and conformity to the

bidding documents of all components of the project, which the Bidder

proposes to supply under the contract.

16.2 The documentary evidence relating to eligibility of all the components of

the project shall consist of a statement in the Price Schedule of the country of

Page 17: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 17

Documents origin of the Goods offered which shall be confirmed by a certificate of

origin issued at the time of shipment.

16.3 The documentary evidence of conformity of all the components of the

project to the bid document may be in the form of literature, drawings, and

data, and shall consist of a detailed description of technical and performance

characteristics of all the components of the project.

16.4 The successful Bidder may substitute alternative standards, brand names,

and/or catalogue numbers in its bid, provided that it demonstrates to the full

satisfaction of CPO that such substitutions ensure substantial equivalence or

higher to those designated in the Technical Specifications. (In case such

brand /item /equipment has been made redundant or ceased to exist)

17. Bid Security 17.1 Pursuant to relevant clauses of the bid document, the Bidder shall furnish a

bid security in the amount specified in the Bid Data Sheet.

17.2 The bid security shall be in Pak. Rupees as per bid data sheet or as required

by CPO.

17.3 Unsuccessful bidders’ bid security will be discharged or returned as

promptly as possible before the expiration of the period of bid validity

prescribed by the CPO in accordance with relevant clauses of bid document

as well as BPP Rules 2014 (amended). The bid security of successful bidder

shall be released after issuing of advance acceptance letter/contract and after

receiving the performance guarantee.

17.4 The bid security is required to protect the CPO against the risk of Bidder’s

conduct which would warrant forfeiture of bid security under following

circumstances:

(a) If a bidder withdraws its bid during the period of bid validity as

specified under BPPRA Rules; or

(b) In the case of a successful bidder, if the bidder fails;

i. To sign the contract in accordance with requirements

ii. To furnish performance security in accordance with relevant rules

iii. To submit its bid in accordance with the conditions of knock out

clause / basic requirement or in case of any false information or

submission a fake document, or in case of any illegal / fraudulent

practice

iv. Does not accept the correction of the quoted amount following the

correction of arithmetic errors

17.5 In case of a JV, the Bid Security must be in the name of the JV or the

partners thereof. If the JV has not been legally constituted at the time of

bidding, and the JV qualifies for award of contract then the JV will need to

legalize itself as per the requirements of concerned laws.

Page 18: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 18

18. Period of

Validity of Bids

18.1 Bids shall remain valid for the period specified in the Bid Data Sheet after

the date of bid opening prescribed by the Central Police Office, pursuant to

relevant clauses of bid document. CPO shall reject a bid valid for a shorter

period.

18.2 In exceptional circumstances, the CPO may solicit the Bidder’s consent to

an extension of the period of validity as provided in BPP Rules 2014.

18.3 Extension of bid validity may be allowed subject to approval by the

competent authority of the CPO, and with reasons to be recorded in writing.

18.4 After obtaining such approval, the CPO/Procuring Agency, shall request in

writing all bidders to extend the bid validity period. Such a request shall be

made before the date of expiry of the original bid validity period.

18.5 Such an extension shall not be for more than the original period of bid

validity.

18.6 Whenever an extension of bid validity period is requested, a bidder shall

have the right to refuse to grant such an extension and withdraw his bid and

bid security shall be returned forthwith.

18.7 Bidders who—

a. agree to extension of the bid validity period shall also extend validity of the

bid security for the agreed extended period of the bid validity; and

b.Agree to the Procuring Agency’s request for extension of bid validity period

shall neither be requested nor permitted to change the price or other

conditions of their bids.

1.4 Submission of Bids

19. Sealing/

Signing/

Submitting of Bids

19.1 The bidder shall seal the bid(s) in separate envelope after duly marking each

page and stamping, signing of the bid(s) (each pages) and then separately in

an outer envelope according to BPPR Rules.

19.2 Technical Bid should comprise of a single envelope containing two

separately sealed envelopes, marked:

Original – technical proposal

Copy – technical proposal

All envelopes should clearly state:

i. Name of bidder

ii. Technical original & copy proposal respectively

iii. Name of procurement

iv. Name of procuring agency

Page 19: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 19

A set of this bidding document duly filled, supported with Bidder’s covering

Letter mentioning the complete list of the Contents of the Technical Bid, be

attached with the Technical Proposal, which shall be prepared keeping in view

the specifications provided in the Data Sheet.

19.3 Instructions for Preparing Financial Bid

Financial Bid should comprise of a SINGLE ENVELOPE containing: -

i. Financial Proposal

The Envelope Should Clearly State:

Name of Bidder

Name of the project

Name of Procuring Agency

a. A set of this bidding document duly filled, supported with Bidder’s covering

Letter mentioning the complete list of the Contents of the Financial Bid

be attached with the Financial Proposal, which shall be prepared

keeping in view the Financial details as required in the Data Sheet of

the Assignment.

b. The Financial Bid shall be quoted on Bidders Letter Head, explicitly

mentioning all the required information, including but not limited to

Original Bid Security, particulars of Bid Security in the covering letter

but in the shape as proposed by the CPO through these Bidding

Documents, complete financial details of the Proposal in the required

Currency, Cost-breakups, units and Total Cost, item-wise mentioned

taxes etc.

Every page of the Bid must be:

Numbered

Signed

Stamped by the Authorized Representative

c. Bid must be Spiral Banded / firmly stapled / strongly glued, so as to ensure

that the inner pages safely remain intact, during their Financial

Evaluation.

d. The attached printed material must be numbered as per the list of contents

mentioned in the Covering Letter Any other information relevant to the

financial aspect of the case, deemed necessary by the Bidder to

mention.

19.4 COMMON INSTRUCTIONS FOR PREPARING BIDS

a. Bidders shall submit their bids through Courier or their duly

authorized representatives using the appropriate forms / requirements

provided herein, on or before the deadline specified in the foregoing

bidding document. In no case, late bid shall be received or accepted

whether it was posted how many days before the dead line. The sole

responsibility lies on the bidder to provide the bid well before to the

Page 20: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 20

given time/date.

b. Formats mentioned herein must be completed without any alterations

to their format and shall be typed or written in indelible ink. Proposals

not conforming to the instructions are likely to be rejected.

c. Any interlineations, erasures, or overwriting shall be valid only if they

are signed or initialed by the duly authorized representative/s of the

Bidder.

d. If bids are not sealed and marked as required, the Procuring Agency

will assume no responsibility for the misplacement or premature

opening of the bid; and, likely to be rejected on afore-mentioned

account.

20. NOTICES

20.1 Any notice, request, or consent required or permitted to be given or made

pursuant to this Contract shall be in writing. Any such notice, request, or

consent shall be deemed to have been given or made when received by the

concerned party, either in person or through an authorized representative of

the Party to whom the communication is addressed, or when sent by

registered mail, telex, telegram, E-mail or fax to such Party at the address

specified in the Bidding Document & the subsequent Bid, which shall be

effective when delivered and duly received or on the notice’s effective date,

whichever is later. A Party may change its address for notice hereunder by

giving the other Party notice of such change in writing within 10 days of the

occurrence of the said change.

21. ALTERNATIV

E BIDS

21.1 Alternative Bids shall be rejected. For this purpose, an alternative bid

defined as an offer made by a bidder in addition to its original bid which is

submitted in a separate envelope therewith or for purposes of bidding.

22. Deadline for

Submission of

Bids

22.1 Bids must be received by the CPO at the address specified not later than the

time and date specified in the Tender.

22.2 The CPO may, at its discretion, extend this deadline for the submission of

bids by amending the bidding documents in accordance with BPP Rules

2014.

22.3 In case, on the deadline date, there is Gazette holiday / local holiday or any

incident when the office is closed the next working day shall be consider as

closing date.

22.4 The Procuring Agency may extend the deadline for submission of bids only,

if one or all of the following conditions exist: —

(a) Fewer than three bids have been submitted and Procurement Committee is

unanimous in its view that wider competition can be ensured by extending

the deadline. In such case, the bids submitted shall be returned to the

Bidders un-opened; and

Page 21: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 21

(b) if the Procuring Agency is convinced that such extraordinary

circumstances have arisen owing to law and order situation or a natural

calamity that the deadline should be extended:

Provided that the advertisement of such extension in time shall be made in

a manner similar to the original advertisement.

23. Late Bids 23.1 Any bid received in the office of the CPO after the deadline for submission

of bids prescribed in the tender by the CPO pursuant to rule 25 and 36 of

BPP Rules 2014 will be rejected and returned unopened to the Bidder.

23.2 In case the bid posted through courier or parcel it should reach the office of

CPO well before the time of closing of the bids and no excuse related to late

delivery on the part of corer company etc. or what so ever shall be consider

and accepted.

24. Withdrawal of

Bids

24.1 The Bidder may withdraw its bid after the bid’s submission, by providing a

written notice to CPO prior to one (01) day of the deadline for submission of

bids.

24.2 The Bidder’s withdrawal notice shall be prepared, sealed, marked, and

dispatched in accordance with the provisions of bid document.

24.3 No bidder is allowed to withdraw its bid after opening the bid with

permission or without permission of the procuring agency.

1.5 Opening and Evaluation of Bids

25. Process of

Procurement

25.1 Single Stage two envelop/process/ method provided in rule 41 of BPP Rules

2014 shall be followed.

Single Stage – Two-Envelope Procedure. —

(a) Bid shall comprise a single package containing two separate envelopes.

Each envelope shall contain separately the financial proposal and the

technical proposal;

(b) Envelopes shall be marked as ―FINANCIAL PROPOSAL and

―TECHNICAL PROPOSAL in bold and legible letters to avoid

confusion;

(c) initially, only the envelope marked ―TECHNICAL PROPOSAL shall be

opened;

(d) envelope marked as ―FINANCIAL PROPOSAL shall be retained in the

custody of the Procuring Agency without being opened;

(e) Procuring Agency shall evaluate the technical proposal in a manner

prescribed in advance, without reference to the price and reject any

proposal which does not conform to the specified requirements;

(f) No amendments in the technical proposal shall be permitted during the

technical evaluation;

(g) Financial proposals of technically qualified bids shall be opened publicly

Page 22: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 22

at a time, date and venue announced and communicated to the bidders in

advance;

(h) Financial proposal of bids found technically non-responsive shall be

returned un-opened to the respective bidders; and

(i) Bid found to be the lowest evaluated shall be accepted.

26. Opening of Bids

by the CPO

26.1 The CPO will open all bids in the presence of bidders’ representatives who

choose to attend, at the time, on the date, and at the place specified in the Bid

Data Sheet. The bidders’ representatives who are present shall sign an

attendance sheet evidencing their presence.

26.2 The bidders’ names, bid withdrawals, the presence or absence of requisite

bid security and such other details as the CPO, at its discretion, may consider

appropriate, will be announced at the opening. No bid shall be rejected at

bid opening, except for late bids, which shall be returned unopened to the

Bidder.

26.3 The procurement committee as constituted by the procuring agency shall

open the bids in accordance with BPP Rules 2014 and ensure consistency of

procurement proceedings with the said Rules and other functions mentioned

in rule 8 of BPP Rules 2014.

27. Clarification of

Bids

27.1 During evaluation of the bids/prior the signing of the contract, the CPO

may, at its discretion, ask the Bidder for a clarification of its bid. The

request for clarification and the response shall be in writing, and no change

in the prices or substance of the bid shall be sought, offered, or permitted.

27.2 No bidder shall be allowed to alter or modify his bid(s) after the expiry of

deadline for the receipt of the bids:

(a) Provided that the Procuring Agency may ask the bidders for

clarifications needed to evaluate the bids but shall not permit any bidder to

change the substance or price of the bid.

(b) Any request for clarification in the bid, made by the Procuring Agency,

shall invariably be in writing. The response to such request shall also be

in writing.

28. Preliminary

Examination

28.1 The Procurement Committee notified by the CPO will preliminarily

examine the bids to determine whether they are complete, whether any

computational errors have been made, whether required sureties have been

furnished, whether the documents have been properly signed, and whether

the bids are generally in order.

28.2 Arithmetical errors will be rectified on the following basis. After technical

evaluation, the committee constituted for financial evaluation may rectify if

there is a discrepancy between the unit price and the total price that is

obtained by multiplying the unit price and quantity, the unit price shall

prevail, and the total price shall be corrected. If the Contractor does not

accept the correction of the errors, its bid will be rejected, and its bid security

shall be forfeited. If there is a discrepancy between words and figures, the

amount in words will prevail.

Page 23: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 23

28.3 CPO may waive any minor informality, nonconformity, or irregularity in a

bid which does not constitute a material deviation or change the substance of

the bid, provided such waiver does not prejudice or affect the relative

ranking of any Bidder.

29. Qualification &

Evaluation of

Bids

29.1 In the absence of prequalification, the CPO will determine to its satisfaction

whether the Bidder is qualified to perform the contract satisfactorily, in

accordance with the. Evaluation Criteria / Section V.

29.2 The determination will take into account the Bidder’s financial, technical,

and production capabilities. It will be based upon an examination of the

documentary evidence of the Bidder’s qualifications submitted by the

Bidder, pursuant to relevant clauses of bid document, as well as such other

information, as the CPO deems necessary and appropriate.

29.3 The CPO through a technical committee, will technically evaluate and

compare the bids which have been determined to be substantially

responsive, as per Technical Specifications requirement.

29.4 The CPO will through the committee financially evaluate a bid on Delivered

Duty Paid (DDP) standard and price shall be inclusive of all prevailing taxes

and duties, if otherwise not mentioned.

29.5 CPO may consider a single bid if it is responsive / meets the evaluation

criteria expressed in bidding documents and is not in conflict with any other

rules, regulations or policy of the Government. The price may be compared

with the prevailing market prices, if so required.

29.6 Financial evaluation bid shall be free from all computational errors.

29.7 Single bid may be considered for acceptance if, In case of forfeiture of bid

security under Rule 29(5) of BPP Rules 2014 the Procuring Agency may

award the procurement contract to next lowest evaluated bidder.

30. Announcement

of Evaluation of

Bids

29.8 CPO shall announce the evaluation report as provided in BPPR Rules 2014

updated as under:

a. CPO shall announce and upload on BPPRA’s website the results of

bid evaluation in the form of a report, giving justification for

acceptance of lowest evaluated bid, and reasons for non-acceptance of

all other bids or rejection of each bid at least 03 days prior to the

award of procurement contract.

b. Provided that a copy of the evaluation report shall be provided to any

bidder who may request for the same.

30. Contacting the

CPO

30.1 No Bidder shall contact the CPO on any matter relating to its bid, from the

time of the bid opening to the time evaluation report is made public. If the

Bidder wishes to bring additional information or has grievance to the notice

of the CPO, it should do so in writing through electronic means.

30.2 Any effort by a Bidder to influence the CPO during bid evaluation or bid

comparison may result in the rejection of the Bidder’s bid and forfeiting of

its bid security and its blacklisting.

Page 24: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 24

1.6 Award of Contract

31. Award Criteria 31.1 Subject to relevant clauses of bid document, the CPO will award the

contract to the successful Bidder whose bid has been determined to be

substantially responsive in accordance with the Evaluation Criteria and has

been determined to be the lowest evaluated bid as defined in BPP rules

2014.

31.2 In case of more than one bidder quoting the same cost / equal (lowest bid)

the CPO may ask only to those lowest bidders at once to submit their

financial bids again or opt any other option.

32. CPO’s Right to

Vary Quantities at

Time of Award

32.1 The CPO reserves the right at the time of contract awarding to add/delete

terms and conditions, scope of work, quantities of any components of the

project originally specified in the Schedule of Requirements without any

change in unit price in accordance with prevailing rules & regulations.

33. CPO’s Right to

Cancel All Bids /

Bidding process and

Re - issuing Tender

33.1 CPO may cancel the bidding process at any time prior to the acceptance of

a bid or proposal.

33.2 CPO shall incur no liability towards the bidders, solely by virtue of its

invoking sub-rule (1).

a. Intimation of the cancellation of bidding process shall be given

promptly to all bidders and bid security shall be returned along with

such intimation.

b. CPO shall, upon request by any of the bidders, communicate to such

bidder, grounds for the cancellation of bidding process, but is not

required to justify such grounds.

c. CPO may Re-issue Tender incase, the process has been cancelled.

34. Notification of

Award

34.1 Prior to the expiration of the period of bid validity, the CPO will notify the

successful Bidder in writing by registered letter or by email, that its bid has

been accepted subject to verification of the CDR, however this acceptance

shall not be termed as a contract or the bidders can not made any claim or

as a vested right on this ground.

34.2 The notification of award will constitute the formation of the Contract

subject to the Performance Guarantee.

35. De Briefings 35.1 A bidder may ask the CPO for reasons for no acceptance of his bid and

may request for a debriefing meeting and CPO shall give him the reasons

for such non-acceptance, either in writing or by holding a debriefing

meeting with such a bidder.

35.2 The requesting bidder shall bear all the costs of attending such a

debriefing.

36. Signing & Closing

of Contract

36.1 After notifications to the successful Bidder that its bid has been accepted,

the successful bidder will send to CPO, the signed/stamped (on stamp

paper) Contract provided in the bidding documents or reviewed,

Page 25: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 25

incorporating all agreements between the parties within seven (07) days (or

extendable date by CPO).

36.2 After notifications to the successful Bidder that its bid has been accepted,

the successful bidder will send to CPO, the signed/stamped (on stamp

paper) Contract provided in the bidding documents or reviewed,

incorporating all agreements between the parties within seven (07) days (or

extendable date by CPO).

36.3 Prior to signing of the contract successful bidder may discuss any issue

regarding the contents of the contract with CPO or vice versa. However,

there should be no variation or amendment in the contract without prior

approval and consent of CPO. However, no amendment, variation shall be

allowed that violate the principles of procurement.

36.4 The stamp duty on the contract of the same shall be imposed as per the

“The Stamp Act, 1899” that shall be paid by the bidder/ service provider.

36.5 If the successful bidder fails to submit the model contract in the prescribed

time as mentioned above, the next lowest evaluated bidder (whose bid is

responsive and acceptable) may be issued a letter of acceptance. In such

case, the bid security of the former bidder shall be forfeited along with any

other legal action.

36.6 Except for defect liability or maintenance by the supplier, consultant

or contractor, as specified in the conditions of contract, performance of the

contract shall be deemed close on the issue of overall delivery certificate,

certificate of completion of deliverables, or taking over certificate which

shall be issued within thirty days of final taking over of goods or receiving

the deliverables or completion of works enabling the supplier or contractor

to submit final bill and the CPO to carry out any inspection of goods,

works or services related thereto, as provided in the contract agreement

and auditors to do substantial audit.

36.7 In case of defect liability or maintenance periods, defect liability

certificate shall be issued within thirty (35) days of the expiry of the said

period enabling the supplier or contractor to submit the final bill.

36.8 Except for unsettled claims which shall be resolved through arbitration,

and shall be paid within the time given in the conditions of contract.

37. Commencement of

the Contract

37.1 The Contract shall be commencing after submission of the required

Performance guarantee and its validation / conformation for the bank.

38. Integrity Pact 38.1 CPO may require from the bidder (qualified) for submission of an

integrity pact and Non-Disclosure Agreement (NDA) and Service Level

Agreement (SLA).

39. Publication of the

Award of the

Contract

39.1 Within forty-five (45) days of the award of contract, CPO shall publish on

the website of the Authority and on its own website or its authorized

partners, if such a website exists, the results of the bidding process,

identifying the bid through procurement identifying number, if any, and the

following information: —

a. Contract Evaluation Report;

b. Form of Contract and Letter of Award; and

c. Bill of Quantities or Schedule of Requirement.

Page 26: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 26

40. Performance

Security

40.1 Within Seven (07) days of the receipt of notification of award from the

CPO, the successful Bidder shall furnish the performance security in

accordance with the Conditions of Contract, on the Performance Security

Form provided in the bidding documents, or in any another form

acceptable to the CPO in shape of bank guarantee, Demand Draft by the

renowned Bank of Pakistan or insurance Bond by AA ranking insurance

companies.

40.2 Failure of the successful Bidder to comply with the requirements of

relevant Bid document Clauses or any other requirement by CPO shall

sufficient grounds for the annulment of the award and forfeiture of the bid

security/black listing, in which event or on any other reason deems

appropriate, the CPO may make the award to the next lowest evaluated

Bidder (responsive bidder) or call for new bids (re-bid).

40.3 In case of JV, the Performance Security of a JV must be in the name of the

JV as per the satisfaction of CPO.

40.4 The performance guarantee shall be released within sixty days of

completion of the contract subject to clearance of everything else.

41. Corrupt and

Fraudulent

Practices

41.1 The CPO requires that Bidders, Contractors, and Contractor observe the

highest standard of ethics during the procurement and execution of

contracts. For the purposes of this provision, the terms set forth in BPP

Rules /Act shall be applicable:

(a) The CPO will bar/black list a firm, in accordance with prevailing

Blacklisting procedures under Balochistan Procurement Rules

2014 or initiate any legal action against such bidders who

involve in such corrupt and fraudulent in any case if deems so

42. Performance

Required from the

bidder

42.1 The CPO requires that Bidders, Contractors, and Contractor observe the

highest standard of ethics during the procurement and execution of

contracts. For the purposes of this provision, the terms set forth in BPP

Rules /Act shall be applicable:

(a) The CPO will bar/black list a firm, in accordance with prevailing

Blacklisting procedures under Balochistan Procurement Rules 2014 or

initiate any legal action against such bidders who involve in such corrupt

and fraudulent in any case if deems so.

42.2 In case of any dis-satisfaction or objection against the act or decision of

the CPO after the issuance of notice to the inviting tender or evaluation /

report, the aggrieved bidder may approach to the grievance-redressed

committee that shall be notified by CPO for the purpose to address the

grievance as provided in BPPRA rules 2014 amended.

42.3 The complaint redressal committee upon receiving a complaint from an

aggrieved bidder may, if satisfied—

a. Reject the complaint considering it to have been made on frivolous

grounds;

Page 27: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 27

b. Prohibit the Procurement Committee from acting or deciding in a

manner, inconsistent with these rules and regulations;

c. Annul in whole or in part, any unauthorized act or decision of the

Procurement Committee;

d. Recommend to the Head of Department that the case may be declared

a mis-procurement if material violation of the Act, rules, regulations,

orders, instructions or any other law relating to public procurement,

has been established; and

e. Reverse any decision of the Procurement Committee or

substitute its own decision for such a decision:

Provided that the complaint redressal committee shall not

make any decision to award the contract.

42.4 The Complaint Redressal Committee shall announce its decision within

fifteen (15) days and intimate the same to the bidder and the Authority

within three (03) working days by CPO.

42.5 CPO shall award the contract after the decision of the complaint redressal

committee.

42.6 Mere fact of lodging of a complaint shall not warrant suspension of the

procurement proceedings.

42.7 Any bidder not satisfied with the decision of the Committee of the

procuring Agency may lodge an appeal in the relevant court of jurisdiction.

43. Resolution of

Disputes

43.1 The CPO and the Contractor shall make every effort to resolve amicably

by direct informal negotiation any disagreement or dispute arising between

them under or in connection with the Contract. If, after thirty (30) days

from the commencement of such informal negotiations.

43.2 The matter shall be referred to Head of CPO in case of bidder / Contractor

and the procuring agency/ employer / CPO are not agreed or dispute is

unsettled after 30 days who shall decide the matter in accordance with

prevailing laws after affording opportunity of hearing to the parties whose

decision shall be final.

43.3 In case of any objection thereafter, the matter may be referred for

judication / arbitration in accordance with arbitration ACT 1940.

44. Declaration of Mis-

Procurement

44.1 The head of CPO on its own incitation or on recommendation of the

complaint redressal committee of CPO may declare the case to be of mis-

procurement as per Rule 57 of BPP Rules 2014.

45. Blacklisting 45.1 CPO shall de bar / black list the bidders / contractors individually or

collectively as a part of consortium if :

a. Conviction for fraud corruption, criminal misappropriation, theft,

forgery, bribery or any other criminal offence;

b. involvement in corrupt and fraudulent practices while obtaining

or attempting to obtain a procurement contract;

c. final decision by a court or tribunal of competent jurisdiction that the

contractor or supplier is guilty of tax evasion;

d. willful failure to perform in accordance with the terms of one or

more than one contract; and

Page 28: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 28

e. Failure to remedy underperforming contracts, as identified by the

Procuring Agency, where underperforming is due to the fault of the

contractor, supplier or consultant.

45.2 CPO may, on its own motion, or information provided by any party, carry

out an investigation to determine, whether there is sufficient cause for

blacklisting a contractor, consultant or supplier. If the CPO is satisfied that

such a cause exists, it shall initiate the process of blacklisting in

accordance with the procedure laid down in the General Clause of the

agreement.

45.3 As a result of the scrutiny process, as mentioned above the CPO may take

one of the following decisions:—

a. Contractor or consultant or supplier may be blacklisted;

b. Contractor or consultant or supplier may be debarred temporarily,

specifying the time period; and

c. Contractor or consultant or supplier may be blacklisted if he fails to

take the specified remedial actions within a specified time period:

d. Provided that the Procuring Agency shall duly publicize and

communicate its decision to the BPPRA, other Government

departments, and also hoist on its own website and BPPRA’s website.

46. Limitation on

Negotiation

46.1 There shall be no negotiations with the bidder having submitted the lowest

evaluated bid or with any other bidder: If the extent of negotiation

permissible shall be subject to the regulations of issued by the BPPRA.

46.2 If the lowest evaluated bidders voluntarily offer the discounts in its financial

submitted bid without effecting the process, the quality, or the standard

requirements it may be considered.

47. Confidentiality 47.1 The Procuring Agency shall keep all information regarding the bid

evaluation confidential until the time of announcement of evaluation report in

accordance with the requirements of rule 40 BPPRA Rules 2014.

2 SCOPE OF WORK

2.1 Establishment of Command, Control, Communication & Data Centre

(BPC3)

Policing in the digital era has become more complex, challenging and

demanding which is primarily driven by the paradigm shift in the dynamic security

environment, technological advancements, and expectations of people to improve service

delivery system. The Balochistan Police is focused on introducing sustainable information

technology interventions.

The escalating operational situations in Balochistan, need for professionalized

Police response and evidence-based policing having proper data basis have prompted

Balochistan Police to strengthen its technological infrastructure by establishing Command,

Page 29: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 29

Control, Communication and Data Centre (BPC3). The main functions of BPC3 have been

envisaged as under:

· Provincial Crisis Management Centre

· Digital surveillance capability

· 15 Police unified communication & responses

· Public complaints management Centre

· Database Centre for storage, research and analysis

· Police Intelligence Centre for strategic monitoring & planning

· Social media monitoring

· Interactive dashboards for performance appraisal & crime analysis

The concept of BPC3 will literally modernize the Balochistan Police. All the

15 emergency calls throughout Balochistan will be attended in BPC3 and then further

disseminated to all the districts which will be connected with BPC3. At present there are 169

operational cameras (detail is mentioned below) in Quetta City which will immediately be

connected with BPC3. 70 new cameras with be installed and in future its video wall will be

populated with the live display of more districts. The live streaming of all the major

gatherings and law & order situations from all the ranges will be shown at BPC3. The main

hall in Central Police Office, Quetta has already been earmarked for the Command, Control,

Communication and Data Centre. This will indeed help in improving the overall service

delivery mechanism.

The bidder will be duty bound to get the comprehensive testing done of all the

equipment (hardware & software) and to ensure the proper working and functionality of the

BPC3 project.

Already installed cameras: (iinnssttaalllleedd vviiaa wwiirreelleessss aacccceessss ppooiinnttss ((DDIIGG OOFFFFIICCEE))

S.

# Name of Site Static IPC PTZ Remarks

Access on

Fiber

1 Serana Chowk 02 - DH-IPC-HFW4220EP No

2 TNT Chowk 03 - DH-IPC-HFW4220EP No

3 Civil Hospital 02 - DH-IPC-HFW4220EP No

4 White Jamali 01 - DH-IPC-HFW4220EP No

5 Chaman Phatak 02 - DH-IPC-HFW4220EP No

6 Killi Mubarak 02 - DH-IPC-HFW4220EP No

7 Masjid Rabul Alamin 02 - DH-IPC-HFW4220EP No

8 Spini Brewery 03 - DH-IPC-HFW4220EP No

9 Brewery Spini 02 - DH-IPC-HFW4220EP No

10 SBK University 02 - DH-IPC-HFW4220EP No

11 Kasi Road 01 - DH-IPC-HFW4220EP No

12 Mali Bagh 03 - DH-IPC-HFW4220EP No

Page 30: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 30

13 Prince Art 02 - DH-IPC-HFW4220EP No

14 Art Archar 02 - DH-IPC-HFW4220EP No

15 Rahat Hospital 02 - DH-IPC-HFW4220EP No

16 Delight Cinema 01 - DH-IPC-HFW4220EP No

17 Milo Shaheed Chowk 02 - DH-IPC-HFW4220EP No

18 Pearl Chowk 02 - DH-IPC-HFW4220EP No

19 Sarai Namak 01 - DH-IPC-HFW4220EP No

20 Hockey Chowk 02 - DH-IPC-HFW4220EP No

21 Imdad Chowk 02 - DH-IPC-HFW4220EP No

22 Manan Chowk - 01 DH-IPC-HFW4220EP No

23 Punjabi IB 01 DHSD6AE230F-HNI Yes

24 Meezan Chowk 03 01 DH-IPC-HFW4220EP Yes

25 Shah Tower 02 - DH-IPC-HFW4220EP No

26 Safeer Masjid 02 - DH-IPC-HFW4220EP Yes

27 Junction Chowk 01 01 DH-IPC-HFW4220EP Yes

28 Jable Noor(Demo) 01 No

Total 49 05

GRAND TOTAL (STATIC + PTZ) 54

Already Installed on Fiber

S.# Camera Location Remarks Camera Points

1 Nasir-ul-Aza S1 2MP/Dahua Point-1 2 Nasir-ul-Aza S2

3 Nasir-ul-Aza S3

4 Flyover S1

2MP/Dahua

Point-2

5 Flyover S2

6 Flyover S3

7 Flyover S4

8 Spini Joint Cross S1

2MP/Dahua

Point-3

9 Spini Joint Cross S2

10 Spini Joint Cross S3

11 Spini Joint Cross

12 Jim khana chowk S2

2MP/Dahua

Point-4

13 Jim khana chowk S1

14 Jim khana chowk S4

15 Jim khana chowk S3

16 Old China Chowk S3

2MP/Dahua

Point-5 17 Old China Chowk S2

18 IG Office Chowk S1

2MP/Dahua

Point-6

19 IG Office Chowk S4

20 IG Office Chowk S3

21 IG Office Chowk S2

22 Mission Rd S3

Page 31: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 31

23 Mission Rd S2 2MP/Dahua Point-7

24 Mission Rd S1

25 MDS Store S3

2MP/Dahua

Point-8

26 MDS Store S2

27 MDS Store S4

28 MDS Store S1

29 Misson Chowk S1

2MP/Dahua

Point-9

30 Misson Chowk

31 Misson Chowk S2

32 Misson Chowk S3

33 Saffer Masjid S1

2MP/Dahua

Point-10 34 Saffer Masjid S2

35 Toghi Taj Cross S3

2MP/Dahua

Point-11 36 Toghi Taj Cross S2

37 Punjabi 1 B S2 2MP/Dahua Point-12

38 Kasi Rd S3

2MP/Dahua

Point-13 39 Kasi Rd S2

40 Kasi Rd S1

41 Spini Road Traffic S3

2MP/Dahua

Point-14 42 Spini Road Traffic S2

43 Spini Road Traffic S1

44 Spini Road Traffic

45 Abdullah Jan Masjid S3

2MP/Dahua

Point-15 46 Abdullah Jan Masjid S1

47 Abdullah Jan Masjid S2

48 Fire Brigade S1

2MP/Dahua

Point-16

49 Fire Brigade S2

50 Fire Brigade S3

51 Fire Brigade S4

52 Cam 55 2MP/Dahua Point-17

53 Qandari Bazar S2 2MP/Dahua Point-18

54 Qandari Bazar S1

55 Qandari Bazar

56 Faqera Beef S1

2MP/Dahua

Point-19 57 Faqera Beef S2

58 Faqera Beef S3

59 Kasi Rd S4 2MP/Dahua Point-20

60 Ajab Khan S1

2MP/Dahua

Point-21

61 Ajab Khan S2

62 Ajab Khan S3

63 Ajab Khan S4

64 Cam 68 2MP/Dahua Point-22

65 Noor Yaseen S2

Page 32: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 32

66 Noor Yaseen S1 2MP/Dahua Point-23

67 Art School Rd 2MP/Dahua Point-24

68 Liaqat Archar Rd

2MP/Dahua

Point-25 69 Liaqat Archar Rd S2

70 Liaqat Archar Rd S1

71 Junction Chowk PTZ 2MP/Dahua Point-27

72 Mezan Chowk PTZ 2MP/Dahua Point-28

1. BPC3 Equipment:

1.1 The Control Centre’s have distinct methods of operation, which require different

combinations of systems for appropriate ‘Role-based’ operation. The method of

selecting the correct combination of systems for the user to use is defined as a “Task”

1.2 The BPC3 shall have appropriate lighting to ensure the maximum visual of Video

walls, monitors and other LCD / LED or Analogue Computer displays. Each

luminaire shall be individually dimmable to control the environment.

1.3 The BPC3 shall have proper cooling source to maintain the temperature of

building/BPC3, Centre and equipment’s according to the standards.

1.4 Furthermore, the BPC3 shall have continuous Power and a back-up power supply,

which shall be a combination of Grid, UPS and Batteries and Generators.

1.5 The BPC3 shall be supplied with power continuously for 24x7x365 with no

possibility of disruption due to power failure.

1.6 The bidder shall provide video walls required for BPC3 as specified in Annexure A.

1.7 The detailed human resource of Supervisors and Operators required for each Control

Centre and required training is specified bellow:

1) BPC3 will remain operational round the clock and there will be thirty

workstations manned by 90 operators to work in three shifts.

2) In addition, there will be nine operators for interactive dashboards to work in three

shifts.

3) There will be three shift in charges and three supervisors for the Command

Centre.

4) In this way, each shift will have at least 35 officials at one time for running the

BPC3.

5) The HR will be performing the following assignments in multitasking mode:

i. Crises Management

Page 33: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 33

ii. Digital Video Surveillance

iii. Emergency Response & Dispatch Work

iv. Video Conferencing Management

v. Public Complaints Management

vi. Database - storage

vii. Social media monitoring

viii. Interactive dashboards for performance appraisal & crime analysis

6) There will be an additional pool of 20 officials to cater for the emergent

operational and administrative needs.

7) All these officials will be trained by the final bidder vis-a-vis compatibility of

hardware and software, making the entire system operational, specific software

training, task management and shift system etc.

8) The selected bidder will be responsible for three types of training:

Initial Comprehensive Training

Capacity Building on monthly basis for one year

Need base training

9) The qualified bidder will make arrangements for stationing two expert officials of

its company at BPC3 Quetta for at least three initial months to make the project

fully operational and to remove the glitches, if any. After that one chief expert will

keep on visiting and supervising the entire system fortnightly for further three

months and on monthly basis for another six months (total one year). The Quetta

Police will provide the requisite security cover to the said officials.

10) Initially the HR needs will be fulfilled from the available selected strength of

Balochistan Police whereas at later stage an independent IT cadre will be raised

through dedicated recruitment with the approval of the competent authority.

1.8 The bidder shall provide mounted wooden cabinet solutions for BPC3 for filling and

storage as per requirements.

1.9 The BPC3 operator will have the following systems for the operator’s use:

i. Inventory Management System

ii. Fleet Management System

iii. 15 Emergency Call System

iv. PCMS (Police Complaints Management System)

v. MMC (Monitoring and Responder)

1.10 The BPC3 desktop shall preferably be provided with three monitor screens with a

fluid lay out.

1.11 Suggested configuration of monitors:

Page 34: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 34

Monitor 1-2-3: any of following displays as per operator’s choice

a. IP NV Camera Images 1-4,

b. Emergency 15 calls and response

c. Fleet Management System

d. Any of crime management, PSRMS, HRMIS or any other software installed at

data centre

1.12 The final Design/Layout for the video wall to be installed in the BPC3 Centre shall be as

per available space and dimension. The number of BPC3 Supervisors and operators

position per shift shall be calculated by the bidder as per its submitted design.

1.13 The BPC3 Model layout is shown below.

Figure 1. Suggested BPC3 Layout

Note: Figure # 1 above is suggested model / layout only. The bidders may come up with their

own lay out in accordance with their design. Bidders are encouraged to visit/ study the site of

the project before finalizing their design/plans.

Page 35: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 35

2. BPC3 Data Centre:

2.1 The Bidder shall provide a standards compliant structured cabling system (e.g. ISO

11801). The bidder as part of their tender shall quote what standards for structured

cabling will be adopted during the design and installation stages of the works.

Mandatory

2.2 The Bidder shall deploy structured cabling horizontal cabling connections to

minimum Cat.6A standard in the BPC3 hall. The installation shall carry a system and

application assurance warranty from the cabling system vendor for period of two

years. Mandatory

2.3 BPC3 Data Centre housing all Servers, Firewall and Storage designed devices.

Mandatory

2.3.1 BPC3 DC must be designed to house all Racks, Power, Servers with required

OS & Software/Hardware; Middleware, Disk Storage, Network and

monitoring agents for existing or currently under development

Systems/Applications and the Bidder supplied Systems/Applications.

Mandatory

2.3.2 The bidder shall provide local Storage of 300 cameras for fifteen days

minimum. Mandatory

2.3.3 All application/software (as per need, if required) shall have perpetual licenses

in the name of the bidder along with 2 Years from the date of full functioning

of the project with onsite support. Mandatory

2.4 The Bidder shall ensure that network redundancy is supplied in Servers,

Core/Distribution Routers/Switches, Firewalls/Security Appliances, including

redundant power-supplies for each device. Mandatory

2.5 The Bidder shall ensure that the DC Network shall support ‘mission critical’

applications and thus there is absolutely no room for undue failure in any element of

the Network Infrastructure due to failures. Mandatory

2.6 All IT equipment shall be dual-powered and fully compatible with the topology of a

site's architecture. In addition, the site concurrent maintainable infrastructure shall

have an expected availability of 99.95%. Mandatory

2.7 Where a discrete system is not being supplied, the Bidder is requested to provide

details as where the functionality requested is being met. Mandatory

2.8 The systems described within this section are not exclusively for the Equipment

Rooms but may be part of the overall BPC3 system suite. Information

2.9 All equipment shall be contained within racks as mentioned in detailed technical

specifications to provide the following:

2.9.1 Access to both back and front access doors; Mandatory

Page 36: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 36

2.9.2 Ventilation to ensure the equipment is maintained at optimum temperature;

Mandatory

2.9.3 Security by having locks fitted and an alarm if access is gained. Mandatory

2.10 Floor loading calculation shall be provided to ensure that safety requirements are met.

Mandatory

2.11 The Bidder is requested to provide information on how the Bidder will use

virtualization to maximize server process and storage usage. Mandatory

2.12 The purpose of ‘Virtualization’ is to reduce hardware CAPEX and OPEX at the Data

Centre and Division and Node Computer Server installations while allowing

consolidation of hardware, system resources and reduce energy consumption.

Information

2.13 Within the BPC3 System, there shall be no single points of failure. Mandatory

2.14 All servers, switches, routers, firewalls etc. shall support monitoring using

SNMP/MIBS and shall have redundant power supplies. Mandatory

2.15 The Bidder is requested to provide information as to what equipment is being

provided and the level of redundancy available within the equipment. Mandatory

2.16 It should be noted that where redundancy has been defined that or better redundancy

levels shall be delivered for that system. Mandatory

2.17 The Bidder is requested to demonstrate how the BPC3 system can be expanded.

Mandatory

2.18 An anti-virus system shall be provided with updates being automatically loaded on to

the system as a maintenance task. Mandatory

2.19 A high availability solution shall provide automated failure detection, diagnosis,

application recovery, and node reintegration at DC. Mandatory

2.20 The NVR/Storage/Appliance shall provide the following minimum performance:

i. H265 main profile encoding or above; Mandatory

ii. Shall be ONVIF compliant; Mandatory

iii. Recording in “real-time” of minimum of 25fps “continuous”; Mandatory

iv. Minimum fifteen days of Storage; Mandatory

2.21 Data Centre also contains core router/switches in order to terminate the external

network in Centre. All incoming traffic in Centre shall be protected with firewall.

Mandatory.

Page 37: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 37

Figure 2. Suggested Layout of Data Centre

Note: the bidders may provide their own Data Centre design in compliance to the TOR of bid

document and industry best practice. The above layout is suggested for the guidance of the

bidders in developing their own design/layout.

2.2 BPC3 Data Center Virtualization:

3.1 A ‘Virtualization’ Platform shall be used for implementing and hosting non-memory

intensive, moderate to low HDD I/O applications and databases in the Data Centre

along with HA facility. Mandatory

3.2 The virtualized platform shall come with a provisioning layer to allow ad-hoc

provisioning of memory and HDD storage as needed. Information

3.3 Systems and databases that shall NOT be virtualized and require extreme Memory

intensive and Disk Storage I/O operations. The Bidder will identify such systems

prior to installation. Mandatory

3.4 The Bidder will produce for the Employer a list of Applications that can be

virtualized. Mandatory

Page 38: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 38

3.5 The Bidder will also produce for the Employer a list of Applications being proposed

that should not/cannot be virtualized. Mandatory

2.3 External Network Services Requirements:

4.1 The Bidder shall be responsible for determining and provide an initial estimate in

number and types of incoming network services (Including Internet, Voice Call, Data

Connection, Television Transmission etc.) required at BPC3 to support telephony and

other communications between the BPC3 and externally. Mandatory

4.2 The Bidder shall provide an initial telecommunications network bandwidth demand

analysis as part of their tender response and finalize this as part of the design stages

for the various phases of delivery. Mandatory

4.3 Employer shall provide the internet service as per required bandwidth. Information

4.4 The Bidder on behalf of the Employer shall be responsible for organizing, ordering,

and managing the delivery, installation and maintenance at the BPC3 premises of all

the public telecommunications network services. Mandatory

4.5 The Employer shall be fully responsible for the cost and permission` of these services.

The bidder shall facilitate discussions with network service providers. All services

shall be obtained on the behalf of employer. Mandatory

4.6 The Bidder shall provide high availability and resilience in the public

telecommunications network services by redundant Services provider. Mandatory

4.7 The bidder shall ensure all public health and safety issues which may arise during the

installation and execution of the work under his supervision and before taking over by

the Employer.

Page 39: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 39

Annexure: A

BPC3 SYSTEMS AND INSTALLATION INCLUDING

ALL REQUISITE LICENSES

1. Video wall

7x7 matrix each display size 55 inches with 1.7 mm Bezel or below total width 27.5 feet

and height 15.5 feet

1.1. High definition UHD display capability Mandatory.

1.1.1. No granular sensation Mandatory.

1.1.2. 500Nit to 700Nit Mandatory.

1.1.3. Suited to 24x7 hour operational duty for 3 years Mandatory.

1.1.4. Front access servicing / replacement Mandatory.

1.1.5. 02 years warranted continuous working Mandatory.

2. Mounting of Video walls

2.1. All video walls shall be mounted to allow ALL users in the room to be able to

view all of the screen. This calculation shall take into account the users need

to be able to see over their own workstation screens. Mandatory.

2.2. All screens shall be complete with side concealment panels which shield from

the view of operators the cabling and rear elements of the wall, whilst at the

same time allowing for ventilation of the units. Mandatory.

3. Video Wall Control and Configuration

3.1 All video walls shall respond to seamless access and control of audio- visual

data from their respective control Centre operators. A site-wide video-wall

control and content management facility shall be provided, operable by

authorized personnel, throughout the BPC3 facility. Mandatory.

3.2 A single, site-wide scalable IP network-based content distribution and

management system shall be implemented. It shall primarily be configured for

the operational requirements of each control Centre. The system shall

comprise a series of bus-linked hardware nodes, powered by web-based

management software, allowing all users to simultaneously view, listen to and

interact with any source of information (including sharing content from

laptops and other PCs connected to the BPC3 LAN, there shall be no

requirement to use HDMI or similar connections between these devices and

the video wall controllers) relevant to operational requirements at control room

– or site-wide level. Mandatory.

Page 40: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 40

3.3 Specifically, the main BPC3 wall shall be able to present to the

operator’s statistical information relating to call logging, police incidents, etc.

from a range of data sources. These shall be presented as a combined window

on the far right of the display. The bidder shall allow for all reformatting and

repurposing of the raw data provided by the BPC3 systems. Mandatory.

3.4 The video wall control system shall:

3.4.1 Use standard IP network for AV transport and control Mandatory.

3.4.2 Interact with all specified sources of AV information Mandatory.

3.4.3 Be capable of replicating and sharing content on many video walls and

desktops, simultaneously Mandatory.

3.4.4 Be HD capable and directly interface distribute, control and present all

(up to and including) HD sources, on video walls Mandatory.

3.4.5 Be Scalable and modular to allow for future expansion Mandatory.

3.4.6 Support HDCP/H.265 encryption throughout the network Mandatory.

3.4.7 Provide no central point of failure Mandatory.

3.4.8 Support all network sources including Video cameras, Video

conference systems, AV encoders, Network Video Recorders and

desktop capture streams, including integration with ONVIF compliant

IP cameras Mandatory

3.4.9 Have web-based setup and configuration capability Mandatory.

3.4.10 Provide full system monitoring including network readiness

indication with visual feedback of network configuration Mandatory.

3.4.11 Provide display array and audio-video synchronizing Mandatory.

3.4.12 Feature configuration and programming tools for managing, accessing

and searching sources efficiently mandatory.

3.4.13 Provide managed user access to displays and sources Mandatory.

3.4.14 Provide an integral messaging platform for content sharing

Mandatory.

4. Systems/Applications:

A brief detail of software to ensure complete compatibility with the requisite hardware /

equipment. This information will help the bidders to understand the real requirement.

4.1 The following systems/applications will be run at BPC3:

4.1.1 Emergency 15 Call System

Page 41: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 41

4.1.2 Police Complaints Management System

4.1.3 Media Monitoring and Response System

4.1.4 Crime Management & Analysis System

4.1.5 HR Information Management System

4.1.6 Fleet Management System

4.1.7 Criminals Record Management System

4.2 The bidder shall provide a turnkey solution to integrate and run all the

applications mentioned in clause 4.1 (above mentioned). The Bidder shall

deploy a fully integrated solution for the project to run smoothly. Mandatory.

4.3 The Bidder shall provide evidence of mature and functioning systems as

mentioned above at any time during the bidding process. Mandatory.

4.4 High Level Features of all applications are mentioned below. Information.

5. 15 Emergency Call System Deliverables. Information (Compatibility)

5.1 15 Emergency Software with standard capabilities.

5.2 Telephony agents (45 minimums, per shift 15, 8 Hours for 3 shifts, 365×24×7,

can be expandable to 120 agents)

5.3 Mobile Application for Police Response Units to receive notifications about

emergency calls on handheld devices on public internet.

5.4 Admin Panel with live reporting for ECC (Emergency Call Centre), DCC

(Dispatch Control Centre) and regional supervisors (DPO/RPO).

5.5 Calling feature in DCC to contact with Complainants.

5.6 Organizational Chat for discussion among the users only.

5.7 Notifications Bar for sharing updates and alerts on Users Screen.

5.8 Social Media Complaint forms integrated with MMC.

5.9 Classified reports Engine with customized formats and features.

5.10 Design change Process for Application.

5.11 API documentation details as per requirements.

5.12 Backup server.

5.13 Servers to support the software’s as per technical requirements.

5.14 2 years Support services.

Page 42: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 42

6. Specific Requirements for Emergency Call System 15 Mandatory

6.1 All calls data should be encrypted.

6.2 Any http tool should not be able to record the data and decrypt it.

6.3 All http parameters (if any) should be encrypted.

6.4 All Cookies should be http-only.

6.5 Encryption / Decryption details (encryption keys, methods) should be shared with

BPC3.

6.6 While playback recordings data should not be downloaded but streamed to the client

machine and must be encrypted.

6.7 Database dictionary (Design and schema) should be provided to Client.

6.8 UI should be according to the Client Preferences.

6.9 15 System shall be able to integrate with external systems for Location Bases

Services, Caller Info, Vehicle info and Cameras when available.

7. PCMS Deliverables Mandatory. Information.

7.1 PCMS Software

7.2 PCMS Telephony for agents for Receiving Public calls and launch complaints.

7.3 PCMS for Police Officers for feedback of assigned complaints by PCMS agents.

7.4 PCMS Public Complaints interface with Balochistan Police website for Public users

for online complaints registration.

7.5 Telephony services Users (upto 20).

7.6 SMS feature for receiving public complaints and confirmation test to complainer and

Owner of assigned complaint. For Online complaints a authentication code for complaints

registration sent to online complainer via SMS.

7.7 Email feature for registration of complaints.

7.8 PCMS Agents (upto 20).

7.9 PCMS External Users (Police Officials – as per actual Police Units).

7.10 Admin Panel with live reporting and dashboard for PCMS office and regional

supervisors DPO/RPO and other CPO office only.

7.11 Classified reports Engine with customized formats and features.

7.12 API documentation details as per requirements.

7.13 Database schema for future use by BPC3.

7.14 API documentation details as per requirements.

7.15 Organizational Call.

7.16 Notification Bar.

Page 43: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 43

7.17 Clearance of previous issues with legacy system if any.

7.18 Software patches upgrades.

7.19 Initial Comprehensive Requisite Onsite trainings to Users for all Components is

Mandatory along with Periodic Refresher and Capacity building sessions.

7.20 Backup server.

7.21 2 years SUPPORT SERVICES support.

8. Specific Requirements for PCMS. Information.

8.1 All calls data should be encrypted.

8.2 Any http tool should not be able to record the data and decrypt it.

8.3 All http parameters (if any) should be encrypted.

8.4 All Cookies should be http-only.

8.5 Encryption / Decryption details (encryption keys, methods) should be shared with

BPC3.

8.6 While playback recordings data should not be downloaded but streamed to the client

machine and must be encrypted.

8.7 Database Dictionary (Design and schema).

8.8 Requisite UI as per Preferences.

9. Media Monitoring and Response System (MMRS)

9.1 Social Listening Source Types are Facebook, Twitter, YouTube, RSS Feed, Blogs &

Web

9.2 Brand VS. Keyword association.

9.3 Proximity Settings for Key terms.

9.4 Managing Facebook Channels.

9.5 Managing Twitter Handles.

9.6 Managing RSS Feeds.

9.7 Managing Tags.

9.8 Add Blogs Spots for getting feed.

9.9 Perform brand-wise sentiment analysis.

9.10 Demographics categorization across gender.

9.11 Complete Summary Report with Graphical Data and PDF Export Feature.

9.12 Analytics- Word Cloud and Proximity Graph.

9.13 Only tool which tracks discussions in English, Urdu and Roman Urdu.

Page 44: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 44

9.14 Top Retweets/Tweets/Followers/ Followings count.

9.15 Count for Likes, Followers, Followings, Shares, and Comments against each

mention.

9.16 Treating complaint as a Case through a comprehensive Case Management Module.

9.17 Brand Wise Categorization in the Proximities.

9.18 Advance search section to filter data based on different criteria like Channels,

keywords, Author, sentiments etc.

9.19 Manage Complaints export to CSV feature.

9.20 Calendar filter with editable and Year View selection.

9.21 Original Link of the Tweets and Retweet (RT) Source tweet.

9.22 Customization within above mentioned scope.

9.23 Social CRM Responder and allied features

9.24 Social CRM Completed Requests.

9.25 Image attachment and Auto reply option in Facebook and Twitter chat.

9.26 Integration of Social Complaints from Responder & Unified Screen to 15 system.

9.27 Integration of "BPC3 Instagram Account".

9.28 Facebook Image Publishing.

9.29 Scheduling Post for all social media from compose screen.

3 Technical Specifications

Note: All Equipment quoted should be of renowned Brands whose rating or reference should

be available

3.1 Component # 1- Video Wall Solution

Video Wall for Control Room

i). 7x7 55'' Narrow Bezel Industrial level screens from top three manufacturers in

industry best rankings

The video wall screen shall be of 55” screen measure in diagonal aspect.

The video wall screen shall be DID-FHD-LED

The video wall screen shall have minimum ≤3.5 mm splicing gap. (1.7mm for each)

The video wall screen shall have 192- x 1080 8bit resolution.

The video wall screen shall have minimum 16.7M colour or better.

The video wall screen shall have 500cd/m2 brightness.

The video wall screen shall have 4000:1 contrast ratio

Page 45: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 45

The video screen shall have 175˚ view angle

The video wall screen shall have VGAx1, HDMI x 1 DVI x 1, CVBS x 5, YUV x 1,

S-video x 1, DP x 1 input interfaces.

The video wall screen shall have CVBS x 2 out interface.

The video wall screen can communicate via RS485 loop input / output.

The video wall screen shall have AC 100 ~ 240V power input.

ii). Video Controller for Managing All System inputs & Various Screen Formats:

The video controller have powerful computing microprocessor for video processing

from different video source.

The video wall controller shall have Embedded Operating system for fast boot up and

less system crash

The video wall controller shall have minimum 8 video input cards and minimum 8

video output cards slots but not limit to have scalable solution for increase in video

source.

The video wall controller shall have redundant power supply.

The video wall controller shall support CVBS, RGBHV, DVI, HDMI & DP for input

signal

The video wall controller shall support VGA, DVI, HDMI, Ethernet and DP for

output interface.

The video wall controller shall have 100 Base-T & RS232 control port for

communication over ethernet.

The video wall controller shall have 100VAC – 240VAC power input.

iii). Video Managing Software for managing Various Screen Formats:

The video wall software shall pe run on windows 10 any latest version

The video wall software shall able to integrate multiple video wall controller via

TCP/IP or COM Port but not limited to specific maximum quantity.

The video wall software shall have offline upgradation process for seamless

operations.

The video wall software shall have user friend GUI for easier operations.

The video wall software main dashboard shall have sperate layout for video sources

and Screen sizing window

The video wall software shall have to capability to create window using mouse and

able to adjust its size and position as per the needs

The video wall software shall have separate control function for each layout window.

The video wall software able to save different scene layout but not limited to max 10

Nos.

The video wall software shall have Scene Mode Cycle function to run different save

scenes in a time interval can be set manually up to 999 seconds.

The video wall software shall have source management upon using this function it

will display complete list of input / out source with ID, Channel, Card ID, Machine,

Card type, source and status.

The video wall software shall have the capability to change channel names as desired

on the fly.

Page 46: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 46

iv). Civil Works

Civil Work should include Complete Supply & engineering works related to Glass

partitions & doors, Partition, corporate style working cabins for Shift Incharge and

Overall Incharge of PBC3, walls of Gypsum / Dry Walls. Etc. celling works, walls

treatment, Interior works and layout plan as per the proposed design by the Bidder.

The bidder is required to design a very modern control room & data center keeping in

view the operational and functional requirement as per best practices. (Turn-key Job)

v). Designing of Control Room Facility:

Complete state of the art design and preparation of Drawing for Control room and

data centre along with 3D plans.

vi). Acoustic treatment of the Control Room:

The Bidder is required to provide complete Acoustic Solution for the Control room on

Turn Key Basis.

vii). Lighting & Controls:

The Bidder is required to provide Supply & Engineering works related to Lighting

control system for the control room.

viii). Sound System:

Supply & installation of Sound system for control room that shall be integrated with

the VMS System, Alerts and PA system. The system should include complete Set of

Speakers, amps, Mic and related accessories. Sound system design + BOQ should be

provided in the submission.

ix). Furniture for complete Facility:

The bidder is required to provide complete furniture Plan and supply of furniture

catering to all functional and operational requirement as per the proposed design by

Bidder, including 40 workstations and 40 computer chairs.

x). Video wall Installation Assembly:

Engineering works related to installation, Calibration, integration and testing of the

video walls with the VMS and other related systems.

xi). Over Head Bridge for senior Management viewing:

Bidder is required to provide an Over Head Bridge for senior officers to view the

control room screen from an elevated platform. Design of this Bridge is required to be

incorporated in the design.

xii). Biometric Access Control System:

Page 47: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 47

Supply & installation for Access Control System inclusive of following Features:

Finger Print + Card Reader + Pin Code

Reader - Access Control System

TCP/IP Based System - RS232 Connectivity

LCD Screen

Built in Access Control System.

Electromagnetic Lock/ Bolt Lock

Infrared / push button

RFID Card

Uninterrupted power supply.

xiii). Dispatch Gateway for Radio Terminal integration(complete solution with

accessories):

The gateway shall have the capability of two-way communication and integration

with radio network.

The gateway shall have the capability to interchange PPT (Push to talk)

communication to VoIP.

The DG shall have a modular chassis but not limited to have different type of card

slots which include PSU, MCU, and Radio Card.

The DG shall have minimum 4Nos. PPT ports and can be scalable up to 16 ports.

The Dispatch gateway shall have minimum 32 VoIP Gateway.

The dispatch gateway shall have 2 x 100/1000 Base-T ports.

The dispatch gateway shall have 1 x console management port.

The dispatch gateway shall be able to integrate with Motorola, Hytera, and TETRA,

Huawei, ZTE, AVAYA, Siemens, and Cisco and other Vendors used by Quetta

Police.

xiv). Online 40 KVA UPS: (Imported)

Pure Sine wave 40KVA UPS (with all accessories) for 01 Hour Back Ups (Inclusive

of Dry Battery Bank). The UPS should have SNMP/ WEB Management. The

Proposed UPS should be designed for Redundancy for fail over.

xv). Complete cooling and heating system of BPC3 hall for extreme weather

conditions (complete solution)

Note: All Equipment quoted should be of renowned Brands whose rating or reference

should be available

3.2 Component # 2- Data Centre (2 Tier)

Page 48: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 48

Data Center will have four (4) racks to accommodate following components:

1) Computing Servers

2) SAN Storage

3) Network Video Recording

4) Networking

All the racks will be fully back-up with appropriate un-interrupted power supply (UPS)

i). High Performance Server for Computing & Virtualization:

Device: 2 Socket Rack Mounted Server Form Factor 2U

Processor: 2 x Intel® Xeon® Gold 6240 2.6G, 18C/36T, 10.4GT/s, 24.75M Cache

Memory: 8x 32GB DDR4 DIMMs, or higher

Disk: 5 x 1.2TB SAS 10K RPM, 12Gbps, equivalent or higher

RAID Controller: Support RAID 1,5,or more, 12Gbps or higher

Network Adapter: 2 x GE port and 2x 10GbE (SFP+) port with optical transceivers

HBA Card: 1 x dual-port 16Gbps FC HBA card with optical transceivers

Optical Drive: 1 x DVD-RW internal or external

Power Supply: Redundant hot-swappable high efficiency AC power supply

System Management: Provide features of server management

Compatibility: Supports mainstream operating systems, such as Windows, VMware

and other Latest Software’s

Note: one of the Server Machines would be used as DR at Traffic Police Office

Quetta.

ii). IP SAN Storage for 1200 TB:

The IP SAN Storage shall have 1200 Terabytes formatted capacity for video

archiving.

The IP SAN Storage Modular design with fully redundant dual controller

The IP SAN Storage shall have storage extension capacity or expandable capacity for

future requirement in accordance with the compatibility but not limited to use

SAS/mSAS interface.

The IP SAN Storage Shall support SAN protocols but not limit to support FCP,

iSCSI, FCoE respectively.

The IP SAN Storage shall have 64bit high-performance intel based processor.

The IP SAN Storage shall have minimum 8GB Memory per controller.

The IP SAN Storage shall have 32GB Cache per Controller

The IP SAN Storage shall have embedded linux OS.

The IP SAN Storage shall have web interface for management and configuration.

Page 49: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 49

The IP SAN Storage shall support 48 HDDs, Up to 10TB Capacity for each HDD

SAS or SATAIII

The IP SAN Storage shall have dual mSAS port for each controller for storage

expansion but limited to have FC or FCoE or equivalent.

The IP SAN Storage shall have hot-swappable HDD enclosures

The IP SAN Storage Shall support RAID 0/1/3/4/5/6/10/50/60 for redundancy of

archive.

The IP San Storage shall have HDD track mapping to enhance HDD life Span

The IP SAN Storage shall support snapshot function.

The IP SAN Storage shall have dynamically adjusted RAID rebuild speed for load

balance.

The IP SAN storage shall have 2 management RJ-45 interface (10/100/1000 Mbps)

The IP SAN Storage shall have minimum 2 x 10G Optical interface but not limited to

higher port density of 4 and 8.

The IP SAN Storage shall have AC100V ~ 240V, 2 + 2 Redundant power.

The IP SAN Storage shall have following certification

o CE: EN55022, EN55024, EN50130-4, EN60950-1

o FCC: Part 15 Subpart B, ANSI C63.4-2009

o UL: UL 60950-1 and CAN/CSA C22.2 No.60950-1

Note: All Equipment quoted should be of renowned Brands whose rating or reference

should be available

iii). Firewalls (Next Generation) for protection against intrusion and providing

Encryption:

a. The Firewall shall have 2 Gbps of throughput or better

b. The Firewall shall have 1 Gbps of NGFW throughput or better

c. The Firewall shall have 1.5Million concurrent session or better

d. The Firewall shall have 760 Mbps of IP Sec Throughput or better

e. The Firewall shall have 1K SSL-VPN users or better.

f. The Firewall shall have 2 x GE fibre interface or 2 x 10G additional interface

module.

g. The Firewall shall have 500Gigabyte of internal Storage SSD or better

h. The Firewall shall have 1GB of Flash & 2 GB of SD RAM or better

i. The Firewall shall have enterprise level function comes with complete software

packing no need for extra license.

j. The Firewall shall support SOP technology.

k. The Firewall shall have Security Zone allocation function.

l. The Firewall shall have basic & Advance ACL’s

m. The Firewall shall support protection again malicious attacks such as land, smurf,

fraggle, ping of death, teardrop, IP spoofing, IP fragmentation, ARP spoofing

reverse ARP Lookup, invalid TCP Flag, Large ICMP packet, address/port

scanning, SYN Flood, ICMP flood, UDP flood, and DNS query flood.

The Fire shall have antivirus functionality with signature-based virus detection.

Page 50: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 50

The Firewall shall have the capability to manual or auto upgrade for the signature

databases.

The Firewall shall have the capability to detect virus based on HTTP, FTP, SMTP and

POP3 but not limited to operate on other protocols.

The firewall shall have deep intrusion prevention again common attacks such as

hacker, worms/virus, Trojan, malicious code, spyware/adware, DoS/DDoS, buffer

overflow, SQL injection and IDS/IPS but not limited to other attacks which is not

mentioned.

The Firewall shall work in high availability active/active and active/standby stateful

failover.

The Firewall shall have configuration management at the CLI & remote management

through web GUI.

The bidder must propose hardware with 3 years 24x7x365 Support along with

necessary licenses

iv). VMware vSphere latest standard edition:

For 10 sockets base and 1 VCenter standard edition with 3 years support &

subscriptions

v). VM Backup & replication Solution/Licence:

For latest VMware vSphere for 10 sockets base Licence with 3 years support and

subscriptions with no license limit of number of VM and backup storage.

vi). Windows Servers & Desktop Antivirus:

Antivirus with ransomware protection. Must have client server architecture with 3

years licence.

vii). Windows server standard 2019 OLP 36 cores license with minimum 5 Cal

viii). Network & Computing Racks with PDU's:

Supply of Server racks (800 x 1000 mm) Equipped with 16 Ch PDU’s for support up

to 32 Amp per rack

ix). Online 20 KVA UPS: (Imported)

Pure Sine wave 20KVA/18KW UPS (with all accessories) for 01 Hour Back Ups

(Inclusive of Dry Battery Bank). The UPS should have SNMP/ WEB Management.

The Proposed UPS should be designed for Redundancy for fail over.

x). Air Conditions 4 Tons:

4-Ton Floor Standing Air-Conditioner for Data Center including piping and complete

accessories.

Page 51: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 51

xi). Air Conditions 1.5 Tons (invertor):

1.5-Ton Split Air-Conditioner for Power Room and Network Operation Room (NOC)

including piping and complete accessories.

xii). Complete Network Cabling for Entire Facility:

Complete Supply and Engineering works related to Network Cabling, Piping, and

cable trays for control room.

xiii). Electrical / Cabling Works:

The bidder is required to provide complete solution for the project: supply &

engineering works related to Electrical cabling, Raceways, Cable trays and associated

accessories. Best Practices as required for data center is required to be followed as a

standard practice. (Turn-key Job)

xiv). Passive Works:

Complete Supply and engineering works related to Passive for Control room and Data

center Inclusive of CAT-6A UTP Patch Panels, I/O’s, Patch Cable, OFC accessories,

SC / LC adopters, Cable Managers, Face Plates, Pigtails, Labeling, Testing & Other

Accessories. (Turn-key JOB)

xv). Fire Suppression System FM-200:

Fire Suppression extinguishing System (with all accessories) complete with control

panel and complete Accessories (i.e. Alarm System etc.) for the Data Centre. The

scope requires complete Supply & engineering Works. (Turn-key Job)

xvi). Environmental Control System:

Environment Monitoring System with I/O Sensors supported: external configurable

sensors digital inputs. OS inside User-programmable. Temperature/Humidity

Combination Sensor, Water Leak Detect Sensor 10m.

xvii). Electrical & Network Panels:

Inclusive of MCCB Main Panel having Breakers for Input / output. All Panels should

be equipped with Digital Voltmeter and Ammeter with LED indications. (Turn-key

Job)

DB Panels for Mains

DB Panels for Data Centre

DB Panels for Lights & AC

DB Panels for Fire Suppression

DB Panels for ACS, FAS & CCTV system

DB Panels for Video Walls

xviii). Complete Integration of DC equipment's:

Engineering services related to integration of all DC equipment’s in the control room

and Data centre room as per the proposed Design by the bidder. The Solution should

be calibrated as per the industry best practices.

Page 52: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 52

xix). Earthing / Grounding:

The bidder is required to provide supply & engineering works related to Earthing /

Grounding for all IT equipment to be housed in the Data Centre and Control room.

(Turn-key Job)

xx). Biometric Access Control System

Supply & installation for Access Control System inclusive of following Features:

Finger Print + Card Reader + Pin Code

Reader - Access Control System

TCP/IP Based System - RS232 Connectivity

LCD Screen

Built in Access Control System.

Electromagnetic Lock/ Bolt Lock

xxi). Tempered Glass Partitioning 16 mm (Complete Solution)

Tempered Glass partitioning of Data Centre suggested by the bidder

xxii). Anti-Static flooring

Anti-static flooring for DATA CENTER size (15x11) and Power Room size (15 x 11)

xxiii). Dampa False Ceiling 2x2 (Complete Solution)

Dampa False Ceiling 2 x 2 for Data Center and Power Room only

xxiv). WAN router for Internal Networks:

Dedicated Router Chassis with WAN Speed with mix traffic and services >= 2Gbps

DRAM 2GB or Higher

Fix WAN Interface: 1 x GE combo + 1 x GE RJ45 + 1 x 10 GE SFP+, LAN 8 x GE

RJ45 with min. 2 expansion slots.

xxv). Network Core Switching:

It shall have Switching Capacity of minimum 880Gbps

It shall have Forwarding rate minimum 700 Mpps

It shall have High Density port 10G Line cards

It shall have 1G optical ports.

It shall have 1000 Base-T electrical ports.

It shall Support 40G Line Cards for future bandwidth requirements

It shall have High end 64bit processor dual core

It Shall have Flash & SDRAM up to 2GB or more

It Shall have built-in CPU engine for switch fabric module

It Shall have MPU & LPU Slots as per requirements or better

It Shall have Static routing, RIP, OSPF or better routing protocols with the OS

without any additional license

Page 53: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 53

It shall have ring protection protocol for outdoor devices connected in ring network

redundancy.

It Shall have VRRP for transparent failover or equivalent

It shall support convergence of MPLS, VPN and multi services integration in a

complete package without additional license requirements.

It Shall have multi-link aggregation with load sharing to provide better redundancy

and link utilization

It shall support MACsec encryption technology to secure communication for all the

traffic.

It shall have hot swapping components.

It shall have passive backplane.

It shall comply to:

o FCC Part 15 Subpart B CLASS A

o ICES-003 CLASS A

o VCCI CLASS A

o CISPR 32 CLASS A

o EN 55032 CLASS A

o AS/NZS CISPR32 CLASS A

o CISPR 24

o EN 55024

o EN 61000-3-2

o EN 61000-3-3

o ETSI EN 300 386

xxvi). Access Switches with fibre uplink to establish LAN connectivity in BPC3:

It shall have switching capacity of 128Gbps

It shall have 96 Mpps packet forwarding rate

It shall have management console port x 1

It shall have services ports 24-port10/100/1000 Base-T & 4-port SFP+ 10G uplink

It shall support IRF2 stacking

It shall support Dynamic aggregation and M-LAG or better

It shall support Port-base VLAN, QinQ, Voice VLAN and MAC VLAN

It shall support DHCP services with client, snooping, reply & server.

It shall support Static routing, RIP, OSPFv1/v2/v3

It shall support ring protection protocols

It shall have CLI for configuration and web management for secondary interface for

configuration.

It shall have SNMP protocols for monitoring

xxvii). KVM Switches

Dual Interface model supporting USB and

Dual interface model supporting USB and PS/2 input devices.

200 MHz bandwidth, high quality video switching supporting up to SXGA

(1280x1024) resolution.

Easy access control buttons for KVM switch and LCD on-screen-display menu.

19" flip-up flat panel LCD monitor

Page 54: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 54

Server rack LCD console with 8-port USB KVM switches

Anti-glare tempered glass for added protection, 1280 x 1024 pixels resolution.

Ball-bearing slide out rails with locking clip.

Adjustable mounting brackets accommodates 24.75" to 38.0" rack depth

Note: All Equipment quoted should be of renowned Brands whose rating or reference

should be available

3.3 Component # 3- Laptops & Computers

i). Laptops:

Generation 8th with backlight support

Core i7- 2.0 GHz Base Frequency or higher

SSD hard drive 512 GB or higher

Installed RAM: 16 GB or higher

Gigabit Ethernet LAN

Dual band 802.11 b/g/n or ac Wi-Fi

Built-in graphic card

Screen size 14-15.6 inch

03-Years Manufacturer Warranty from the date of Delivery

5 numbers required

ii). Computers: (32 Operator Terminals with all accessories)

For efficient working, a sufficient number of operators will have video terminals. The

number of operators and their terminals will be given by the bidders in their design

and write-ups. The terminals will employ video/complaint management softwares.

The Operator shall have high end desktop computing with Intel Core i7 8th Gen or

higher processors 3.0 Ghz Base Frequency or higher with high end graphic card with

4 output to support multi-screen setup. The desktop computing shall have at least 16

GB of DDR-4. The desktop computing shall have 4 DIMM slots and 1.25 TB of

Storage divided 250GB SSD and 1TB SATA III. The high-end desktop operator

workstation shall have Dual gigabit LAN and band 802.11 b/g/n or ac Wi-Fi. The

High-end desktop shall have minimum 600Watt power supply.

03-Years Manufacturer Warranty from the date of Delivery

iii). High-end desktop shall have 92 numbers of 24” widescreen LEDs

iv). `

KVM Switches (30 numbers) with other accessories for LEDs to be mounted in

1 x 3 configuration.

Access up to four computers with one triple-display, keyboard and mouse

Page 55: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 55

USB keyboard & mouse with support for almost any keyboard and mouse, graphics

tablet, jog shuttle, joystick, 3D explorer, etc.

USB 2.0 Hub (2-Port) with broad high-speed device support

All Related Cables (6ft Length) must be included

3.4 Component # 4- Outdoor IP Surveillance Solution

i). IP Fixed Out-door Cameras 4 MP minimum (numbers:60)

Fixed Camera shall have 1/3” 4Megapixel progressive scan CMOS

Fixed Camera shall support H.265 & H.264/MJPEG triple-stream encoding

Fixed Camera shall support 25/30fps @ 4Mp (2688×1520)

Fixed Camera shall support WDR (120dB), Day/Night (ICR), 3DNR, AWB, AGC,

and BLC

Fixed Camera shall have 2.8 mm Lens

Fixed Camera shall have 2/1 Alarm in/out, 1/1 audio in/out

Fixed Camera shall have Max. IR LEDs Length 50m

Fixed Camera shall support Micro SD memory, IP67, IK10, PoE

ii). IP PTZ Out-door Cameras 4 MP minimum (Numbers: 10)

PTZ Camera shall have 1/2.8" CMOS

PTZ Camera shall have 32x optical zoom capability

PTZ Camera shall have advance Night image enhancement technology provide such

details during low light conditions.

PTZ Camera shall have 30fps at 4M resolution

PTZ Camera shall have additional auto tracking and perimeter protection capability

PTZ Camera shall Support PoE+ as primary power

PTZ Camera shall have IR distance up to 150 m

PTZ Camera shall have IP66 ration

iii). Connectivity solutions of new cameras & connectivity of already installed 169

cameras as well – open Fiber (12 Core Optical Fiber Cable Single Mode)

installation option or underground installation option

iv). Connecting DIG Quetta office with CPO through Fiber Optic (Arial

/Underground) for getting Cameras Feed/Live display

v). Outdoor Industrial Switch (having one port for Fiber Connectivity ):

The outdoor industrial switch shall have switching capacity of 30Gbps

The outdoor industrial switch have forwarding rate 15Mpps

The outdoor industrial shall have 8* 100/1000 Mbps Base-T ports & 2*1000 Mbps

Base -X ports.

Page 56: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 56

The outdoor industrial switch shall support flow control

The outdoor industrial switch shall support complete set of Layer 2 protocols but not

limited to support ARP, ATM, CHAP, Frame Relay, HDLC, LCAP, L2TP, LLDP,

MAC, Multi-link trunking, VLAN, STP, MSTP PPTP, PPP, PAP, and VTP.

The Outdoor switch shall support Both Multi-mode and Single Mode SFP up to 500m

to 20KM respectively but not limited to support 30KM and 40KM as per design.

The outdoor industrial switch shall support IEEE802.3af (PoE), IEEE802.3at (PoE+)

but limited to have Hi-PoE.

The outdoor industrial shall have -30°C~65°C working temperature.

The outdoor PoE Switch shall have DC power supply.

vi). Self-Supporting Tower Tripod Pole (15 Nos)

vii). 128 CH Network Video Recorders (03 in numbers) : (4 TB x 16 )

Total storage capacity: 64 TBx3= 200 TB approx.

Enough capacity of recording feed of 384 cameras (3x128 channels) for 15 days

The NVR shall accommodate 128 Nos. of video channel.

The NVR shall have multi-core processor

The NVR shall have embedded Linux OS

The NVR shall have 2 x HDMI and 1 x VGA output shall support 4K resolution but

not limited to support Full HD resolution.

The NVR shall support H.265/H.264/MJPEG Codec but not limited to support

H.265+, Smart H.265 /H.264+.

The NVR shall support minimum recording rate 2Mbps to 20Mbps per channel.

The NVR shall have 4 x (10/100/1000 Mbps) electrical ethernet ports.

The NVR Shall have the feature to have load balance between 4 x RJ45 ports and

work together to provide combined bandwidth but not limited to work independently.

The Network Video Recorder Shall have 2 x 1G Optical fibre interface for seamless

and smooth transition of video recording and forwarding to SAN Storage.

The NVR Shall support network function which include HTTP, HTTPs, TCP/IP,

IPv4/IPv6, UPnP, RTSP, UDP, SMTP, NTP, DHCP, DNS, IP Filter, PPPoE,DDNS,

FTP, Alarm Server, IP Search but not limited to support other protocols.

The NVR Shall have built in 16 SATA III ports, up to 8TB for each HDD

The NVR shall support Single, RAID 0/5/6/10.

The NVR shall have mSAS extension port for storage expansion but not limited to

have FC/NAS/SAN direct connection to increase storage.

The NVR shall have dual power supply working mode AC100V ~ 240V, 50 ~ 60 Hz

Note: All Equipment quoted should be of renowned Brands whose rating or reference

should be available

viii). 500 Watts Hybrid UPS with Solar Panels (250 Watt) and Invertor 12v (hybrid

720 watts)

Page 57: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 57

Supply and installation of Solar Hybrid MPPT Technology with higher solar energy

utilization.

ix). UPS Batteries 12 volts 100 Ah:

Supply and installation of UPS dry Batteries for Hybrid UPS. 12 Volts, 100 AH

Maintenance free battery with Battery terminals.

x). Out-door CCTV Cabinet:

Material made from Electro-Galvanized Steel Sheets (EG) - Epoxy Outdoor colour

coating type Support Fans 4"x4" (Top and Bottom) Support air flow 2 side with filter

steel protect in-sect, bug, fly 1 Door and key for easy management CNC foam gasket

for protection waterproof, humidity Enclosure box.

xi). One Fiber Splicing Tool/Machine:

3.5 Component # 5- Video Conferencing Solution

i). Cloud MCU Server: (1 No)

with service management platform: physical servers with at least 2 cores for Multi

conferencing unit and management of users including 50 users management and

registration license, firewall traversal license, Cloud MCU Concurrent Port License,

include 10*1080P30/20*720p30/30*SD port

ii). Full HD codec for Video Conferencing: (8 Nos)

Full HD codec 1080p30 Video Conferencing System with 4X zoom camera

H.323 and SIP Protocols.

G.711, G.722 AAC-LD Audio Protocols

Eco Cancellation and support of Omni Directional Voice Pickup.

2 HDMI Video Outputs and at-least 1 HDMI/VGA input. Support of audio out

iii). Smart LED 55’’ inch with 2xHDMI Ports (8 Nos)

3.6 Component # 6- Requisite Softwares

The bidders will offer a complete set of requisite following softwares available in the market

to make BPC3 fully operational and functional and to ensure analytics / analysis, in

accordance with BPPRA rules.

The bidder shall provide following softwares:

i). Middleware Software

Page 58: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 58

ii). 15- Emergency Response & Integrated Communication & Dispatch Centre

software

iii). Crime Analysis and Mapping

iv). GIS (Geographic Information System)

v). Video Forensics (analytics) software

vi). Complaint Management System for redressal of public grievances

vii). Any other requisite software for BPC3 & Data Centre

viii). Interactive dashboards for running the softwares provided by the bidder as

mentioned above and the softwares already available with procuring agency as under :

1. HRMIS

2. CRMS

3. PSRMS

4. Hotel Eye

5. Welfare Eye

6. Fleet Management System

7. Inventory Management System

3.7 Component # 7- IP Surveillance Solution for BPC3 & Data Centre

i). IP Dome Camera 4-megapixel resolution CMOS ICR Infrared Network Bullet

Camera

ii). 16-Port Fast Ethernet PoE Desktop Switch

iii). 16 Port NVR Basic for Camera only with 2 Bays

iv). Wiring & connectivity solutions

v). 8-TB SATA HDD for recording

vi). Smart LED TV 55" with HDMI cabling & complete fitting for getting live feed of

ten security / surveillance Cameras

Page 59: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 59

4 FINACIAL PROPOSAL SCHEDULE (Following format to be strictly followed by all bidders to ensure uniformity)

Financial proposal Format

S# Item Qty Unit Rate

Tota

l

Rate

Compliance

Yes / NO

Component # 1: Video Wall Solution

1 55'' Narrow Bezel LEDs 49

2 Video Controller for 49 LEDs 1

3 Video Managing Software 1

4 Civil Works As per design

5 Designing of complete Control Room

Facility As per design

6 Acoustic treatment of the Control Room As per design

7 Lighting & controls As per design

8 Sound System As per design

9 Furniture for complete Facility As per design

10 Video wall Installation and Assembly As per design

11 Over Head Bridge As per design

12 Biometric Access Control System 2

13

Dispatch Gateway for Radio Terminal

integration (complete solution with

accessories)

1

14 Online 40 KVA UPS with one hour dry

battery backup 1

15

Complete cooling and heating system of

BPC3 hall for extreme weather conditions

(complete solution)

As per design

Component # 2: Data Centre

16 High Performance Server for Computing &

Virtualization 5

17 IP SAN Storage for 1200 TB 1

18 Firewall (Next Generation) for protection

against intrusion and providing Encryption 3

19 VMware vSphere latest standard edition and

latest VCenter Standard edition 10+1

20 VM Backup & Replication License 10

21 Windows Servers & Desktop Antivirus 10+35

22 Windows server standard 2019 OLP 36

cores license with minimum 5 Cal 5

23 Network & Computing Racks with PDU's 4

24 Online 20 KVA UPS with one hour dry

battery backup 1

Page 60: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 60

25 Air Conditioning 4 Tons 2

26 Air Conditioning 1.5 Tons (Invertor) 2

27 Complete Network Cabling for Entire

Facility As per design

28 Electrical / Cabling Works As per design

29 Passive Works As per design

30 Fire Suppression System with all accessories As per design

31 Fire Alarm System with all accessories As per design

32 Environmental Control System with all

accessories As per design

33 Electrical & Network Panels (Rackway) As per design

34 Complete Integration/Electrification of DC

equipment's As per design

35 Earthing / Grounding As per design

36 Biometric Access Control System 4

37 Tempered Glass Partitioning 16 mm

(complete solution) As per design

38 Anti-static Flooring As per design

39 Dampa False Ceiling 2 x 2 As per design

40 WAN Router for Internal Networks 2

41 Network Core Switching as per detailed

technical specifications 2

42 Access Switches with fiber uplink to

establish LAN connectivity in BPC3 4

43 KVM Switches for connecting Servers 2

Component # 3 Laptops & Computers

44 Laptops 8th Gen 5

45 Desktop Computer with all Accessories 32

46 LEDs 24” (Wide Flat Panel) 92

47 KVM Switches with other accessories for

LEDs to be mounted in 1 x 3 configuration. 30

Component # 4 Outdoor IP Surveillance Solution

48 4MP IP Fixed Camera (Out Door) 60

49 4MP IP PTZ Camera (Out Door) 10

50 Fiber connectivity solution for 70 new and

169 already installed cameras

As per

requirement (per

meter rate)

51 Connecting DIG Office Quetta with CPO

through Fiber Optic

As per

requirement (per

meter rate)

52 Outdoor Industrial Switch 8 Port (one port

fiber) 20

53 Self-supporting Pole/Tower Tripod 15

54 128 Channel Network Video Recorders with

storage capacity (4 TB x 16) 3

Page 61: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 61

55 500 Watts Hybrid UPS with Solar Panels

(250 Watt) & Invertor 15

56 UPS Batteries 12 volts 100 Ah 15

57 Out Door CCTV Cabinet 15

58 Fiber Splicing Tool / Machine 1

Component # 5 Video Conferencing Solution

59 Cloud MCU Server 1

60 Full HD codec for Video Conferencing 8

61 Smart LED 55’’ inch with 2xHDMI Ports 8

Component # 6 Requisite Softwares

62 Middleware Software 1

63 15- Emergency Response & Integrated

Communication & Dispatch Centre software 1

64 Crime Analysis and Mapping 1

65 GIS (Geographic Information System) 1

66 Video Forensics (analytics) Software 1

67 Complaint Management System for

redressal of public grievances 1

68 Any other requisite software for BPC3 &

DC

69 Interactive Dashboards & any other requisite

software for BPC3 & Data Centre 1

Component # 7: Physical Surveillance & Monitoring Solution for BPC3 & DC

70 IP Dome Camera 4-megapixel 10

71 16-Port Fast Ethernet PoE Switch 1

72 16 Port NVR only with 2 Bays 1

73 Wiring & Connectivity As per designed

74 8-TB SATA HDD 1

75 Smart LED TV 55" 2

Total BID price inclusive of all taxes & duties. PKR ___________________________ &

(In words)__________________.

Page 62: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 62

5 BID DATA SHEET

The following specific data for the BPC3 project/work/services/components to be procured

shall complement, supplement, or amend under the provisions in the Instructions to Bidders

(Bid documents clauses) Part One. Whenever there is a conflict, the provisions herein shall

prevail over those in ITB.

Introduction

CPO

Name of Project:

THE ESTABLISHMENT OF BALOCHISTAN POLICE COMMAND, CONTROL,

COMMUNICATION AND DATA CENTRE (BPC3) ON TURNKEY BASIS , CPO

QUETTA

For clarification purposes, the Employer’s address is:

CENTRAL POLICE OFFICE GULISTAN ROAD. QUETTA – BALOCHISTAN

PHONE NUMBER: +92 – 81 – 9203479

FAX NUMBER: +92 – 81 – 9201267

E-MAIL ADDRESS: [email protected]

Language of the bid – English

Bid Price and Currency

The price quoted shall be Delivered Duty Paid / BOQ / O & M at the following locations

in accordance with the Schedule of Requirements including the delivery charges: [CPO

Quetta]

The price shall be in Pak Rupees (including all taxes) and shall be fixed.

Preparation and Submission of Bids

Mandatory Requirement For All Lots –

a. Certificate of Incorporation of bidders firm

b. NTN , GST,

c. Professional Tax Certificate

d. Balochistan Sales Tax

e. Signed & stamped bidding document and all attachments

Page 63: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 63

Qualification Requirements ;

In addition to Bid document relevant clause, the potential bidder must also fulfill the

following:-

a) Technical Brochures of Equipment quoted, mentioning its specifications,

manufacture’s model, product number, and country of origin.

b) Authority Letter from the Bidder Company authorizing the relevant person to

represent the company.

c) Submission of undertaking on legal valid and attested stamp paper that the firm,

company, joint venture (any partner of JV) or consortium is not blacklisted by any

of Provincial or Federal Government Department, Agency, Organization or

autonomous body or Private Sector Organization anywhere in Pakistan and incase

of international partner its undertaking that the firm is not Blacklisted anywhere in

the World.

Amount of Bid Security:

1. Bids shall be in the prescribed format, sealed and accompanied by the Bid Security

in the form of Call Deposit Receipt (CDR) in favor of “Inspector General of

Police Balochistan” having its validity 90 days from the date of opening of

Financial bid that shall be annexed the original with the financial proposal (bid)

and copy of the same with technical proposal (bid) with understanding that the bid

security has been duly paid.

Sr. Description Bid Security

1

THE ESTABLISHMENT OF BALOCHISTAN

POLICE COMMAND, CONTROL,

COMMUNICATION AND DATA

CENTER(BPC3) ON TURNKEY BASIS AT

CPO QUETTA

2% of the total bid

value

Bid Validity Period: 90 days after the date of opening of Financial bid.

Bids must be accompanied by unit price and total price.

Deadline for Bid Submission: 17.01.2020 no later than 1030 Hours

Time, Date, and Place for Bid Opening: (same date), 17.01.2020 at 1100 Hours at

Committee room, CPO, Quetta

Bid Evaluation

Criteria for bid evaluation: Quality Cost Base Selection Method

Contract Award

Percentage for quantity increase or decrease accordance with BPPRA rules.

Page 64: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 64

6 SCHEDULE OF REQUIREMENTS

The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the

date of delivery required.

TABLE 1 COMPLETION SCHEDULE

Sr. Description Completion Period

1

THE ESTABLISHMENT OF BALOCHISTAN POLICE

COMMAND, CONTROL, COMMUNICATION AND

DATA CENTER(BPC3) ON TURNKEY BASIS AT CPO

QUETTA

120 Days

2 SUPPORT SERVICES (BPC3 Project, SUPPORT

SERVICES)

02 Years after Completion of

BPC3 Project Period

NOTE:

1. Client/CPO has the right to change in the quantities or numbers / sizes cancel the bid

and Lot at any point of time.

2. Samples are obligatory, will be submitted to CPO as a part of technical bid.

3. Standard Warranty at least for Two (02) year after the commissioning/operationally of

goods.

4. Delivery timeline is extendable with the consent after the issues of purchase order or

the Procuring agency may extend the delivery period or demand as per the time

frame given to the Contractor.

5. If delivered items are not as per standard mentioned in the Tender Document, Client

reserves the right to claim replacement of the same or cancelation of the Contract or

any other action along with forfeiting the performance guarantee and take any other

legal action.

6. The sample or delivered goods may be sent to any laboratory / factory for its

evaluation / examination and in case the samples etc. declared substandard as

required the client has right to reject all delivered items or its bid, forfeit its bid

security / performance security or initiate any legal action against him.

Page 65: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 65

7 EVALUATION CRITERIA

S.# CRITERIA POINT DESCRIPTION MAX.

MARKS

DOCUMENTS

REQUIRED

A Bidders Years

of Existence as

a Firm

Firms Incorporation Date / Bidders

Registration of SECP.

Number of Years of Existence:

10 Years or above = 10

Marks

5 Years or above = 5 Marks

Less than 5 years = 2.5 Mark

10 SECP

Incorporation

certificate

B Similar nature

experience

Bidder must have completed At least

2 assignments projects of Control

Rooms

(5 Points for each Project)

10

Copy of Purchase

order /

Completion

certificate/Visual

Proofs

C Understanding

of the Project

Understanding of Project &

Operational Process

(Presentation & write up)

10 Detailed Project

Write UP and

Presentation

D Architectural

Design

Demonstration of Architectural

Design (visual + 3D + Plans of

Control Room & Data Centre)

10 Site Plans +

Designs

E Detailed

Technical

Design

Low Level Design covering

Network Design, Storage,

integration of cameras 10

Detailed

Technical Write

UP and Design

F Control Room

Dashboards

Mockups of Operational

Dashboards to be deployed in

Control Room

10 Actual Screens

Shots and Mock

Ups

G

Professional

Capability of

Bidder’s Staff /

HR

Technical Staff :

Relevant Associate Level

Certification per person = 1.5

Points

Relevant Professional Level

Certification per person =

3Points

(Accumulated total can be MAX 5

points for both levels).

10 Copies of

Certificate

H Implementation

1. Project Implantation Plan using

Project Management tool (05

Points)

2. Quality Control Strategy (05

Points)

10 Project Plan + QC

document

I Interoperability

Explaining integration with existing

installed CCTV System + S/W’s to be

Deployed in the Control Room 10 Integration Plan

Page 66: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 66

J OEM

Partnership

Tier Status of Partnership for Control

Room Screens, Network, Storage,

Server & CCTV equipment:

Tier 1 / GOLD = 10 Marks

Tier 2 / Silver = 5 Marks

Tier 3 / Normal = 2.5 Marks

10 Attach Certificate

TOTAL MARKS =

100 MINIMUM PASSING MARKS = 70

Note:

Bidders are required minimum 70 % marks in total to qualify for Financial Stage.

Sealed Financial bid will be returned to unsuccessful bidders.

Financial Bids without 2% Earnest will be disqualified immediately.

Page 67: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 67

8 BIDDING FORMS

1. BID SUBMISSION FORM

Date:

No:

To

[CPO]

Having examined the bidding documents including Addenda Nos. [ ], the receipt of which is

hereby duly acknowledged, we, the undersigned, offer to supply and deliver BPC3 project on

turn-key basis in conformity with the said bidding documents for the sum of [total bid

amount in words and figures]or such other sums as may be ascertained in accordance with the

Schedule of Prices attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver all components of the project in accordance

with the delivery schedule specified in the Schedule of Requirements. And, prior to execution

of the contract no right accrue.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 05%

percent of the Contract Price for the due performance of the Contract, in the form prescribed

by the CPO.

We agree to abide by this Bid for a period of 90 days from the date fixed for financial Bid

opening under relevant clauses of the Instructions to Bidders, and it shall remain binding

upon us and shall be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written

acceptance thereof and your notification of award, shall constitute a binding Contract

between us but prior to executing the contract we have no right to claim on any information,

written acceptance etc. issued by CPO.

In any case and at any stage of procurement process or thereafter for the verification purpose

the CPOhas right to seek the clarification or call any document / record to authenticate /

verify of the submitted document from undersigned or any institution, Commissions or

gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract

execution if we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or

gratuity

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state “none”)

Page 68: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 68

We understand that CPO is not bound to accept the lowest or any received bid and may

cancelled the process at any time.

Dated this ________________ day of ________________ 20______.

[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of

2. MANUFACTURER’S AUTHORIZATION FORM

[See the Relevant clause of the Instructions to Bidders.]

To: [name of the CPO]

WHEREAS [name of the Manufacturer] who is established and reputable manufacturers of

[name and/or description of the BPC3 Project] having factories at [address of factory]

Do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate

and sign the Contract with you against the above mentioned project.

We hereby extend our full guarantee and warranty as per Relevant Clause of the General

Conditions of Contract and bidding documents for BPC3 project on turn-key basis offered for

supply by the above firm/company against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney (attachment required)

to bind the Manufacturer. It should be included by the Bidder in its bid.

3. Price Schedules

THE ESTABLISHMENT OF DATA CENTRE AND PURCHASE OF I.T EQUIPMENT

FOR BALOCHISTAN POLICE COMMAND, CONTROL, COMMUNICATION & DATA

CENTRE (BPC3), CPO QUETTA.

Page 69: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 69

Note:

1. In case of discrepancy between unit price and total, the unit price shall prevail.

2. The Contractor are required to complete the above said price schedule carefully and in

case of any discrepancy or multiple price the bid shall not be considered.

3. The bidders will strictly follow the format of price schedule (columns and rows) as

provided in the bidding document. Any other form of price schedule will not be

accepted.

4. At site complete training of CPOs nominated staff regarding maintenance and

operation of BPC3 project. (Mandatory)

5. All prices must be included with all prevailing taxes.

6. The technically qualified bidders shall be responsible to provide the samples.

7. All software and devices must be compatible with current data center of CPO

Page 70: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 70

9 CONTRACT FORMS

1. CONTRACT FORM

THE AGREEMENT made the _____ day of __________ 20_____ between CPO (hereinafter

called “CPO/Client”) of the one part and [name of Contractor] of (hereinafter called “the

Contractor”/client) of the other part:

WHEREAS the CPO invited bids for its PBC3 project] and has accepted a bid by the

Contractor for the establishment of BPC3 project on turn-key basis in the sum of [contract

price in words and figures] (hereinafter called “the Contract Price”).

NOW THE AGREEMENT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as

integral part of this Contract, viz.:

a. The Bid Form and the Price Schedule submitted by the Bidder;

b. The Schedule of Requirements;

c. The Technical Specifications;

d. The General Conditions of Contract;

e. The Special Conditions of Contract; and

f. The CPO Notification of Award.

g. The clarifications provided to the Contractor

3. The Client hereby covenants to pay the Contractor in consideration for the

establishment of BPC3 project on turn-key basis and the remedying of defects therein,

the Contract Price or such other sum as may become payable under the provisions of

the contract at the times and in the manner prescribed by the contract.

4. The Client may add, delete, and review any conditions or clause of the contract at the

timing of its signing with mutual consent without changing the substance of the bid

process / price. The Contract may be extended for a reasonable period with the

consent of the parties.

5. A detail contract agreement shall be drafted and signed including all terms and

conditions followed by Service Lander Agreement (SLA) and Non-Disclosure

Agreement (NDA).

IN WITNESS whereof the parties hereto have caused the agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the CPO)

Signed, sealed, delivered by the (for the Contractor)

Page 71: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 71

2. PERFORMANCE SECURITY FORM

To:

[Client Address]

WHEREAS [name of Contractor] (hereinafter called “the Contractor”) has undertaken, in

pursuance of Contract No. [Reference number of the contract] dated ____________ 20_____

to supply [description of BPC3 project’s works and services] (hereinafter called “the

Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall

furnish you with a bank guarantee by a reputable bank for the sum specified therein as

security for compliance with the Contractor’s performance obligations in accordance with the

Contract.

AND WHEREAS we have agreed to give the guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of

the Contractor, up to a total of [amount of the guarantee in words and figures], and we

undertake to pay you, upon your first written demand declaring the Contractor to be in default

under the Contract and without cavil or argument, any sum or sums within the limits of

[amount of guarantee]as aforesaid, without your needing to prove or to show grounds or

reasons for your demand or the sum specified therein.

This guarantee is valid until the _____ day of __________20_____.

Signature and seal of the Guarantors

[Name of bank or financial institution]

[Address]

[Date]

10 GENERAL CONDITIONS OF CONTRACT

1. Definitions 1.1 In this Bidding Documents, the following terms shall be interpreted as indicated:

a) “Applicable Laws/Rules” means the laws/Rules of Islamic Republic of

Pakistan/, as they may be issued and enforced from time to time.

b) “Authority” means the Balochistan Public Procurement Regulatory Authority

established under section 3 of the Act;

c) “Acceptable Bank" means a financial institution incorporated or organized in the

Page 72: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 72

Country having a credit rating of at least AA or higher by PACRA or AA or

higher by JCR-VIS.

d) “Bid” means a tender, or an offer by a person, consultant, firm, company or an

organization expressing willingness to undertake a specified task at a

price, in response to an invitation by a Procuring Agency;

e) “Bidding Process” means the procurement procedure under which sealed bids

are invited, received, opened, examined and evaluated for the purpose of

awarding a contract;

f) “Blacklisting” means barring a bidder, contractor, consultant or supplier from

participating in any future procurement proceedings by the Procuring Agency;

g) "Bid Security" means the bid security provided by the Contractor in favor of the

CPO pursuant to the Bidding Documents.

h) “Contractor” means the individual or firm or JV executing the BPC3 Project on

turn-key basis under the Contract.

i) “Competent Authority” means the concerned officer of a Procuring Agency

empowered to exercise the financial powers and to decide other matters for the

establishment of BPC3 project on turn-key basis including all type of goods,

works or services, as the case may be;

a) “Conflict of Interest” means—

“where a contractor, supplier or consultant provides, or could provide, or could

be perceived as providing biased professional advice to a Procuring Agency to

obtain an undue benefit for himself or those affiliated with him;”

(ii) receiving or giving any remuneration directly or indirectly in connection

with the assignment except as provided in the contract;

(iii) any engagement in consulting or other procurement activities of a

contractor, consultant or service provider that conflicts with his role or

relationship with the Procuring Agency under the contract; and

(iv) where an official of the procuring agency engaged in the procurement

process has a financial or economic interest in the outcome of the process of

procurement, in a direct or an indirect manner;

b) “Consultant” means a professional who can study, design, organize, evaluate and

manage projects or assess, evaluate and provide specialist advice or give

technical assistance for making or drafting policies, institutional reforms and

includes private entities, consulting firms, legal advisors, legislative drafters,

engineering firms, construction managers, management firms, procurement

agents, inspection agents, auditors, international and multinational organizations,

investment and merchant banks,

universities, research institutions, government agencies, non- governmental

organizations, and individuals;

c) “Consulting Services” means services requiring adequate external technical and

professional expertise that are beyond the capability and/or capacity of the

government to undertake such advisory and intellectual nature of inputs which

are provided by consultants using their professional skills;

d) “Corrupt and Fraudulent Practices” means either one or any combination of the

practices given below and in BPR-2014—

i. (i) ―Coercive Practice means any impairing or harming, or threatening to

impair or harm, directly or indirectly, any party or the property of the party to

influence the actions of a party to achieve a wrongful gain or to cause a

wrongful loss to another party;

ii. Collusive Practice‖ means any arrangement between two or more parties to the

procurement process or contract execution, designed to achieve with or without

Page 73: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 73

the knowledge of the Procuring Agency to establish prices at artificial,

noncompetitive levels for any wrongful gain;

iii. Corrupt Practice‖ means the offering, giving, receiving or soliciting, directly or

indirectly, of anything of value to influence the acts of another party for

wrongful gain;

iv. Fraudulent Practice‖ means any act or omission, including a misrepresentation,

that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a

financial or other benefit or to avoid an obligation; and

v. Obstructive Practice‖ means harming or threatening to harm, directly or

indirectly, persons or their property to influence their participation in a

procurement process, or affect the

vi. execution of a contract or deliberately destroying, falsifying, altering or

concealing of evidence material to the investigation or making false statements

before investigators in order to materially impede an investigation into

allegations of a corrupt, fraudulent, coercive or collusive practice; or threatening,

harassing or intimidating any party to prevent it from disclosing its knowledge

of matters relevant to the investigation or from pursuing the investigation, or acts

intended to materially impede the exercise of inspection and audit rights

provided for under the Rules;

e) “Day” means calendar day.

f) “Emergency” means natural calamities, disasters, accidents, war and operational

emergency which may give rise to abnormal situation requiring prompt and

immediate action to limit or avoid damage to person, property or the

environment;

g) "Facility" or "BPC3” means the Permanent Works, the Temporary Works and all

other obligations of the Contractor to be performed in terms of the agreement

including without limitation the completion of work, the Balochistan Police

Command, Control, Communication and Data Center, (BPC3) , the MDC/DRC,

IPNV site, LTE site, and all Divisions, all meeting the specifications set out in

the Employer's Requirements and in compliance with the Applicable Standards,

including the Support Services Works.

h) "Final Payment Certificate Support Services Works" means the payment

certificate issued for the Support Services

i) "Force Majeure Event" has the meaning given to that term in relevant clauses of

bid document, GCC, SCC.

j) “GCC” means the General Conditions of Contract contained in this section.

Government‖ means the Government of Balochistan;

k) “Head of the Department” means the administrative head of the department or

the organization;

l) "International Health and Safety Standards & Work Practices" mean those

practices, methods and procedures conforming to the safety, ethical and legal

requirements which are attained by exercising that. degree of skill, diligence,

prudence and foresight which would reasonably and ordinarily be expected from

a skilled and experienced engineering, procurement, supply, operations,

maintenance and services contractor engaged in the same or a similar type of

undertaking or activity under the same or similar circumstances and conditions

to those pertaining internationally and reasonably satisfying the ethical, health,

safety and environmental standards (including Environmental Standards

prevailing in the Country) of reputable engineering, procurement, supply,

operations, maintenance and services contractors internationally. 'International

Health and Safety Standards & Work Practices' are not limited to optimum

Page 74: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 74

practices, methods or acts to the exclusion of all others, but rather are a spectrum

of possible practices, methods and acts which could have been expected to

accomplish the desired result at reasonable cost consistent with reliability and

safety in the relevant industry.

m) “ITB” means Information to the bidder.

n) “Lowest Evaluated Bid” means a bid closely conforming to evaluation criteria

and other conditions specified in the bidding document, having lowest evaluated

cost;

o) “Lowest Submitted Price” means the lowest price quoted in a bid, which is

otherwise not substantially responsive;

p) “Mis-procurement” means public procurement in contravention of any provision

of the Act, rule, regulation, order or instruction made there under or any other

law in respect thereof, or relating to, public procurement;

q) “Letter of Acceptance" means collectively the notification of award issued by

the Employer, whereby the Employer accepts the Tender on the terms stated in

such letter and agreed to by the Contractor.

r) "Local Currency" means Pakistani Rupees (PKRs.).

s) "Maintenance Services" means all activities as set out in the Employer's

Requirements, relating to the operation and maintenance of the Facility that meet

and are in accordance with the Applicable Standards and the Prudent Practices

so that the Facility remains fit for the Intended Purpose and includes (without

limitation) any scheduled maintenance, interim maintenance, routine

maintenance, unscheduled maintenance or other activities relating to the

maintenance of the Facility including procuring, supplying, transporting and

scheduling delivery at Site, inventory management and making timely payments,

in each case, in respect of any spare parts and availability at Site of personnel

(including specialist expatriate personnel) and Contractor's Equipment as may be

required for maintenance of Facility for the duration of the Support Services

Period.

t) "Operations & Maintenance Services" means the 24/7 help desk at the Site

maintained by personnel (including specialist expatriate personnel) and other

maintenance services to be provided by the Contractor from Taking Over in

accordance with the requirements and for performance of the services set out in

the Employer's Requirements.

u) "Support Services Works" means collectively all the works and services to be

performed by the Contractor relating to the, Operations & Maintenance Services;

and Maintenance Services.

v) "Support Services Period" means the period commencing from the date the

Contractor commences the Support Services and ending on the 2nd anniversary

thereof subject to any extension under the agreement.

w) “Open Competitive Bidding” means a specified procedure defined under these

Rules, advertised in the prescribed manner, leading to the award of a contract

whereby all interested persons, firms, companies or organizations may bid for

the contract and includes both National and International Competitive Biddings;

x) “Performance Security" means the irrevocable and unconditional bank

guarantee(s) in favor of the Employer in the form attached (Form Performance

Security) and which shall be issued and maintained by an Acceptable Bank in

the Country or a foreign bank outside the Country duly counter-guaranteed /

confirmed by an Acceptable Bank in the Country or insurance from an AA

rating Company of Pakistan or the Word acceptable in Pakistan.

y) “Party or Parties” means all entities that may have a direct or indirect influence

Page 75: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 75

on procurement proceeding;

z) “Procurement Proceedings” means all procedures written or oral relating to

public procurement, starting from solicitation of bids up to award of contract;

aa) “Procuring Agency” means Central Police Office, Quetta. (CPO)

bb) “Province” means Balochistan Province.

cc) “SCC” means the Special Conditions of Contract.

dd) “Services” means any object of procurement other than goods or works,

and includes consultancy services;

ee) “Supplier” means a person, firm, company or an organization that undertakes

to supply goods and services related thereto, other than consulting services,

required for the contract;

ff) "Site" means the area specified for the Balochistan Police Command, Control,

Communication and Data Centre (BPC3) located at CPO, Quetta including but

not limited to MDC/DRC, IPNV site, LTE site, police stations, etc., Balochistan

Province, Pakistan, the place where the BPC3 project is to be executed and to

which Plant and Materials are to be delivered, and any other places as may be

specified in the agreement as forming part of the Site.

gg) "Subcontractor" means the subcontractors appointed by the Contractor in

consultation with the CPO/Procuring Agency.

hh) “The Contract Price” means the price payable to the Contractor under the

Contract for the full and proper performance of its contractual obligations.

ii) “The Contract” means the agreement entered into between the CPO and the

Contractor, as recorded in the Contract Form signed by the parties, including all

attachments and appendices thereto and all documents incorporated by reference

therein.

jj) “The Country” is Islamic Republic of Pakistan.

kk) “The CPO” means the Central Police Office Quetta, Balochistan.

ll) “The Goods” means all of the equipment, machinery, and/or other materials,

which the Contractor is required to supply to the CPO under the Contract and

ancillary services.

mm) “The Project Site,” where applicable, means the place or places located in the

CPO, Quetta.

nn) The “BPP Rules” means the Balochistan Procurement Rules 2014 amended to

date.

oo) “Value for Money” means best returns for each rupee spent in terms of quality,

timeliness, reliability, after sales service, up-grade ability, price, source, and the

combination of whole-life cost and quality to meet the Procuring Agency’s

requirements.

pp) ‘Works’ means a construction work heading consisting of erection , assembly ,

repair , renovation or demolition of a building or structure or part includes

incidental services such as drilling , mapping , sate light photography , seismic

investigation ‘’

2. Application 2.1 These General Conditions shall apply to the extent that they are not superseded

by provisions of other parts of the Contract.

3. Country of

Origin

3.1 For purposes of this Clause, “origin” means the place where the Goods were

mined, grown, or produced, or from which the Services are supplied. Goods

are produced when, through manufacturing, processing, or substantial and

major assembly of components, a commercially recognized new product

Page 76: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 76

results that is substantially different in basic characteristics or in purpose or

utility from its components.

3.2 The origin of Goods is distinct from the nationality of the Contractor.

4. Standards 4.1 The BPC3 project under this Contract shall conform to the standards

mentioned in the Technical Specifications, and, when no applicable standard

is mentioned, to the authoritative standards appropriate to the Goods country

of origin. Such standards shall be the latest issued by the concerned

institution.

5. Use of Contract

Documents and

Information;

Inspection and

Audit by the

Bank

5.1 The Contractor shall not, without the CPO prior written consent, disclose the

Contract, or any provision thereof, or any specification, plan, drawing,

pattern, sample, or information furnished by or on behalf of the CPO in

connection therewith, to any person other than a person employed by the

Contractor in the performance of the Contract. Disclosure to any such

employed person shall be made in confidence and shall extend only as far as

may be necessary for purposes of such performance.

5.2 The Contractor shall not, without the CPO prior written consent, make use of

any document or information enumerated in GCC relevant clause except for

purposes of performing the Contract and under intimation of purchased.

5.3 Any document, other than the Contract itself, enumerated in GCC relevant

clauses shall remain the property of the CPO and shall be returned (all

copies) to the CPO on completion of the Contractor’s performance under the

Contract if so required by the CPO.

5.4 The Contractor shall permit the CPO to inspect the Contractor’s accounts

and records relating to the performance of the Contractor and to have them

audited by auditors appointed by the CPO, if so required by the CPO.

6. Patent Rights 6.1 The Contractor shall indemnify the CPO against all third-party claims of

infringement of patent, trademark, or industrial design rights arising from the

project.

7. Performance

Security

7.1 Subject to SCC, within Seven (07) days of the receipt of notification of

award from the CPO, the successful Bidder shall furnish the performance

security in accordance with the Conditions of Contract, on the Performance

Security Form provided in the bidding documents, or in any another form

acceptable to the CPO in shape of bank guarantee, Demand Draft by the

renowned Bank of Pakistan or insurance Bond by AA ranking insurance

companies.

7.2 Failure of the successful Bidder to comply with the requirements of relevant

bid document Clauses or any other requirement by CPO shall sufficient

grounds for the annulment of the award and forfeiture of the bid

security/black listing, in which event or on any other reason deems

appropriate, the CPO may make the award to the next lowest evaluated

Bidder (responsive bidder) or call for new bids (re-bid).

Page 77: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 77

7.3 In case of JV, the Performance Security of a JV must be in the name of the JV or

as per the satisfaction of CPO.

Performance Security of the successful bidder/s shall be released within 60 days from

the date of successful inspection. In case of unsatisfactory performance on part of

the supplier, the “Performance Security” shall be forfeited or if CPO thinks, he

may retain the Performance Security until satisfactory completion of the task.

8. Inspections and

Tests

8.1 The CPO or its representative shall have the right to inspect and/or to test the

BPC3 project or its components to ensure their conformity to the Contract

specifications at no extra cost to the CPO. SCC and the Technical

Specifications / SCC shall specify what inspections and tests the CPO

requires and where they are to be conducted. The CPO shall notify the

Contractor in writing, in a timely manner, of the identity of any

representatives retained for these purposes.

8.2 The inspections and tests may be conducted on the premises of the

Contractor or its subcontractor(s), at point of delivery, and/or at the project’s

final destination. If conducted on the premises of the Contractor or its

subcontractor(s), all reasonable facilities and assistance, including access to

drawings and production data, shall be furnished to the inspectors at no

charge to the CPO.

8.3 Any inspected or tested Goods / Works if fail to conform to the

Specifications, the CPO may reject the Goods / Works, and the Contractor

shall either replace the rejected Goods / Works or make alterations necessary

to meet specification requirements free of cost to the CPO or CPO may take

any action against the Contractor.

8.4 The CPO’s right to inspect, test and, where necessary, reject the Goods /

Works after the Goods / Works /its components arrival in Pakistan shall in

no way be limited or waived by reason of the Goods / Works having

previously been inspected, tested, and passed by the CPO or its

representative prior to the Goods shipment from the country of origin.

8.5 The CPO has right to inspect and test the work constructed, installed,

maintained and operate by the contractor at any time during the project and

specially on completion / handing over / taking over as per the requirements

or and in accordance with the criteria / specification / drawings or terms and

conditions set forth in the bidding document or thereafter. A satisfactory

certificate shall be issued at the time of handing over taking over by the

CPO.

8.6 The CPO has right to inspect and evaluate the services provided by the

contractor through its own resources or through an independent consultant to

gage the performance of the Contractor and to satisfy the terms and

condition provided in the bidding documents or settled separately.

8.7 Nothing in GCC relevant Clause shall in any way release the Contractor

from any warranty or other obligations under this Contract.

8.8 Inspection of Goods shall be to validate the performance of Vendor in

conformity with the requirements of Quality, Quantity & fulfillment of terms

& conditions as laid down under the award of Contract.

8.9 The Inspection may be carried out by the Inspection Committee of the

Page 78: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 78

Procuring Agency on the basis of Lab Test Report (where applicable),

comparison with the approved samples and/or through technical co-opted

member (as the case may be).

8.10 Upon delivery of the required Goods by the supplier to the designated

location of the Procuring Agency, duly documented by the delivery challan,

the supplier shall have to seek date and time from the Procuring Agency for

inspection of the same by the Inspection Committee

8.11 Upon receipt of the delivery challan, the Procuring Agency shall assign

date & time for inspection of the delivered goods which shall, in no case be

later than 15 days from the date of delivery, and communicate the same to

the Supplier

8.12 The Inspection committee shall carry out the inspection on due date &

time and submit the inspection report within seven working days of the date

of inspection. The inspection report shall also be communicated to the

supplier

8.13 The Inspection Committee may or may not invite the supplier for

inspection. However in-case the supplier has reservations relating to the

contents of the Inspection Report, the supplier shall communicate the same

in writing to the chairman Inspection committee within two working days of

its notice, consequent upon which the Chairman shall take appropriate action

and / or review. In-case no reservation from the supplier is received within

two working days of receipt of inspection report, it shall be assumed that the

contents of the inspection report have been accepted by the supplier

8.14 In-case the Inspection Report declares the performance of supplier to be

not-in-fulfillment of the requirements laid down under the contract

agreement and the reservations of supplier are also not found to be genuine

or in conformity with the provision of the contract, then the Inspection

committee shall recommend to the competent authority penetrative measures

to the extent of the non-fulfillment, which may include financial penalty

and/or black-listing/debarring.

8.15 Proposal for Un-branded products will not be considered. Refurbished or

Low quality items will be rejected at the technical evaluation stage. Supply

will be compared with standard specifications/approved samples. The detail

has be given in SCC and shall be included in the contract subsequently.

9. Packing 9.1 The Contractor shall provide such packing of the Goods as is required to

prevent their damage or deterioration during transit to their final destination,

as indicated in the Contract and SCC. The packing shall be sufficient to

withstand, without limitation, rough handling during transit and exposure to

extreme temperatures, salt and precipitation during transit, and open storage.

Packing case size and weights shall take into consideration, where

appropriate, the remoteness of the Goods final destination and the absence of

heavy handling facilities at all points in transit.

9.2 The packing, marking, and documentation within and outside the packages

shall comply strictly with such special requirements as shall be expressly

provided for in the Contract, including additional requirements, if any,

specified in SCC, and in any subsequent instructions ordered by the CPO.

10. Completion of

10.1 Delivery of the Goods shall be made by the Contractor in accordance

Page 79: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 79

BPC3 Project with the terms specified in the Schedule of Requirements. The details of

shipping and/or other documents to be furnished by the Contractor are

specified in as per requirement of CPO as mentioned in SCC.

10.2 The works shall be completed by the contractors as per the criteria within

the time frame or extended with the consent of CPO without fail otherwise

CPO may initiate any legal action against the contractors

10.3 The services shall be rendered within the Time limit and in accordance

with the terms and conditions mentioned in the bidding documents or settled

thereafter with the consent and satisfaction of CPO.

11. Insurance 11.1 The Goods supplied under the Contract shall be delivered duty paid

(DDP) under which risk is transferred to CPO after having been delivered;

hence, insurance coverage is contractor responsibility. The insurance

coverage concerned to the works and services is the responsibility of the

contractor. The contractor insurance along with the employer / procuring

agency shall be incorporated in the contract as stated in SCC.

12. Transportation 12.1 All activities relating to transportation till the completion of the project

shall be arranged by the Contractor, and related costs shall be included in the

Contract Price. The detail shall be given in the contract subsequently

13. Incidental

Services

13.1 The Contractor may be required to provide any or all of the following

services, including additional services, if any, specified in SCC or required

by CPO:

(a) Performance or supervision of on-site assembly and/or start-up of the

supplied Goods.

(b) furnishing of tools required for assembly and/or maintenance of the supplied

Goods

(c) furnishing of a detailed Support Services manual for all components of

BPC3 Project.

(d) performance or supervision or maintenance and/or repair of the all the

components of BPC3 project for a period of time agreed by the parties,

provided that this service shall not relieve the Contractor of any warranty

obligations under this Contract; and

(e) Training of the CPO’s personnel, at the Contractor’s plant and/or on-site, in

assembly, start-up, operation, maintenance, configuration of all softwares

and/or repair of all the components of the project. (mandatory)

13.2 All cost for incidental service shall be borne by the Contractor included

in the contract Price for the Goods / Works and CPO shall not pay such cost

in any case except additional requirement by CPO.

14. Spare Parts 14.1 As specified in SCC, the Contractor may be required to provide any or

all of the following materials, notifications, and information pertaining to

spare parts manufactured or distributed by the Contractor:

(i) in the event of termination of production of the spare parts:

Page 80: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 80

(ii) advance notification to the CPO of the pending termination, in

sufficient time to permit the CPO to procure needed requirements; and

(iii) Such termination, furnishing at no cost to the CPO, the blueprints,

drawings, and specifications of the spare parts, if requested.

15. Warranty 15.1 As stated in SCC in detail, the Contractor warrants that the Goods

branded including all spare parts) supplied under the Contract are new,

unused, and that they incorporate all recent improvements in design and

materials unless provided otherwise in the Contract. The Contractor further

warrants that all Goods supplied under this Contract shall have no defect,

arising from design, materials, or workmanship (except when the design

and/or material is required by the CPO’s specifications) or from any act or

omission of the Contractor, that may develop under normal use of the

supplied Goods in the conditions prevailing in the country of final

destination.

15.2 This warranty shall remain valid for twelve (24) months after the

completion of the project or any portion thereof as the case may be, have

been delivered to and accepted at the final destination indicated in the

Contract, or for eighteen (30) months after the date of shipment from the port

or place of loading in the source country, whichever period concludes earlier,

unless specified otherwise.

15.3 The CPO shall promptly notify the Contractor in writing of any claims

arising under this warranty.

15.4 Upon receipt of such notice, the Contractor Shall, within the period of a

week or specified in SCC and with all reasonable speed, repair or replace the

defective parts thereof, without costs to the CPO.

15.5 If the Contractor, having been notified, fails to remedy the defect(s)

within the period specified above or in SCC, within a reasonable period, the

may proceed to take such remedial action as may be necessary, at the

Contractor’s risk and expense and without prejudice to any other rights

which the have against the Contractor under the Contract.

16. Payment 16.1 The method and conditions of payment to be made to the Contractor

under this Contract shall be specified in SCC.

16.2 The Contractor’s request(s) for payment shall be made to the CPO in

writing, accompanied by an invoice describing, as appropriate, the

components of the BPC3 Project delivered, services performed, and by

documents submitted pursuant to relevant GCC Clause, and upon fulfillment

of other obligations stipulated in the Contract.

16.3 The currency of payment is Pak. Rupees and paid in lump sum after the

completion of services and issuing of Satisfactory Certificate or as per the

decision (agreement) of CPO.

Page 81: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 81

16.4 Payment process shall be as follows:

a. Payment will be claimed on completion of 100% supply as per tender

specifications and approved samples.

b. On receipt of Inspection Committee report regarding inspected and

accepted store, 100% payment will be made by Procuring Agency i.e. CPO

in the light of approval by the Procurement Committee as per payment

milestone agreed by the Parties.

c. Payment will be made in the form of crossed cheque in the name of the

beneficiary of the Supply Order

d. Supplier shall have to claim the payment through submission of the Sales-

Tax Invoice amounting to the value of the Supply Order along-with Stamp

Duty @ 0.25% of the value of the Supply order

17. Prices 17.1 Prices charged by the Contractor for the components and services

delivered and performed of BPC3 project under the Contract shall not vary

from the prices quoted by the Contractor in its bid, with the exception of any

price adjustments authorized in SCC or in the CPO’s request for bid validity

extension, as the case may be or voluntary discount by the Contractor.

18. Change

Orders/

Variation

Orderss

18.1 The CPO may at any time, by a written order given to the Contractor,

make changes within the general scope of the Contract in any one or more

notwithstanding anything contrary to prevailing laws / rules:

19. Contract

& its Commencements

19.1 No variation in or modification of the terms of the Contract shall be

made except by written amendment signed by the parties given in SCC or in

the contract.

19.2 The contract shall be commenced after verification of the Bank guarantee

submitted by the Contractor from the concerned bank if otherwise not

provided.

20. Assignment or

Sub -contract

20.1 The Contractor shall not assign, to any other or sublet or sub-contract

with in whole or in part, its obligations to perform under this Contract,

except with the CPO’s prior written consent.

21. Delays in the

Contractor’s

Performance

21.1 Subject to SCC and the contract delivery / completion of the BPC3

project, SUPPORT SERVICES work shall be made by the Contractor in

accordance with the time schedule prescribed by the CPO in the Schedule of

Requirements shall not be tolerated.

21.2 If at any time during performance of the Contract, the Contractor or its

subcontractor(s) (if otherwise allowed) encounter conditions impeding

timely completion of the BPC3 project and intimate in writing regarding the

causes of delay and other requisite details then as soon as practicable after

receipt of the Contractor’s notice, the CPO shall evaluate the situation and

may at its discretion extend the Contractor’s time for performance, with or

without liquidated damages, in which case the extension shall be ratified by

the parties by amendment of Contract.

Page 82: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 82

21.3 Except as provided anywhere in GCC Clause, a delay by the Contractor

in the performance of its delivery obligations shall render the Contractor

liable to the imposition of liquidated damages pursuant to GCC relevant

Clause, unless an extension of time is agreed upon pursuant to related GCC

Clause without the application of liquidated damages. The detail about the

completion, period and payment milestone shall be settled in contract

subsequently.

22. Liquidated

Damages

22.1 Notwithstanding anywhere in GCC Clause, if the Contractor fails to

deliver / complete any or all of the Goods / Works / or to perform the

Services within the period(s) specified in the Contract, the CPO shall,

without prejudice to its other remedies under the Contract, deduct from the

Contract Price, as liquidated damages, a sum equivalent to the percentage

specified in SCC (0.2 % of contractual price per day) of the delivered price

of the delay caused in the completion of BPC3 project or unperformed

Services for each day or part thereof of delay until actual delivery or

performance, up to a maximum. The detail of liquidated damages shall be

incorporated in the contract.

23. Termination for

Default

23.1 The CPO, without prejudice to any other remedy for breach of Contract,

by written notice of default sent to the Contractor, may terminate this

Contract in whole or in part:

(a) If the Contractor fails to deliver / perform any or all of the BPC3 project

work/services within the period(s) specified in the Contract, or within any

extension thereof granted by the CPO pursuant to GCC relevant Clause or

(b) If the Contractor fails to perform any other obligation(s) under the Contract.

(c) If the Contractor, in the judgment of the CPO has engaged in corrupt and

fraudulent or fraudulent practices in competing for or in executing the

Contract. For the purpose of this clause: “Corrupt and fraudulent practice”

means that defined in BPP Rules 2014 or Act 2009 amended to date.

However, CPO shall follow the prevailing rules and law in case of

termination of the contract, if required.

23.2 In the event the CPO terminates the Contract in whole or in part, the

CPO may procure, upon such terms and in such manner as it deems

appropriate, the BPC3 project or related services similar to those

undelivered, and such additional costs shall be payable by the Contractor.

However, the Contractor shall continue performance of the Contract to the

extent not terminated. The benefit of force majeure shall be in favor of client

if it anytime.

23.3 When the Supplier fails to deliver any or all of the Goods within the

period(s) specified in the contract, or within any extension thereof and such

failure amounts to at-least ten percent (10%) of the contact price;

23.4 As a result of force majeure if agreed by the CPO, the Supplier is unable

Page 83: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 83

to deliver Goods amounting to at least ten percent (10%) of the contract

price, for a period of not less than sixty (60) days after receipt of the notice

from the Procuring Agency stating that the circumstance of force majeure is

deemed to have ceased; or

23.5 The Supplier fails to perform any other obligation under the Contract.

23.6 In case the delay in the delivery of the Goods and/or performance of the

Services exceeds a time duration equivalent to ten percent (10%) of the

specified contract time plus any time extension duly granted to the Supplier,

the Procuring Agency may terminate this Contract, forfeit the Supplier's

performance security and award the same to a qualified Supplier. In SCC the

detail has been provided.

24. Force Majeure 24.1 Notwithstanding anything contrary provided in the provisions of GCC

Clauses, the Contractor shall not be liable for forfeiture of its performance

security, liquidated damages, or termination for default if and to the extent

that it’s delay in performance or other failure to perform its obligations under

the Contract is the result of an event of Force Majeure.

24.2 For purposes of this clause, “Force Majeure” means an event beyond the

control of the Contractor and not involving the Contractor’s fault or

negligence or internal issues between any other Country/Firm/Company or

due to its corrupt/illegal or wrong practice and not foreseeable. Such events

may include, but are not restricted to, acts of the CPO in its sovereign

capacity, wars or revolutions, fires, floods, epidemics, quarantine

restrictions, and freight embargoes.

24.3 If a Force Majeure situation arises, the Contractor shall promptly notify

the CPO in writing of such condition and the cause thereof. Unless

otherwise directed by the CPO in writing, the Contractor shall continue to

perform its obligations under the Contract as far as is reasonably practical,

and shall seek all reasonable alternative means for performance not

prevented by the Force Majeure event. The benefit of Force Majeure shall be

in favor of client (CPO) if it happened anytime.

24.4 The Supplier shall not be liable for forfeiture of its performance security,

liquidated damages, or termination for default if and to the extent that it’s

delay in performance or other failure to perform its obligations under the

Contract is the result of a force majeure if agreed by the CPO

24.5 For purposes of this Contract the terms “force majeure” shall be

interpreted to mean an event which the Contractor could not have foreseen,

or which though foreseen, was inevitable. It shall not include ordinary

unfavorable weather conditions; work stoppage, delay or failure on the part

of the agents of the Suppliers, and any other cause the effects of which could

have been avoided with the exercise of reasonable diligence by the

Contractor.

Page 84: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 84

24.6 If a force majeure situation arises, the Supplier shall promptly notify the

Procuring Agency in writing of such condition and the cause thereof also

elaborating the extent of deviation from the Contract and suggested remedial

measures thereof. Unless otherwise directed by the Procuring Agency in

writing, the Supplier shall continue to perform its obligations under the

Contract as far as is reasonably practical, and shall seek all reasonable

alternative means for performance not prevented by the force majeure.

25. Termination for

Insolvency

25.1 The CPO may at any time terminate the Contract by giving written notice

to the Contractor if the Contractor becomes bankrupt or otherwise insolvent.

In this event, termination will be without compensation to the Contractor,

provided that such termination will not prejudice or affect any right of action

or remedy which has accrued or will accrue thereafter to the CPO.

26. Termination for

Unlawful Acts

26.1 The Procuring Agency may terminate this Contract in case it is

determined prima facie that the Supplier has engaged, before or during the

implementation of this Contract, in unlawful deeds and behaviors relating to

contract acquisition and implementation. Unlawful acts include, but are not

limited to, the following:

a. Corrupt, fraudulent, and coercive practices as defined in the foregoing

bidding documents

b. Drawing up or using forged documents;

c. Using adulterated materials, means or methods, or engaging in production of

the procumbent item contrary to rules of science or the trade; and

d. Any other act analogous to the foregoing.

27. Termination for

Convenience

27.1 The Procuring Agency shall terminate this Contract if the Supplier is

declared bankrupt or insolvent as determined with finality by a court of

competent jurisdiction. In this event, termination will be without

compensation to the Supplier, provided that such termination will not

prejudice or affect any right of action or remedy which has accrued or will

accrue thereafter to the Procuring Agency and/or the Supplier. The Procuring

Agency may terminate this Contract, in whole or in part, at any time for its

convenience. The Head of the Procuring Agency may terminate a contract

for the convenience of the Government if he has determined the existence of

conditions that make Project Implementation economically, financially or

technically impractical and/or unnecessary, such as, but not limited to,

fortuitous event(s) or changes in law and national government policies.

27.2 To have any portion delivered and paid at the contract terms and prices;

and/or

27.3 To cancel the remainder and pay to the Supplier an agreed amount for

partially completed Goods and for materials and parts previously procured

by the Supplier.

27.4 If the Supplier suffers loss in its initial performance of the terminated

contract, such as purchase of raw materials for goods specially manufactured

for the Procuring Agency which cannot be sold in open market, it shall be

allowed to recover partially from this Contract, on a quantum merit basis.

Before recovery may be made, the fact of loss must be established under

oath by the Supplier to the satisfaction of the Procuring Agency.

28. Procedure for 28.1 The following provisions shall govern the procedures for termination of

Page 85: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 85

termination of Contract this Contract:

a) Upon receipt of a written report of acts or causes from any source which

may constitute ground(s) for termination as aforementioned, the CPO at the

stance of the Inspection Committee, within a period of seven (7) calendar days,

shall verify the existence of such ground(s) and cause execution of a Verified

Report, with all relevant evidence attached

b) Upon recommendation by the Inspection Committee, or, upon its own

initiative, CPO shall cause issuance of a written notice to the Supplier conveying

the specific nature of the compliant or default, which could eventually result in

termination of the Contract. The notice shall state:

c) an instruction to the Supplier to show cause as to why this Contract

should not be terminated; and

d) that, in case of unsatisfactory response on part of the supplier to make

good the default reported by the CPO within a period of 15 (Fifteen) days, this

Contract shall be liable to termination for any of the ground(s) and a statement

of the acts constituting the same;

e) The CPO shall specifically indicate extent of termination, whether in

whole or in part;

29. Special instructions

of

the Procuring Agency,

if any.

29.1 The Notice to Terminate shall be accompanied by a copy of the Verified

Report;

29.2 Within a period of seven (7) calendar days from receipt of the Notice of

Termination, the Supplier shall submit to Head of the Procuring Agency or

CPO a verified position paper stating why this Contract should not be

terminated. If, on receipt of Termination Notice, the Supplier fails to show

cause after the lapse of the seven (7) day period, either by inaction or by

default, the Head of the Procuring Agency or CPO shall issue an order to the

effect of Terminating this Contract;

29.3 The Procuring Agency may, at any time before receipt of the Supplier’s

verified position paper to withdraw the Notice to Terminate if it is

determined that certain items or works subject of the notice had been

completed, delivered, or performed before the Supplier’s receipt of the

notice;

29.4 Within a non-extendible period of ten (10) calendar days from receipt of

the verified position paper, the Head of the Procuring Agency or CPO shall

decide whether or not to terminate this Contract. It shall serve a written

notice to the Supplier of its decision and, unless otherwise provided, this

Contract is deemed terminated from receipt of the Supplier of the notice of

decision. The termination shall only be based on the ground(s) stated in the

Notice to Terminate;

29.5 The Head of the Procuring Agency may create a Contract Termination

Review Committee (CTRC) to assist him in the discharge of this function.

All decisions recommended by the CTRC shall be subject to the approval of

the Head of the Procuring Agency;

30. Reservation Clause

30.1 If at any time prior to award of contract any changes arises in the

situation of the Bidder which will affect its capability to undertake the

project such that it fails the preset eligibility or bid evaluation criteria, the

Procuring Agency shall consider the said Bidder as ineligible and shall

disqualify it from submitting a bid or from obtaining an award or contract.

30.2 Based on the following grounds, the Procuring Agency shall declare a

Page 86: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 86

Failure of Bidding process at any time prior to the contract award and make

no assurance that a contract shall be entered into as a result of this bidding

process:

30.3 If there is prima facie evidence of collusion between appropriate public

officers or employees of the Procuring Agency, or between the Procurement

Committee and any of the bidders, or if the collusion is between or among

the bidders themselves, or between a bidder and a third party, including any

act which restricts, suppresses or nullifies or tends to restrict, suppress or

nullify competition;

30.4 If the Procuring Agency’s Procurement Committee is found to have

failed in following the prescribed bidding procedures laid down under the

Balochistan Public Procurement Rules – 2014 or the General Financial Rules

being followed by the Government of the Balochistan; or

30.5 For any justifiable and reasonable ground where the award of the

contract will not prove to the benefit of the Government of Balochistan or

the procuring agency as follows:

30.6 If the physical and economic conditions have significantly changed so as

to render the project no longer economically, financially or technically

feasible as determined by the head of the procuring Agency;

30.7 If the project is no longer necessary as determined by the head of the

procuring Agency; and

30.8 If the source of funds for the project has been withheld or reduced

through no fault of the Procuring Agency.

30.9 In addition, the Procuring Agency may likewise declare a failure of

bidding when:

No bids are received;

i. All prospective bidders are declared ineligible;

ii. All bids fail to fulfill the evaluation criteria laid down in these

bidding document or any other ground which CPO deems

appropriate.

31. Evaluation Criteria

of Bids

31.1 Evaluation Criteria: Selection of the successful bidder shall be based on

the Least-Cost Selection Method which means, “Technically responsive,

lowest financial bid, received from Eligible Bidders” Procedure for which is

as follows: -

a. Bidders Eligibility Assessment. Initial evaluation of the Technical

proposals shall be carried-out by the PROCUREMENT

COMMITTEE, subsequent upon fulfillment of requirements of the

eligibility criteria laid down under the heading of “Letter of

Invitation for Bids – Eligibility Criteria for Bidders” and Bidders

shall be categorized as:

i. Eligible Bidders

ii. Ineligible Bidders

b. Return of Proposals from Ineligible Bidders after execution of the

contract with the lowest evaluated bidder as per BPP Rules 2014.

Proposals from Ineligible Bidders shall be declared “Non-

Page 87: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 87

Responsive”, consequently shall NOT be accepted for any further

evaluation:

i. Their Financial Proposals shall be returned without being

opened.

ii. Their Bid security shall be released upon their written request.

c. Item-wise Evaluation. The Bids received from the Eligible Bidders

shall then be evaluated by the “TECHNICAL COMMITTEE.” (if the

required items are not technically complex) Technical Proposal shall

be evaluated Item-wise on technical specification / requirements

through comparison of minimum required technical qualification (as

stated in the Data-Sheet) compared with specifications mentioned in

the Technical Bid. Bids conforming to the required specification /

technical requirements shall stand Responsive, hence will qualify for

Financial Bid opening. All proposals shall be categorized as:

i. Responsive Proposals

ii. Non-Responsive Proposals

d. Return of Non-Responsive Proposals& preparation of Technical

Evaluation Report. Technical Proposals not fulfilling the

specification/s and or any technical requirements shall be declared as

“Non-Responsive”, consequently shall NOT be accepted for any

further evaluation:

i. Their financial proposals shall be returned without being

opened.

ii. Their Bid security shall be released upon their written request.

iv. Technical Evaluation Report shall be prepared duly signed by all the

members of the Procurement Committee, giving REASONS and announced

publically for;

1. Acceptance of the Eligible & Responsive Bids and;

2. Rejection of the Ineligible & Non-Responsive Bids

e. Financial Evaluation. Financial Proposals of the Responsive

Technical Proposals shall be publicly opened in the Next meeting

(date to be fixed by the procuring agency) as communicated by the

Procuring Agency. Financial Evaluation Report /comparative

statement of the “Responsive Proposals” shall be prepared by the

PROCUREMENT COMMITTEE. Subsequently, the prepared

Financial Evaluation Report shall duly be signed by all the members

of the Procurement Committee.

f. Recommendation of Procurement Committee & Uploading of

Page 88: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 88

Evaluation Report. After Technical and Financial Evaluation of the

Bids, both the Technical & the Financial Evaluation Reports shall be

combined. This Report shall be called as the “Evaluation Report”.

This Evaluation Report must clearly state, justification for acceptance

of lowest evaluated Bid, and reasons for non-acceptance of all other

Bids. Consequently, lowest financial Bidder among the “Responsive”

and “Eligible Bidders” shall be recommended for the Award of

Contract by the PROCUREMENT COMMITTEE. The Procuring

Agency shall upload this Bid Evaluation Report at the website of

Balochistan Public Procurement Regulatory Authority and procuring

agency, at-least ten days prior to the award of Contract. Copy of the

same shall also be provided to bidders upon their written request.

g. Award of Contract to the recommended Bidder/s shall be placed with

the lowest evaluated bidder/s (“Technically Responsive, lowest

Financial Bid, received from Eligible Bidder” after ten days of

uploading of the Evaluation Report at B-PPRA Website.

32. Resolution of

Disputes

32.1 Settlement of Disputes shall comprise of three Tier Mechanism, which is

illustrated as follows:

32.2 First Tier Mechanism:

a. If any dispute or difference of any kind whatsoever shall arise between

the Procuring Agency and the Supplier in connection with or arising out

of this Contract, the parties shall make every effort to resolve amicably

such dispute or difference by mutual consultation.

32.3 Second Tier Mechanism:

a. If after lapse of thirty (30) days, the parties fail to resolve their dispute or

difference by such mutual consultation, then either the Procuring

Agency or the Supplier may give notice to the other party of its

intention to exercise the Second Tier Mechanism, as hereinafter

provided, and no proceedings in respect of this matter may be

commenced unless such notice is given and received by the other party.

b. Upon issuance & receipt of such notice, both the Procuring Agency and

the Supplier shall authorize and nominate one representative each, who

must be:

c. An external member from the Procuring Agency and Supplier.

d. The De facto Sole Arbitrator on behalf of the Procuring Agency shall be

the “Additional Chief Secretary to the Government of Balochistan;

e. The Sole Arbitrator shall plead the case with each other for and on behalf

of their respective nominators and try to resolve the issue through

mutual arbitration, whose decision shall be binding upon both the

parties.

f. Both the Parties, shall bear their respective cost incurred on this arbitration.

g.Notwithstanding any reference to arbitration herein, the parties shall continue to

perform their respective obligations under the Contract unless they otherwise

agree; and the Procuring Agency shall withhold payments to the Supplier until

the resolution, if the disputed matter relates to monetary issues.

h.Party in defiance of the unanimous decision by the Arbitrators, shall be considered

to be in default.

32.4 Third Tier Mechanism

Page 89: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 89

a. If after lapse of a period of thirty (30) days, the parties fail to resolve their dispute

or difference by means of Arbitration, then either the Procuring Agency or the

Supplier may give notice to the other party of its intention to exercise the third

Tier mechanism.

b.The Final forum for settlement of the dispute shall be the Court of competent

jurisdiction within local limits of Pakistan; and, the result/ conclusions arrived at

by the Sole Arbitrator appointed under the second tier of dispute resolution shall

be presented by both the Parties for decision by the Court, by means of

appointing an Arbitrator in accordance with the provisions of the Arbitration

Act, or, (at the sole discretion of the Court).

c. Notwithstanding any reference to arbitration herein, the parties shall continue to

perform their respective obligations under the Contract unless they otherwise

agree; and the Procuring Agency shall withhold payments to the Supplier until

the resolution, if the disputed matter relates to monetary issues.

33. Governing

Language

33.1 The Contract shall be written in the language English. The version of the

Contract written in the specified language shall govern its interpretation. All

correspondence and other documents pertaining to the Contract which are

exchanged by the parties shall be written in the same language. In case of

any other language the authenticated translation dully attested may be added

with bid and, In case of any ambiguity the language of original documents

shall prevails.

34. Applicable Law 34.1 The Contract shall be interpreted in accordance with the laws of Islamic

Republic of Pakistan / Balochistan.

35. Notices

35.1 Any notice given by one party to the other pursuant to this Contract shall be

sent to the other party in writing or by fax or by email or any other modern

devices (accepted by CPO) and confirmed in writing to the other party’s

address specified in the bidding document and construed its receiving if not

responded.

36. Taxes and Duties 36.1 Contractor shall be entirely responsible for all taxes, duties, license fees, etc.,

incurred until delivery / completion of the contracted BPC3 project.

37. Corrupt and

fraudulent or Fraudulent

Practices

37.1 The CPO requires that bidders, Contractors, and Contractor observe the

highest standard of ethics during the procurement and execution of contracts.

For the purposes of this provision, the terms set forth in Balochistan Public

Procurement Rules /Act shall be applicable:

(a) The CPO will bar a firm/individual/company/ bidders/Contractor/Contractors/

consultants/or what so ever named, in accordance with Blacklisting procedures

under Balochistan Procurement Rules 2014 in any case if deems so.

37.2 Furthermore, Bidders shall be aware of the provision stated in the General

Conditions of Contract.

38. CPO’s Privileges

38.1 The CPO reserves the right at the time of contract awarding or thereafter to

add/delete any terms and conditions, the quantity of Goods or scope of

Page 90: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 90

Works or terms and condition of the Services originally specified in the

Schedule of Requirements without any change in unit price in accordance

with prevailing rules & regulations.

39. Integrity

Pact

39.1 CPO may require from the bidder (qualified) for submission of an integrity

pact.

40. Blacklisting

Mechanism Or Process

40.1 CPO may on the grounds given in Rule 23 of BPPRA 2014 or, on

information received from any resource, issue show cause notice to a bidder

or contractor.

40.2 The show cause notice shall contain:

a. precise allegation, against the bidder or contractor;

b. the maximum period for which the procuring agency proposes to debar the bidder

or contractor from

c. participating in any public procurement of the procuring

d. agency; and the statement, if needed, about the intention of the

e. procuring agency to make a request to the Authority for

debarring the bidder or contractor from participating in

Public procurements of all the procuring agencies.

40.3 CPO shall give minimum of seven days to the bidder or contractor for

submission of written reply of the show cause notice.

40.4 In case, the bidder or contractor fails to submit written reply within the

requisite time, CPO may issue notice for personal hearing to the bidder or

contractor/ authorize representative of the bidder or contractor and CPO shall

decide the matter on the basis of available record and personal hearing, if

availed.

40.5 In case the bidder or contractor submits written reply of the show cause

notice, CPO may decide to file the matter or direct issuance of a notice to the

bidder or contractor for personal hearing.

40.6 CPO shall give minimum of seven days to the bidder or contractor for appearance

before the specified officer of CPO office for personal hearing.

40.7 CPO shall decide the matter on the basis of the available record and personal

hearing of the bidder or contractor, if availed and request to BPPRA to upload the

information on its website.

40.8 The Authority shall immediately publish the information and decision of

blacklisting on its website.

40.9 An effort shall be made for electronic communication of all the notices and

other documents pursuant to this mechanism or process.

41. Conflict of interest 41.1 A conflict of interest involves a conflict between the public duty and private

interests (for favor or vengeance) of a public official, in which the public

official has private interest which could improperly influence the

performance of their official duties and responsibilities. Conflict of Interest

would arise in a situation when any concerned members of both the parties

are related either directly or indirectly, or has any association or had any

confrontation. Thus, conflict of interest of any tender committee member

must be declared in a prescribed form (sample form attached).

41.2 The Bidder shall not lend to or borrow any money from or enter into any

Page 91: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 91

monetary dealings or transactions, directly or indirectly, with any committee

member, and if he does so, the Procuring Agency shall be entitled forthwith

to rescind the Contract and all other contracts with the Bidder.

11 Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of

Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the

General Conditions of Contract.

1. Definitions

a) The Employer means CPO is: [Department Name]

b) The CPO country is: Islamic Republic of Pakistan

c) The Contractor is: [Detail]

d) The Project Site is: [Detail]

2. Performance Security

The amount of performance security, i.e. Rs…………………. in the shape of non-

recourse, irrevocable and unconditional bank guarantee from scheduled bank of

Pakistan/ having setup in Balochistan on the prescribed format attached with the

bidding document and stated in Bid document clauses & GCC.

3. Inspections and Tests

Inspection and tests prior to delivery of Goods completion of works & services and at

final acceptance are:-

i) For Physical Fitness having No Damages

ii) Inspection of Goods shall be to validate the performance of Vendor in

conformity with the requirements of Quality, Quantity & fulfillment of

terms & conditions as laid down under the award of Contract.

iii) The Inspection shall be carried out by the Inspection Committee of the

Procuring Agency on the basis of Lab Test Report (where applicable),

comparison with the approved samples and/or through technical co-

opted member (as the case may be).

iv) The Inspection committee shall carry out the inspection on due date &

time and submit the inspection report within seven working days of the

date of inspection. The inspection report shall also be communicated to

the supplier

4. The Contractor

4.1 Contractor's General Obligations

Page 92: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 92

4.1.1 The Contractor shall warrants that he shall comply with and continue to comply,

in all respects, with the Bidding Documents, which form part of the Tender.

4.1.2 The Contractor shall design, execute, complete and perform the Works in

accordance with the agreement (including the Employer's Requirements) and

shall remedy any defects in the Works. The Work shall be fit for the Intended

Purpose.

4.1.3 The Contractor shall provide the Plant and Contractor's Documents specified in

the agreement, and all Contractor's Personnel, Goods, consumables and other

things and services, whether of a temporary or permanent nature, require in and

for this design, execution, completion and remedying of defects

4.1.4 The Works shall include any work which is necessary to satisfy the Ernployer’s

Requirements, or is implied by the agreement, and all works which (although

not mentioned in the agreement) are necessary for stability or for the

completion, or safe and proper operation, of the Work.

4.1.5 The Contractor shall be responsible for the adequacy, stability and safety of all

Site operations, of all methods of construction and of all the Works.

4.1.6 The Contractor shall, whenever required by the Employer, submit details of the

arrangement and methods which the Contractor proposes to adopt for the

execution of the Works. No significant alteration to these arrangements and

methods shall be made without this having previously been notified to the

Employer.

4.1.7 Following the issuance of Taking Over Certificate and/or Taking Over

Certificate for the Division, the Contractor shall, in accordance with Employer's

Requirements, remain liable for its obligations under the agreement (including

Support Services Works) related all Works and such Division and shall comply

with such obligations related to the all Works and such Division without

interfering with the completion of the remaining BPC3 project’s works to

ensure that all the Works are completed in accordance with Sub Time for

Completion. Furthermore, the Contractor shall ensure that the issuance of the

Taking over Certificate and/or Taking over Certificate for the Division and the

coming into operation of all works and/or a Division shall not in any way hinder

or delay the performance of the Contractor's obligations in relation to the

completion of the Facility.

4.2 Performance Security

4.2.1 In addition to GCC the Contractor shall procure the issuance of the

Performance Security no later than seven (07) days prior to the signing of the

agreement in accordance with the Bidding Documents. The Performance

Security shall be for an amount equal to five percent (05%) of the Agreement

Price.

4.2.2 The Performance Security shall remain valid until the Contractor has

completed all obligations under the agreement. If the terms of the

Performance Security specifies an expiry date and the BPC3 project

Completion Certificate has not been issued, the Contractor shall, twenty eight

(28) days prior to the expiry of the Performance Security, extend the

Performance Security until such date as notified by the Employer.

Page 93: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 93

4.2.3 In the event the credit rating of the financial institution(s) issuing and/or

counter guaranteeing the Performance Security falls below the credit rating of

an Acceptable Bank and a replacement Performance Security issued and/or

counter guaranteed by an Acceptable Bank is not provided to the Employer

within fourteen (14) days of such occurrence, the Employer shall be entitled

to (without notice to the Contractor) immediately en cash the full amount of

the Performance Security

4.2.4 The Employer may at any time and from time to time, make a claim under the

Performance Security in the event of:

(a) failure by the Contractor to extend the validity of the Performance Security as

described in the preceding paragraphs, in which event the Employer may claim the

full amount of the Performance Security;

(b) failure by the Contractor to pay the Employer:

i. Liquidated damages pursuant to relevant clause within twenty-one (21) days

after the date of the delivery of the Employer LDs Invoice to the Contractor;

and/or

ii. An amount due, which has either been agreed by the Contractor herein (other

than the liquidated damages set out in (i) above) or determined under

Employer's Claims, within fourteen (14) days after such agreement or

determination;

(c) failure by the Contractor to comply with any warranty obligations under the

agreement;

(d) failure by the Contractor to provide a replacement Performance Security in the

circumstances described in the preceding paragraphs, in which event the Employer

may claim the full amount of the Performance Security;

(e) failure by the Contractor to remedy a default (subject to any grace period permitted

by the Employer or otherwise specified in the agreement) after receiving the

Employer's notice requiring the default to be remedied (provided that such default is

capable of remedy); or

(f) Circumstances which entitle the Employer to terminate the agreement under Clause

Termination by Employer, irrespective of whether notice of termination has been

given;

4.2.5 The Employer shall indemnify and hold the Contractor harmless from and

against all consequences of a claim under the Performance Security to the

extent to which the Employer was not entitled to make the claim.

4.2.6 The Employer shall return the Performance Security to the Contractor within

21 days after the Contractor has become entitled to receive the Agreement

Completion Certificate.

4.3 Contractor's Representative

Page 94: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 94

4.3. I The Contractor shall appoint the Contractor's Representative and shall give him all

authority necessary to act on the Contractor s behalf under the agreement.

4.4 Subcontractors

4.4.1 The Contractor shall not subcontract the whole of the Works.

4.4.2 The Contractor shall be responsible for the acts or defaults of and

Subcontractor, its agents or employees, as if they were the acts or defaults of the

Contractor. The Contractor shall give the Employer not less than seven (7) days’

notice of:

(a) The intended appointment of a Subcontractor as listed in the Tender, with

detailed particulars which shall include his relevant experience;

(b) The intended commencement of the Subcontractor's work; and

(c) T

he intended commencement of the Subcontractor's work on the Site.

4.4.3 The Contractor will notify the Employer of all works to be executed by the

Subcontractor.

4.5 Co-operation

4.5.1 The Contractor shall, as specified in the agreement or as instructed by the

Employer, allow appropriate opportunities for carrying out work by:

(a) the Employer's Personnel;

(b) any other contractors employed by the Employer; and

(c) the personnel of any legally constituted public authorities,

Who may be employed in the execution on or near the Site of any work not included

in the agreement?

4.5.2 The Contractor shall be responsible for its construction activities on the Site,

and shall co-ordinate its own activities with those of other contractors to the

extent (if any) specified in the Employer's Requirements.

4.6 Quality Assurance

4.6.1 The Contractor shall institute a quality assurance system to demonstrate

compliance with the requirements of the agreement. The system shall be in

accordance with the details stated in the agreement. The Employer shall be

entitled to audit any aspect of the system.

4.6.2 Compliance the quality assurance system shall not relieve the Contractor of any

of its duties, obligations or responsibilities under the agreement.

4.6.3 Documents, all relevant data in the Employer's possession relating to the Site

(including the details of civil and electrical works etc. and their up to date

Page 95: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 95

progress). The Employer shall similarly make available to the Contractor all

such data which come into the Employer's possession after the Base Date.

4.6.4 The Contractor shall be responsible for verifying and interpreting all such data.

'The Employer shall have no responsibility for the accuracy, sufficiency or

completeness of such data, except as stated in General Design Obligation.

4.7 Sufficiency of the Agreement Price

4.7.1 Unless otherwise stated in the agreement, the Agreement Price covers all the

Contractors obligations under the agreement and all things necessary for the

proper design, execution and completion of the Works and the remedying of any

defects.

4.8 Unforeseeable Difficulties

4.8.1 Except as otherwise stated in the agreement:

(a) the Contractor shall be deemed to have obtained all necessary information as to risks,

contingencies and other circumstances which may influence or affect the Works;

(b) by signing the agreement, the Contractor accepts responsibility for having foreseen all

difficulties and costs of successfully completing the Works; and

(c) Neither the Agreement Price shall be adjusted to take account of any

unforeseen difficulties or costs nor shall the Contractor be entitled toany extension of

time under Extension of Time for Completion due to any unforeseen difficulties or

costs, if completion is or will be delayed.

(d) If there is delay in work due to Employer’s direction e.g. security, political

risk, law and order, then contractor shall be compensated for deployment of extra

resources or any other reasonable expenses.

4.9 Rights of Way and Facilities

4.9.1 The Employer shall facilitate, only to an extent, the Contractor to get necessary

No Objection Certificates from the Relevant Authorities.

4.9.2 The Employer shall exercise its reasonable efforts for waiver of official fee for

the right-of-way from Relevant Authorities, as and where applicable.

4.9.3 The Employer shall make direct payments of official fee for the right-of-way to

the Relevant Authority, as and where applicable.

4.9.4 The Contractor shall bear all costs and charges for special and/or temporary

restorations. And/or damages to the existing infrastructure and/or services

caused during the execution of the Project related to the rights-of-way,

including but not limited to access to the Sites.

4.9.5 If there is any dispute related to fixation of responsibility for restorations and/or

damages to the existing infrastructure and/or services caused during the

execution of the Project related to rights-of-way, and it is not resolved at the

project management level of the Parties, the Parties to the dispute will approach

a joint committee comprising of Commissioner Quetta and DIG Quetta Police

for timely resolution. If the matter is not resolved within thirty (30) days from

Page 96: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 96

the reference of such dispute to Commissioner Quetta and Head of Balochistan

Police, either Party may refer such dispute for arbitration if deems so.

4.9.6 13.5 The Contractor shall also obtain, at its risk and cost, any additional

facilities outside the Site which it may require for the purposes of the Works.

4.10 Avoidance of Interference

4.10.1 The Contractor shall not interfere unnecessarily or improperly with:

4.10.2 the convenience of the public; or

4.10.3 the access to and use and occupation of all roads and footpaths

irrespective of whether they are public or in the possession of the Employer

or of others,

4.10.4 The Contractor shall indemnify and hold the Employer harmless against and

from all damages, losses and expenses (including legal fees and expenses)

resulting from any such unnecessary or improper interference.

4.11 Access Route

4.11.1 The Contractor shall be deemed to have been satisfied as to the suitability and

availability of the access routes to the Site. The Contractor shall use reasonable

efforts to prevent any road or bridge from being damaged by the Contractor's

traffic or by the Contractor's Personnel. These efforts shall include the proper

use of appropriate vehicles and routes. The Contractor shall indemnify the

Employer against and from losses in respect of any breach of its obligations

under this paragraph.

4.11.2 Except as otherwise stated herein:

a. the Contractor shall be responsible for any, maintenance which may be

required for its use of access routes;

b. the Contractor shall provide all necessary signs or directions along access

routes, and shall obtain any permission which m y be required from the

relevant authorities for its use of routes, signs and directions;

c. the Employer shall not be responsible for any claims which may arise from the

use or otherwise of any access route;

d. the Employer does not guarantee the suitability or availability of particular

access routes; and

Costs due to non-suitability or non-availability, for the use required by the

Contractor, of access routes shall be borne by the Contractor.

4.12 Transport of Goods

4.12.1 Unless otherwise stated herein:

the Contractor shall give the Employer not less than twenty one (21) days' notice

of the date on which any Plant or a major Item of other goods of project,

SUPPORT SERVICES Works will be delivered to the Site,

Page 97: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 97

a. the Contractor shall be responsible for packing, loading transporting to site,

custom clearance, receiving, unloading, storing and protecting all Goods and other

things required for the Works; and

b. the Contractor shall indemnify and hold the Employer harmless against and from

all damages, losses and expenses (including legal fees and expenses) resulting

from the transport of Goods and shall negotiate and pay all claims arising from

their transport.

4.13 Contractor's Equipment

4.13.1 The Contractor shall be responsible for all Contractor s Equipment. When

brought on to the Site, Contractor's Equipment shall be deemed to be

exclusively intended for the execution of the Works.

4.14 Protection of the Environment

4.14.1 The Contractor shall take all reasonable steps to protect the environment (both

on and off the Site) and to limit damage and nuisance to people and property

resulting from pollution, noise and other results of its operations and shall, at its

own cost take all necessary and appropriate remedial measures in relation to any

such resulting damage or nuisance.

4.14.2 The Contractor shall fully comply with, and shall ensure that it’s Subcontractors

comply with, all applicable Laws for the purposes of all Works to be undertaken

in the Country. The Contractor shall indemnify and hold the Employer harmless

against the consequences of any failure to comply with such applicable laws

and other requirements.

4.14.3 The Contractor shall comply with all Consents and applicableLaws pertaining

to protection of the environment in its access arrangements, execution of Works,

procurement, construction and operations on Site.

4.14.4 The Contractor shall take all necessary steps to protect the environment and

shall not cause damage and nuisance to people and property resulting from

pollution, noise and other results of its operations.

4.14.5 Subject to Limitation Of Liability, the Contractor shall indemnify, defend and

hold the Employer harmless from any and all liabilities, claims, damages, costs,

penalties, fines, expenses, fees (including reasonable legal fees) and charges of

any nature associated with any non-compliance by the Contractor of its

obligations contained in any Sub-Clause

4.15 Contractor's Operations on Site

4.15.1 The Contractor shall confine its operations to the Site, and to any additional

areas which may be obtained by the Contractor and agreed by the Employer as

working areas.

4.15.2 The Contractor shall take all necessary precautions to keep Contractors

Equipment and Contractor l s Personnel within the Site and these additional areas,

and to keep them off adjacent land.

4.15.3 During the execution of the Works, the Contractor shall keep the Site free

from all unnecessary obstruction, and shall store or dispose of any Contractor's

Page 98: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 98

Equipment or surplus materials. The Contractor shall clear away and remove from

the Site any wreckage, rubbish and Temporary Works which are not required.

4.15.4 The Contractor shall leave the Site and the Works in a clean and safe

condition. However, the Contractor may retain on Site during each of the Punch list

Completion Period and the Punch list Completion Period for the Division, such

Goods as are required for the Contractor to fulfil obligations under this.

4.16 DESIGN

General Design Obligations

4.16.1 The Contractor shall be deemed to have scrutinized, prior to the Base Date, the

Employer's Requirements (including design criteria and calculations, if any).

The Contractor shall be responsible for the design of the Works in accordance

with the Applicable Standards and for the accuracy of such Employer's

Requirements (including design criteria and calculations), except as stated

below.

4.16.2 Any mistake, inaccuracy, discrepancy or divergence in information provided by

the Employer or set out in the Employer's Requirements shall be notified to the

Employer as soon as the same is discovered and, if the Employer so instructs,

corrected by the Contractor, provided that no adjustment to the Agreement Price

shall be made in respect of such correction and the Contractor shall not make

any claim for an extension of the Time for Completion and/or Time for

Completion for the Facility, in respect of such correction.

4.17 Contractor's Documents

4.17.1 The Contractor's Documents shall comprise the technical documents specified

in the Employer's Requirements, documents required to satisfy all regulatory

approvals, and the documents described in As-Built Documents) and Operation

and Maintenance Manuals. Unless otherwise stated in the Employer's

Requirements, the Contractor's Documents shall be written in the language for

communications defined in Law and Language clause.

4.17.2 The Contractor shall prepare all Contractor's Documents, and shall also prepare

any other documents necessary to instruct the Contractor(s Personnel.

4.17.3 The Employer may, within the review period, give notice t the Contractor that a

Contractor's Document fails (to the extent stated) to comply with the agreement.

If a Contractor's Document so fails to comply, it shall be rectified, resubmitted

and reviewed in accordance with this Clause, at the Contractor's cost.

4.17.4 In case the Contractor proposes changes in the approved design, at any time

during the period of the agreement, then all such changes shall be made, subject to

the approval of the Employer at a cost, if any, mutually agreed between the

parties.

4.18 Contractor's Undertaking

4.18.1 The Contractor shall undertake that the design, the Contractor's Documents, the

execution and the completed Works will be in accordance with the Applicable

Standards as stated in bidding documents.

Page 99: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 99

4.19 Technical Standards and Regulations

4.19.1 The design, the Contractor's Documents, the execution and the completed

Works shall comply with the Applicable Standards.

4.20 Training

4.20.1 The Contractor shall carry out the two-week training of Employer's Personnel In

the operation and maintenance of the Works to the extent specified in the

Employer's Requirements.

4.21 As-Built Documents

4.21.1 The Contractor shall prepare, and keep up-to-date, a complete set of "as-built"

records of the execution of the Works, showing the exact as built locations,

sizes and details of the work as executed. These records shall be kept on the Site

and shall be used exclusively for the purposes of this Clause. Two (2) copies

shall be supplied to the Employer prior to the commencement of the Tests on

Completion.

4.21.2 In addition, the Contractor shall supply to the Employer as-built drawings of the

Works, showing all Works as executed, and submit them to the Employer for

review under relevant Clause of the Documents. The Contractor shall obtain the

consent of the Employer as to their size, the referencing system, and other

relevant details.

4.22 Operation and Maintenance Manuals

4.22.1 I Within seven (07) days prior to the scheduled date for commencement of the

Tests on Completion, the Contractor shall supply to the Employer provisional

operation and maintenance manuals in sufficient detail for the Employer to

operate, maintain, dismantle, reassemble, adjust and repair the relevant part(s)

of the BPC3 project, relevant works subject to the Tests on Completion being

conducted at that time.

4.22.2

The manual should clearly specify the three type of maintenance i.e. preventive,

corrective and user maintenance with relevant response times. Within 30 days

from the date of signing of the agreement) the Parties shall agree and finalize

the 086M testing protocol, which shall be set out as an Annexure to the

Employer's Requirements.

6. STAFF AND LABOUR

4.1 Engagement of Staff and Labor.

Page 100: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 100

4.1.1 Except as otherwise stated in the Employer's Requirements, the Contractor shall

make arrangements for the engagement of all staff and labor, local or otherwise,

and for their payment, housing, feeding and transport.

4.2 Rates of Wages and Conditions of Labor

4.2.1 The Contractor shall pay rates of wages, and observe conditions of labor, which

are not lower than those established for the trade or industry where the work is

carried out or as prescribed under the Laws of the Country. If no established

rates or conditions are applicable, the Contractor shall pay the rates of wages

and observe conditions which are not lower than the general level of wages and

conditions observed locally by employers whose trade or industry is similar to

that of the Contractor.

4.3 6.3 Persons in the Service of Others

4.3.1 The Contractor shall not recruit, or attempt to recruit, staff and labor from

amongst the Employer's Personnel.

4.4 Labor Laws

4.4.1 The Contractor shall comply, and shall cause its Subcontractors to comply, with

all the relevant labor Laws applicable to the Contractor's Personnel, including

Laws relating to their employment, health, safety, welfare, immigration and

emigration, and shall allow them all their legal rights.

4.4.2 The Contractor shall require its employees to obey all applicable Laws,

including those concerning safety at work.

4.5 Health and Safety

4.5.1 The Contractor shall at all times take all reasonable precautions to maintain the

health and safety of the Contractor's Personnel. In collaboration with local

health authorities, the Contractor shall ensure that medical staff, first aid

facilities, sick bay and ambulance service are available at all times at the Site

and at any accommodation for Contractor's and Employer's Personnel, and that

suitable arrangements are made for all necessary welfare and hygiene

requirements and for the prevention of epidemics.

4.5.2 The Contractor shall send, to the Employer, details of any accident as soon as

practicable after its occurrence. The Contractor shall maintain records and make

reports concerning health, safety and welfare of persons, and damage to

property, as the Employer may reasonably require.

7. PLANT, MATERIALS AND WORKMANSHIP

Page 101: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 101

4.1 Samples

The Contractor shall submit samples to the Employer, for review and/or

approval (as applicable) in accordance with the procedures for Contractor's

Documents described in GCC as specified in the agreement and at the

Contractors cost. Each sample shall be label as to origin and intended use in the

Works.

4.2 Inspection

4.2.1 The Employer's Personnel shall at all reasonable times with or without notice:

(a) have full access to all parts of the Site and to all places from which natural

Materials are being obtained; and

(b) During production, manufacture and construction (at the Site and, to the

extent specified in the GCC or agreement elsewhere, be entitled to examine, inspect,

measure and test the materials and workmanship and to check the progress of

manufacture of Plant and production and manufacture of Materials.

4.2.2 The Contractor shall give the Employer's Personnel full opportunity to carry out

these activities, including providing access, facilities, permissions and safety

equipment. No such activity shall relieve the Contractor from any obligation or

responsibility.

4.3 Testing

4.3.1 This Sub-Clause in addition to GCC shall apply to all tests in the agreement.

4.3.2 The Contractor shall provide all apparatus, assistance, documents and other

information, electricity, equipment, instruments, materials, and suitably

qualified and experienced staff, as are necessary to carry out all of the tests

efficiently. The Contractor shall agree, with the Employer, the time and place

for the testing of any Plant, Materials and other parts of the Works.

4.3.3 The Employer may, under Clause Variations and Adjustments, vary the location

or details of specified tests, or instruct the Contractor to carry out additional

tests. If these varied or additional tests show that the tested Plant, Materials or

workmanship is not in accordance with the agreement, the cost of carrying out

this Variation shall be borne by the Contractor, notwithstanding any other

provision of the agreement,

4.3.4 The Employer shall give the Contractor not less than twenty-four (24) hours'

notice of the Employer's intention to attend the tests. If the Employer does not

attend at the time and place agreed, the Contractor may proceed with the tests

(unless otherwise instructed by the Employer), which shall then be deemed to

have been conducted in the Employer's presence.

4.3.5 If the Contractor suffers delay and/or incurs Cost from complying these

instructions, or as a result of a delay for which the Employer is responsible, the

Contractor shall give notice to the Employer and shall be entitled, subject to

Clause Contractor's Claims, to:

Page 102: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 102

(a) An extension of time for any such delay, if completion is or will be delayed,

under Clause Extension of time for Completion, and

(b) Payment of any such Cost, which shall be added to the Agreement Price.

4.3.6 After receiving this notice, the Employer shall proceed in accordance GCC &

agreement to agree or determine these matters.

4.3.7 The Contractor shall promptly forward to the Employer duly certified reports of

the tests. When the specified tests have been passed, the Employer shall endorse

the Contractors test certificate, or issue a certificate to it, to that effect. If the

Employer has not attended the tests, he shall be deemed to have accepted the

readings as accurate.

4.4 Rejection

4.4.1 If, as a result of an examination, inspection, measurement or testing

(including for Tests on Completion), any Plant, Materials, design or

workmanship is found to be defective or otherwise not in accordance with the

agreement, then the Employer may, without prejudice to any other rights or

remedies under the agreement, reject the Plant, Materials, design or

workmanship by giving notice to the Contractor, with reasons. The Contractor

shall then promptly make good the defect and ensure that the rejected item

complies with the agreement any such defect shall be remedied by the

Contractor, at its sole cost and risk, without any delay in achieving the taking

over in accordance with Clause Taking over the Works.

4.4.2 If the Employer requires this Plant, Materials, design or workmanship

to be re-tested, the tests shall be repeated under the same terms and conditions.

If the rejection and re-testing cause the Employer to Incur additional costs, the

Contractor shall subject to Clause Employer's Claims pay these costs to the

Employer.

4.4.3 If the Contractor fails to remedy any defect or the retesting is

unsuccessful then the Employer shall be entitled to reject the Works in terms of

Clause Failure to Remedy Defects).

4.5 Remedial Work

4.5.1 notwithstanding any previous test or certification, the Employer may

instruct the Contractor to:

(a) remove from the Site any BPC3 project’s works which are not in accordance

with the agreement;

(b) remove and re-execute any other work which is not in accordance with the

agreement; and

Page 103: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 103

(c) Execute any work which is urgently required for the safety of the Works,

whether because of an accident, unforeseeable event or otherwise.

4.5.2 The Contractor shall comply with instruction within a reasonable time, which

shall be the time (if any) specified in the instruction(s), or immediately if

urgency is specified under sub-paragraph.

4.5.3 If the Contractor fails to comply with any such instruction, which complies with

Instructions clause, the Employer shall be entitled to employ and pay other

persons to carry out the work. Except to the extent that the Contractor would

have been entitled to payment for the Contractor shall subject to Sub-Clause

Employers Claims pay to the Employer all costs arising from this failure.

4.6 Ownership of BPC3 Project (works & services)

4.6.1 Each item of the Project Works shall, to the extent consistent with Laws of the

Country, become the property of the Employer free from liens and other

encumbrances, at whichever is the earlier of the following times:

7.6.1.1 when the Contractor is entitled to payment of the value of the project works

under Clause Timing and Mode of Payments;

4.6.2 Any purchase order issued in respect of the Plant and Materials or other BPC3

Project Works/Services shall be in the name of the Employer and shall

specifically state that the Plant and Materials or other project Works to be

manufactured, procured etc, shall be in the name of and for the benefit of the

Employer.

8. Support Services

4.1.1 During the Support Services Period, the Contractor shall without limiting its

obligations -in respect of other provisions of the agreement:

a. be responsible for the performance of the Support Services in accordance with

the Applicable Standards;

b. Ensure that the Support Services, at all times remain fit for the Intended Purpose.

c. perform the Support Service in a manner so that it does not result in a breach of

any manufacturer's warranties on any machinery, equipment and other items

comprising the Facility and is consistent with all Support Services manuals',

d. ensure that the Support Services are executed with due skill and care, in a proper,

workmanlike manner with properly equipped facilities in accordance with

internationally recognized good practice and Applicable Standards; and

Page 104: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 104

e. Be responsible for repairing and making good any damage or defect occurring

during such period, whether such defect or damage is notified by the Employer,

or observed by the Contractor himself.

f. The Agreement Completion Certificate issued under Sub-Clause Agreement

Completion Certificate will not be issued until all defects and damage and all

outstanding work, including all such items identified during the joint inspection

made in accordance with Joint Inspection Prior to Agreement Completion, have

been completed.

4.2 Cost of Remedying Defects

4.2.1 All Works required to repair defects or damage shall be executed at the risk and

cost of the Contractor, except where it is attributable to any act by the Employer

or the Employer's Personnel or agents.

4.2.2 Where the Contractor is required to remedy a defect or damage to the Works

due to a reason attributable to the Employer or the Employer's Personnel, the

Contractor shall notify the Employer's Representative and shall be entitled to a

Variation under Variations and Adjustments.

4.3 Failure to Remedy Defects

4.3.1 If the Contractor fails to remedy any defect or damage following the

Commencement Date until the expiry of the Support Services Period within the

time, specified by the Employer's Representative, the Employer may:

(a) Require the Employer's Representative to determine and certify a reasonable

reduction in the Agreement Price or the rates and prices submitted for the

Support ServicesPeriod; or

(b) If the defect or damage is such (i) that the Contractor has been unable to pass

the Tests on Completion, and/or- (ii) that it deprives the Employer of

substantially the whole benefit of the Projects Works and / or Support Services

or parts of the Works, terminate the agreement as a whole, or in respect of any

parts of the Works which cannot be put to the intended use. Without prejudice

to any other rights, under the agreement or otherwise, the Employer shall then

be entitled to recover all sums paid for the whole or these parts of the project

Works and / or Support Services(as the case may be), plus financing costs (if

any) and the cost of dismantling the same, clearing the Site and returning Plant

and Materials to the Co tractor; or

(c) If the Employer chooses to complete the project’s works or carry out the

Support services by itself or by engaging others, the Employer shall be entitled

Page 105: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 105

to recover the extra costs, if any, of completing the BPC3 project or carry out

the Support Services/Works after allowing for any sum due to the Contractor.

Removal of Defective Work

4.3.2 If the defect or damage cannot be remedied expeditiously on the Site and the

Employer gives consent to the Contractor may remove from the Site for the

purposes of repair such items of Plant as are defective or damaged. This consent

may require the Contractor to increase the amount of the Performance Security

by the full replacement cost of these items, or to provide other appropriate

security acceptable to the Employer.

4.4 Further Tests

4.4.1 If the work of remedying of any defect or damage may affect the performance

of the Works, the Employer's Representative may require the repetition of any

of the tests described in the agreement, The requirement shall be made by notice

within twenty-eight (28) days after the defect or damage is remedied.

4.4.2 These tests shall be carried out in accordance with the terms applicable to the

previous tests, except that they shall be carried out at the risk and cost of the

Party liable, under Cost of Remedying Defects, for the cost of the remedial

work.

4.5 Right of Access

4.5.1 Until the BPC3 Project Completion Certificate has been issued, the Contractor

shall have the right of access to all parts of the Works and to records of the

operation and performance of the Works, except as may be inconsistent with the

Employer's reasonable security restrictions.

4.6 BPC3 Project Completion Certificate

4.6.1 Performance of the Contractor's obligations in respect of the Project works

shall not be considered to have been completed until the Agreement

Completion Certificate has been signed by the Employer's Representative and

issued to the Contractor (the "Agreement Completion Certificate"), stating the

date on which the Contractor completed his obligations in respect of the project

Works.

Page 106: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 106

4.6.2 (Contractor's Operations on Site), issue the ‘BPC3 Project Completion

Certificate' to the Contractor within twenty-one (21) days after the last day of

the Support Services Period. No extension of the Support Services Period shall

be allowed except by written agreement between the Parties.

4.6.3 Only the Project Completion Certificate shall be deemed to constitute the

Employer's acceptance of the Contractor's completion of his obligations under

the agreement. Following the issue of the Agreement Completion Certificate

the Employer shall be fully responsible for the care, safety, operation, servicing

and maintenance of the Works except support services which shall be with the

Contractor for 24 months thereon.

4.7 Unfulfilled Obligations

4.7.1 After the BPC3 Project Completion Certificate has been issued, each Party shall

remain liable for the fulfillment of any obligation which remains unperformed at

that time. For the purposes of determining the nature and extent of unperformed

obligations, the agreement shall be deemed to remain in force.

4.8 Clearance of Site

4.8.1 Upon receiving the Agreement Completion Certificate, the Contractor shall

remove any remaining Contractor's Equipment, surplus material wreckage,

rubbish and Temporary Works from the Site. If all these items have not been

removed within twenty eight (28) days. after the Employer issues the Project’s

Completion Certificate, the Employer may sell or otherwise dispose of and

remaining items. The Employer shall be entitled to be paid the costs incurred in

connection with, or attributable to, such sale or disposal and restoring the Site.

4.8.2 Any balance of the moneys from the sale shall be paid to the Contractor. If these

moneys are less than the Employer's costs, the Contractor shall pay the

outstanding balance to the Employer.

9. Variation Procedure

4.1 If the Employer requests a proposal, prior to instructing a Variation, the

Contractor shall respond in writing as soon as practicable, either by giving reasons

why he cannot comply (if this is the case) or by submitting:

a. description of the proposed design and/or work to be performed and a programme for

its execution;

b. the Contractors proposal for any necessary modifications to the programme and to the

Time for Completion and/or Time for Completion for the Facility; and

c. the Contractor's proposal for adjustment to the Agreement Price.

4.1.1 The Employer shall, as soon as practicable after receiving such proposal Value

Engineering or otherwise, respond with approval, disapproval or comments. The

Contractor shall not delay any work when the proposal is approved.

Page 107: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 107

4.1.2 Each instruction to execute a Variation, with any requirement for the recording

of Costs, shall be issued by the Employer to the Contractor, who shall

acknowledge receipt,

4.1.3 Payment in Applicable Currencies shall be made as per variations milestones to

be agreed between the parties at the time of approval of the variations.

4.2 Indemnities

4.2.1 The Contractor shall indemnify and hold harmless the Employer, the

Employer's Personnel, and their respective agents, against and from all claims,

damages, losses and expenses (including legal fees and expenses).

4.3 Contractor's Care of the Works

4.3.1 The Contractor shall take full responsibility for the care of the Works and

Goods from the Commencement Date until end of project period.

4.3.2 If any loss or damage happens to the Works, Goods or Contractor's Documents

during the period when the Contractor is responsible for their care, the

Contractor shall rectify the loss or damage at the Contractor's risk and cost, so

that the Works, Goods and Contractor's Documents conform with the

agreement.

10. General Requirements

4.1.1 The Contractor shall comply with the Support Services requirements provided

for in the Employer's Requirements and any revisions thereof, which are agreed

during the Support Services Period.

4.1.2 The Contractor shall follow the requirements of the Support Services plan

submitted by the Contractor and approved by the Employer. No alteration to

such arrangements and methods shall be made without the prior approval of the

Employer's Representative.

4.1.3 During the Support Services Period, the Contractor shall be responsible for

ensuring that the Works remain fit for the Intended Purpose.

4.1.4 The Support Services personnel carrying out the Support Services/Works,

including the plant operators, shall have the appropriate experience and

qualifications to perform the Support Services/Works. The names, with details

of qualifications and experience, of all such personnel shall be submitted to the

Employer for approval, and no such personnel shall engaged prior to receiving

such written approval.

4.1.5 In carrying out the Support Services, the Contractor shall comply with the

agreement.

4.1.6 If the Contractor wishes to modify a document which has previously been

submitted and approved, the Contractor shall immediately notify the Employer's

Representative, and shall subsequently submit revised document(s) to the

Employer(s Representative for review accompanied by a written explanation of

the need for such modification.

4.1.7 The Contractor shall not implement any proposed modification in accordance

with subparagraph(c) of Contractor's Documents until such modification has

been reviewed by the Employer's Representative, and consent to proceed has

been given in writing. However, any such approval or consent, or any review

Page 108: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 108

(under this Sub-Clause or otherwise), shall not relieve the Contractor from any

obligation or responsibility.

11. Delivery of Materials

4.1.1 The Contractor shall be responsible for the supply and delivery to the Site (or

other designated place) of the materials, spare parts and other such items

required for the Support Services/Works. The Contractor shall be responsible

that all such items are fit for purpose and comply with the requirements of the

agreement in respect of quality, purpose and function.

4.1.2 Delays and Interruptions during the Support Services Period.

4.1.3 Delays and interruptions during the Project or Support Services shall be agreed

and determined as follows:

a. Delays or Interruptions caused by the Contractor

i. If there are any delays or interruptions during the Support Services which are

caused by the Contractor or by a cause for which the Contractor is responsible,

the Contractor shall be liable to pay liquidated damages calculated in the manner

set out in Liquidated Damages, and the Employer shall be entitled to recover the

amount due by making a corresponding deduction from the next payment due to

the Contractor. There will be no extension of the period of the Support Services

Period as a result of any such delay or interruption.

ii. ln case the amount to be recovered exceeds the payment due to the Contractor,

then the Employer will be entitled to deduct the balance amount by en-cashing

the Performance Security. In such case the Contractor shall immediately recoup

the amount of the Performance Security to the specified value.

b. Suspension by the Employer

i. The Employer's Representative may at any time during the Support Services

Period instruct the Contractor to suspend progress of the Support. During such

suspension, the Contractor shall protect, store, secure and maintain the Facility

against any deterioration, loss or damage as far as possible from technical and

cost perspective.

ii. If the need to suspend the Support Services by the Employer is due to any

failure of the Contractor or circumstances for which the Contractor is

responsible under the agreement, the provisions of paragraph (a) of this Sub-

Clause shall apply.

iii. Where suspension by the Employer is not attributable to the failure of the

Contractor, the Contractor may raise the claim for additional cost subject to

Contractor's Claim.

Page 109: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 109

12. Reporting

4.1.1 During the Support Services Period, the Contractor shall furnish to the

Employer periodic reports as required to be submitted in accordance with the

Employer's Requirements.

13. Completion of Support Services

4.1.1 Unless the Parties have mutually agreed to extend the Support Services Period,

the obligation of the Contractor to operate the Facility in accordance with the

Applicable Standards, and fit for the Intended Purpose, shall terminate on the

issuance of the Agreement Collation Certificate but not later than 2 years from

start of Support Services.

4.1.2 The Contractor shall not be entitled to issuance of the Agreement Completion

Certificate in accordance with Agreement Completion Certificate, unless the

following, inter aha, have been complete.

14. Warranty

4.1.1 In accordance with the provisions and GCC, the overall warranty period shall be

24 months from date of Handing Over of the Goods and incase of works as per

the agreement. The Contractor shall, in addition, comply with the performance

and/or consumption guarantees specified under the Contract.

4.1.2 In case of any default or failure to perform obligation as per the obligation as

per contract or late delivery, the Contractor shall pay liquidated damages to the

CPO as provided.

15. Payment

The method and conditions of payment to be made to the Contractor under this Contract

shall be as follows in addition to GCC:

a. Payment for BPC3 project’s works supplied / Support Services rendered:

b. Payment shall be made in Pak. Rupees in the following manner:

c. Billing Cycle: The payment shall be done after completion of milestones given in the

contract and issuing certificate by CPO / client or as per contract (addendums etc.).

(i) Payment against completion works: Upon submission of claim and satisfaction

of CPO the Contractor shall be paid within thirty (10) days of receipt of the

Goods at site after performing the requisite inspection and tests as mentioned

above or on satisfaction of CPO.

16. Prices:

Page 110: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 110

In addition to GCC; Prices shall be: Fixed.

Liquidated Damages / Late Delivery:

a. The maximum amount of liquidated damages for the whole of the Works may subject

to satisfaction of CPO be 5% of the contract price.

b. Applicable rate: 0.1 % of contract price per day.

17. Payment Milestone:

Payment milestone will be finalized at the time of contract.

12 INTEGRITY PACT General

Whereas, ___________ (Name of Procuring Agency), representing the ______ (Name of

Administrative Department) Government of Balochistan of The Islamic Republic of Pakistan,

hereinafter referred to as the Procuring Agency on one part, and __________________

(Name of person) representing the ________________ (Name of Firm) as the other part

hereby execute the agreement as follows:

The agreement is a part of the tender document, which shall be signed and submitted along

with the tender document. The head of the Procuring Agency/or his authorized representative

should be the signing authority. For the bidders, the bidder himself or his authorized

representative must sign the Integrity Pact (IP). If the winning bidder had not signed during

the submission of the bid, the tender shall stand cancelled.

Objectives

Now, therefore, the Procuring Agency and the Bidder agree to enter into this pre-contract

agreement, hereinafter referred to as Integrity Pact, to avoid all forms of corruption by

following a system that is fair, transparent and free from any influence/unprejudiced dealings

prior to, during and subsequent to the currency of the contract to be entered into, with a view

to:-

Enabling the Procuring Agency to obtain the desired contract at a reasonable and competitive

price in conformity to the defined specifications of the Goods; and

Enabling bidders to abstain from bribing or any corrupt practice in order to secure the

contract by providing assurance to them that their competitors will also refrain from bribing

Page 111: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 111

and other corrupt practices and the Procuring Agency will commit to prevent corruption, in

any form by their officials by following transparent procedures.

Commitments of the Procuring Agency

The Procuring Agency Commits itself to the following:-

The Procuring Agency hereby undertakes that no official of the Procuring Agency, connected

directly or indirectly with the contract, will demand, take a promise for or accept, directly or

through intermediaries, any bribe, consideration, gift, reward, favor or any material or

immaterial benefit or any other advantage from the Bidder, either for themselves or for any

person, organization or third party related to the contract in exchange for an advantage in the

bidding process, bid evaluation, contracting or implementation process related to the

Contract.

The Procuring Agency further confirms that its officials have not favored any prospective

bidder in any form that could afford an undue advantage to that particular bidder during the

tendering stage, and will further treat all Bidders alike.

All the officials of the Procuring Agency shall report to the head of the Procuring Agency or

an appropriate Government office any attempted or completed violation.

Following report on violation of clauses 3.1 and 3.2 by official (s), through any source,

necessary disciplinary proceedings, or any other action as deemed fit, including criminal

proceedings may be initiated by the Procuring Agency and such a person shall be debarred

from further dealings related to the contract process. In such a case while an enquiry is being

conducted by the Procuring Agency the proceedings under the contract would not be stalled.

Commitments of Bidders

The Bidder commits himself to take all measures necessary to prevent corrupt practices,

unfair means and illegal activities during any stage of his bid or during any pre-contract or

post-contract stage in order to secure the contract or in furtherance to secure it and in

particular commits himself to the following :-

The Bidder will not offer, directly or through intermediaries, any bribe, gift, consideration,

reward, favor, any material or immaterial benefit or other advantage, commission, fees,

brokerage or inducement to any official of the Procuring Agency, connected directly or

indirectly with the bidding process, or to any person, organization or third party related to the

contract in exchange for any advantage in the bidding, evaluation, contracting and

implementation of the Contract.

The Bidder further undertakes that he has not given, offered or promised to give, directly or

indirectly any bribe, gift, consideration, reward, favor, any material or immaterial benefit or

other advantage, commission, fees, brokerage or inducement to any official of the Procuring

Agency or otherwise in procuring the Contract or forbearing to do or having done any act in

relation to the obtaining or execution of the Contract or any other contract with the

Government for showing or forbearing to show favor or disfavor to any person in relation to

the Contract or any other contract with the Government.

Page 112: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 112

The Bidder will not collude with other parties interested in the contract to preclude the

competitive bid price, impair the transparency, fairness and progress of the bidding process,

bid evaluation, contracting and implementation of the contract.

The Bidder, either while presenting the bid or during pre-contract negotiations or before

signing the contract, shall disclose any payments he has made, is committed to or intends to

make to officials of the Procuring Agency of their family members, agents, brokers or any

other intermediaries in connection with the contract and the details of services agreed upon

for such payments.

Sanctions for Violation

The breach of any aforesaid provisions or providing false information by Procuring

Agency, including manipulation of information by evaluators, shall face

administrative charges and penal actions as per the existing relevant rules and laws.

The breach of the Pact or providing false information by the Bidder, or any one

employed by him, or acting on his behalf (whether with or without the knowledge of

the Bidder), or the commission of any offence by the Bidder, or any one, employed by

him, or acting on his behalf, shall be dealt with as per the provisions of the Pakistan

Penal Code, Prevention of Corruption Act of Pakistan and the National Accountability

Ordinance of Pakistan.

The Procuring Agency shall also take all or any one of the following actions,

wherever required:-

To immediately call off the pre-contract negotiations without giving any

compensation to the Bidder. However, the proceedings with the other Bidder(s) would

continue.

To immediately cancel the contract, if already awarded/signed, without giving any

compensation to the Bidder.

The Earnest Money / Security Deposit shall stand forfeited.

To recover all sums already paid by the Procuring Agency.

To encash the advance bank guarantee and performance bond/warranty bond, if

furnished by the Bidder, in order to recover the payments, already made by the

Procuring Agency, along with interest.

To cancel all or any other Contracts with the Bidder.

To debar the Bidder from entering into any bid from the government of Bhutan as per

the Debarment Rule.

Conflict of Interest

A conflict of interest involves a conflict between the public duty and private interests (for

favor or vengeance) of a public official, in which the public official has private interest which

could improperly influence the performance of their official duties and responsibilities.

Page 113: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 113

Conflict of Interest would arise in a situation when any concerned members of both the

parties are related either directly or indirectly, or has any association or had any

confrontation. Thus, conflict of interest of any tender committee member must be declared in

a prescribed form (sample form attached).

The Bidder shall not lend to or borrow any money from or enter into any monetary dealings

or transactions, directly or indirectly, with any committee member, and if he does so, the

Procuring Agency shall be entitled forthwith to rescind the Contract and all other contracts

with the Bidder.

Examination of Books of Accounts

In case of any allegation of violation of any provisions of this Integrity Pactor payment of

commission, the Procuring Agency/authorized persons or relevant agencies shall be entitled

to examine the Books of Accounts of the Bidder and the Bidder shall provide necessary

information of the relevant financial documents and shall extend all possible help for the

purpose of such examination.

Monitoring and Arbitration

The respective procuring agency shall be responsible for monitoring and arbitration of the

Integrity Pact as per the Procurement Rules.

Legal Actions

The actions stipulated in this Integrity Pact are without prejudice to any other legal action that

may follow in accordance with the provisions of the extant law in force relating to any civil

or criminal proceedings.

Validity

The validity of this Integrity Pact shall cover the tender process and extend until the

completion of the contract to the satisfaction of both the Procuring Agency and the Bidder.

Should one or several provisions of this Pact turn out to be invalid; the remainder of this Pact

remains valid. In this case, the parties will strive to come to an agreement to their original

intentions.

We, hereby declare that we have read and understood the clauses of the agreement and shall

abide by it. Further, the information provided in the agreement are true and correct to the best

of our knowledge and belief.

The Parties hereby sign this Integrity Pact at _________________ on _____________

Procuring Agency Bidder

(Signatures & Stamp) (Signatures & Stamp)

Witness 1: Witness 1:

SIGNATURE: ______________________ SIGNATURE:

______________________

Page 114: Balochistan Police Command, Control, Communication & Data ... · Balochistan Police Command, Control, Communication & Data Center 4 DISCLAIMER 1. This request for bid documents has

Balochistan Police Command, Control, Communication & Data Center 114

NAME: __________________________ NAME: __________________________

DESIGNATION: ___________________ DESIGNATION:

___________________

Witness 2: Witness 2:

SIGNATURE: ______________________ SIGNATURE:

______________________

NAME: __________________________ NAME: __________________________

DESIGNATION: ___________________ DESIGNATION:

___________________