contract administration cell supply chain ... - ppra.org.pkppra.org.pk/doc/7-11/1pia711-2111.pdf ·...

17
1 /17 Contract Administration Cell Supply Chain Management REF:GM(P)/CAC/CONT-044/Security /19 M/S Sub: Provisioning of Security Services throughout Domestic Network Dear Sirs, We are pleased to invite your sealed tenders for the Contract mentioned above. In case of more than one schedule separate tender for each schedule should be furnished. The terms & conditions of the tender/ supplies are given below:- A) SUBMISSIONOF TENDER 1. You are required to send your tenders addressed to General Manager Procurement, PIA Procurement & Logistics Building JIAP Karachi latest by 21-11-2018 by 1030 Hrs.The tenders may be dropped in the tender box marked as “Tender Box Commercial Purchasesplaced at the entrance of the PIA Procurement & Logistics Building latest by 10:30 hours on the specified date. You may also send your tenders through registered A/D mail addressed to General Manager Procurement, which must reach before the closing date and time mentioned above. Tenders will be opened at11:00 hours the same day in the presence of tenderers. 2. Tenders received after stipulated date & times hall not be considered. The Corporation will not be responsible for postal delays. The decision of General Manager Procurement in this respect shall be final and binding. 3. Bidders are required to submit a Pay Order of Rs.3000/-(Non-Refundable) as tender fees along with Technical Proposal. B) EARNEST MONEY The Tender should be accompanied a Pay Order payable (valid for 90 days from the date of tender opening) equivalent to 2 % of total bid value in the name of M/S PAKISTAN INTERNATIONAL AIRLINES as interest free Earnest Money (Refundable). Earnest Money in any other shape shall not be accepted. Earnest / Security Money deposited against a running contract (s) purchase orders(s) shall not be transferable as earnest money for any other tender. All tenders without Earnest Money shall not be considered. C) SECURITY DEPOSIT The successful tenderer upon award of Contract / Purchase Order will be required to furnish security deposit (pay order or Bank Guarantee) in the amount equivalent to 5% of total tender value stated in the Letter of Acceptance as interest free Security deposit and to remain valid 3- months after the expiry period of the Contract. The Earnest Money already held can be converted into Security Deposit and balance amount if any shall be deposited as above. D) PREPARATION OF TENDER “Single Stage Two Envelope Basis” The BID (Tender) submitted shall comprise of a single package containing two sealed envelopes, each envelope shall be marked and will contain “FINANCIAL” and “TECHNICAL” proposal. On the given tender opening date only “Technical Proposal” will be opened in the presence of tenderers available. The “Financial Proposal” shall be shown to the parties but will be retained with PIA without being opened.

Upload: vodang

Post on 16-Nov-2018

222 views

Category:

Documents


0 download

TRANSCRIPT

1 /17

Contract Administration Cell

Supply Chain Management

REF:GM(P)/CAC/CONT-044/Security /19

M/S

Sub: Provisioning of Security Services throughout Domestic Network

Dear Sirs,

We are pleased to invite your sealed tenders for the Contract mentioned above. In case of more

than one schedule separate tender for each schedule should be furnished. The terms & conditions of

the tender/ supplies are given below:-

A) SUBMISSIONOF TENDER

1. You are required to send your tenders addressed to General Manager Procurement, PIA

Procurement & Logistics Building JIAP Karachi latest by 21-11-2018 by 1030 Hrs.The tenders

may be dropped in the tender box marked as “Tender Box Commercial Purchases” placed at the entrance of the PIA Procurement & Logistics Building latest by 10:30 hours on the specified date. You may also send your tenders through registered A/D mail addressed to General Manager Procurement, which must reach before the closing date and time mentioned above. Tenders will be opened at11:00 hours the same day in the presence of tenderers.

2. Tenders received after stipulated date & times hall not be considered. The Corporation will

not be responsible for postal delays. The decision of General Manager Procurement in this respect

shall be final and binding.

3. Bidders are required to submit a Pay Order of Rs.3000/-(Non-Refundable) as tender fees along

with Technical Proposal.

B) EARNEST MONEY

The Tender should be accompanied a Pay Order payable ( va l i d f o r 90 day s f r om the

da te o f t ender open in g ) equ i va len t t o 2 % o f t o ta l b id va l ue in the name of M/S

PAKISTAN INTERNATIONAL AIRLINES as interest free Earnest Money (Refundable). Earnest Money

in any other shape shall not be accepted. Earnest / Security Money deposited against a running

contract (s) purchase orders(s) shall not be transferable as earnest money for any other tender.

All tenders without Earnest Money shall not be considered.

C) SECURITY DEPOSIT

The successful tenderer upon award of Contract / Purchase Order will be required to furnish

security deposit (pay order or Bank Guarantee) in the amount equivalent to 5% of total tender

value stated in the Letter of Acceptance as interest free Security deposit and to remain valid 3-

months after the expiry period of the Contract. The Earnest Money already held can be

converted into Security Deposit and balance amount if any shall be deposited as above.

D) PREPARATION OF TENDER “Single Stage Two Envelope Basis”

The BID (Tender) submitted shall comprise of a single package containing two sealed envelopes, each envelope shall be marked and will contain “FINANCIAL” and “TECHNICAL” proposal.

On the given tender opening date only “Technical Proposal” will be opened in the presence of tenderers available.

The “Financial Proposal” shall be shown to the parties but will be retained with PIA without being opened.

2 /17

Contract Administration Cell

Supply Chain Management

After Technical Evaluation of the received Technical Proposals, Financial Proposals will be opened publicly at the date, time & venue to be announced and will be communicated to the bidders in advance.

PIA will open the “Financial Proposals” publicly of the parties whose Technical Proposals have been found acceptable.

Financial Proposals of the technically not-acceptable bids shall be returned un-opened to the respective bidders.

E) PREPARATION OF TENDER - TECHNICAL PROPOSAL:

All mandatory requirements are given in the schedule

Please give all the available technical details of the items offered by you, supported with the

technical literature, brochure, drawings and pictures, client list details, authorization certificates

etc.

BIDS / Tenders / Technical Proposal received shall be evaluated in accordance with the given

technical specifications.

PIA‟s requirements with Technical Specifications are given.

Bidders MUST:

Be registered with Sales Tax Authorities. (Please attach copy of Registration Certificate).

Bid on Prescribed Proforma issued by PIA. Affix the company seal on all tender documents.

Mention clearly Tender Reference on TOP RIGHT CORNER OF PROPERLY SEALED ENVELOPE,

BEARING COMPANY’S STAMP

F) PREPARATION OF TENDER – FINANCIAL PROPOSAL

The tenders should be enclosed in double cover. The inner cover should be sealed having enclosed

the following documents:

a) Original Pay Order for Earnest Money. b) Undertaking on Rs. 100/= above non-judicial Stamp Paper duly signed and stamped by a

Public Notary Oath Commissioner. c) The outer cover should bear address of the General Manager Procurement, PIA P&L Building,

Karachi Airport and reference number of the tender with opening date of tender. d) All information about the services /material proposed to be supplied must be given as

required in the schedule to tender.

G) PRICES

a) The Prices mentioned in the tender will be treated as firm till the completion of Purchase

Order / Contract.

b) The Prices must be stated both in words and figures. Additional information, if any must be linked with entries on the Schedule to Tender.

c) Offers must be valid for 90 days.

d) Quote Rates, GST, and other taxes separately.

3 /17

Contract Administration Cell

Supply Chain Management

H) Duration of Contract

Contract will be awarded for the period one year further extendable two more terms on same rates terms and condition subject to satisfactory performance on mutual consent basis.

Muhammad Usman Akhtar

General Manager (Procurement)

Ph# 021-9904-3081-4423

e-mail [email protected]

[email protected]

Enclosed: Schedule ”A” (TOR)

Schedule “B” Manpower Required

Schedule “C” Bid form

Schedule “D” Evaluation Criteria

Schedule “E” SLA Draft

Schedule “F” Integrity Pact

Schedule “G” Undertaking to Execute the Contract

4 /17

Contract Administration Cell

Supply Chain Management

Schedule “A”

TERMS OF REFERENCE (TOR)

Engagement of Services of Security Firm for Providing Security Guards for PIA’s Installations

Security

The Bidder shall perform and abide by the terms and conditions as below:

The services shall be required for a period of one year. However, the contract is extendable for a

further period of two years subject to satisfactory performance under mutual consultation and on

the same terms and conditions and rates of 1st year.

They shall provide the required staff as per profile communicated prior to their deployment and

in consistence with the criteria stated in the Terms of Reference.

The Bidder must arrange clearance of guard and their CNICs from Police and NADRA respectively

before deploying them at PIA Locations.

Bidder should pay sufficient wages to Security Guard by addressing the minimum wages and other

benefits under the applicable law during entire period of contract. Minimum salary as per

Government policy.

Bidder shall ensure that all Security Guards/Supervisors (Male/Female) are paid their salary by

10th of each month irrespective of clearance of its own bill/ invoice/s. The bidder will ensure that

the staff would perform their duties with agility, alertness and cordiality.

The bidder will be fully responsible for the staff engaged by them for the said purpose, in all

matters relating to an employee and employer relationship.

The Bidder will issue at least four pair of uniforms, one pair of shoes, one jersey/ winter clothes/

jacket per year to the staff for summer/ winter season to perform their duties, so they are neatly

dressed.

Timely payments to the deployed staff shall be the responsibility of the bidder, and the PIAC shall

have no business with such workers (hired or recruited) and their salaries, wages, over time, leave

etc.

Bidder will make payment to the staff through his bank and submit confirmation report through

their bank statement.

The bidder shall be responsible for Group Insurance (life), Disability and Health coverage, EOBI

and or PESSI and all other hazards and responsibility of their deputed staff with the PIAC

appropriately by compensation package/s and or a comprehensive Insurance from reputed

insurance company during the period of their posting because PIAC takes no responsibility of risks,

hazards happened, encountered, faced of whatsoever nature with regard to any or all of deployed

Security Guards/ Supervisors/ Lady Searchers.

The bidder shall comply with all the applicable laws of the land necessary or relevant for

performance of the contract.

The bidder must have sufficient standby arrangement of staff as backup for instant

replacement/deployment.

The prospective staff to be deployed at any time must hold valid Pakistani CNIC and should be Ex-

Service men of Armed Forces, i.e. Army, Navy, Air force, Pak Rangers, Frontier Corps, Coast

Guards, Rangers, Mujahid, Defense Services Guard (DSG) & ASF up to 55 years of age; must have

served in Armed forces/CAF for a minimum period of 10 years and have clear service record free

from any charge of misconduct or termination etc.

5 /17

Contract Administration Cell

Supply Chain Management

Deployment staff must be literate, experienced and medically fit.

Security guards should be armed with good quality weapons as authorized by Ministry of Interior

(automatic/semi automatic) to the security companies.

The bidder will provide Standing Operating Procedure (SOP) in consultation with PIAC and guards

will abide by these SOPs/ instructions meticulously.

Combat training experience of armed forces, i.e. Army, Navy, Air force, Pak Rangers, Frontier

Corps, Coast Guards, Rangers, Mujahid, Defense Services Guard (DSG) & ASF personnel.

Submission of basic training and subsequent refresher training with record of the individual from

recognized security training institute.

Proficient in weapon handling and conducting firing practices on quarterly basis. Submission of

basic and refresher weapon training including firing practice (Quarterly) record is a mandatory

requirement.

Quarterly Armourer Certification will be provided.

Backup, reserves (relief) will be made for every absenting security personnel in minimum time.

QRF will be standby at Head Quarters/ Control Room to reinforce the deployment guards.

HHMD, car search under mirror, explosive detectors (KHOJI), walkie talkies with communication

links at HQ‟s / Control room. Supervision vehicles 2 in KHI, 1 each at LHE, ISB & RWP and motor

cycles at PEW, UET , MUX, LYP.

The Security Company will remain under probation for first three months.

PIA reserves the right to divide the business among two or more contractors on its discretion

keeping in view region/provinces.

Refresher training quarterly in recognized institutes.

Proficient handling.

Provision of escort on required basis with no additional cost.

Quick Response Force and additional backup support including armed guards in case of extreme

emergency.

Provision of backup transport / equipment in case of emergency evacuation.

Prompt communication system within the guards and respective security agencies in the area.

Security clearance of guards employed in operational area by Special Branch.

10% guards must possess reasonable knowledge to handle various detecting machines at airports.

Limited capability of handling K-9.

6 /17

Contract Administration Cell

Supply Chain Management

DESCRIPTION OF SERVICES, PERFORMANCE SPECIFICATION (KPIs) a. General Requirements:

The Service Provider shall be required to effectively arrange the desired number of Security Guards/Supervisors (both male & female) for deployment at PIA premises/Installations in coordination with the Internal PIA Security Department of the location through its designated officials. The Security Guards to be provided by the Service Provider must possess Qualification and Skills mentioned hereunder and shall be responsible to perform their duties at PIA premises/ Installations, ensuring the safety and security of property, resident/inmates, valuable material and documents /records. The Guards will function under the charge of a Duty Security Officer as part of an overall Security Detail. The Job Description of the Security Guards is given hereunder:

b. JOB Description of the Security Guards:

Some of the important duties are:- Be alert during duty tenure. Report for duty 15 minutes before time to receive briefing of Security Supervisor. Each guard will perform duty on an average 12 hours per day. Maintain duty registers and log books prescribed for the Duty Post. Verify and take charge of Gate keys from previous Guard. Prevent access of any unauthorized persons inside the premises / installation. Politely answer any inquiries of visitors and direct them to the appropriate authorities/staff

inside. Direct visitors with problems to the concerned authorities. Check all personnel and vehicles for identity before allowing entry. Fill in the log of entry and exit of personnel, materials, vehicles and stores. Maintain Gate Pass Register for outgoing materials and stores. Record and permit entry of stores after verifying from purchase Officer Store buildings. Monitoring behavior of suspicious person, movement of vehicles and stores.

c. Skills and Specification:

The guards must be ex-servicemen having minimum 10 years of service with Armed Forces(Army, Navy, Air force, Pak Rangers, Frontier Corps, Coast Guards, Rangers, Mujahid, Defense Services Guard (DSG) & ASF).

Civilian Guard must be having matric qualification. The guards must be medically and mentally fit- category „Aye‟. Trained Guards familiarized with all security drills and procedures laid down in the Standing

Orders. Be always alert and ready to deal with security emergencies. Have Nose for suspicious characters, movements and dangerous situations. Possess good memory to remember all the codes and standard security procedures. Possess good firing skills with regular firing practice record.

d. Education and Qualifications: Should be literate Civilian Intermediate/ Ex-servicemen matric or equal. Training in Fire Fighting, First Aid, Life Saving drills and Firearms. Must be an ex-serviceman (Army, Navy, Air force, Pak Rangers, Frontier Corps, Coast Guards,

Rangers, Mujahid, Defense Services Guard (DSG) & ASF) having medical category “AYE”. Age of the deputed staff should be within 25 to 55 years, with good health.

e. Those guards, who retired from Armed forces on disciplinary grounds / inefficiency are not

eligible for job at PIAC locations.

f. Disqualification: Following category of Private Security Staff will not be acceptable on duty:-

Not meeting the TORs. Involved in any criminal activity. Drugs addicted, physically or mentally retarded. Convicted from any court of law. Deserted from Armed Forces

g. Location Service provider must provide security guards at PIAC Locations across Pakistan, mainly as per strength chart enclosed.

7 /17

Contract Administration Cell

Supply Chain Management

Schedule “B” Manpower Required

Deployment Chart

Sr# STATION PEC SPEEDEX OFFICES/BOOKING OFFICES ALL

NETWORK

SS AG UAG DVR SS AG UAG SS AG UAG LS BG TOTAL STA

1 Karachi 5 7 45 74 4 3 138

2 PEC Khi 6 8 14

3 PEC Site 2 5 1 8

4 Hydrabad 2 2

5 Sukkur 2 2

6 Quetta 1 2 2 7 1 13

7 Zohb 1 1 2

8 Islamabad 2 4 9 35 1 51

9 RWP 2 1 6 27 2 38

10 Kharian 2 2

11 Abbotabad 4 2 6

12 Muzafarabad 2 2

13 Mirpur AK 2 2

14 Skardu 2 2

15 Lahore 2 2 2 16 34 1 57

16 Faisalabad 1 1 1 6 9

17 Multan 1 1 6 2 10

18 Sialkot 4 3 7

19 Gujranwala 1 1

20 Rahimyar Khan 1 2 3

21 Bahawalpur 1 1 2

22 D.G. Khan 4 4

23 Peshawar 1 5 4 1 11

24 Chitral 2 2 4

25 D.I. Khan 2 2

26 Bannu 3 3

Sub Total 2 6 13 1 2 9 9 18 116 206 10 3

Grand Total 22 20 353 395

Note: 1x Vehicle (Suzuki Hiroof) at PEC Site

SS AG UAG BG LS DVR Total

22 131 228 3 10 1 395

8 /17

Contract Administration Cell

Supply Chain Management

Schedule “C” Bid Form (“AA”)

Location Sindh QTY Unit Price Total Provincial Tax

G.Total per Month PKR

Supervisor 09

Armed Guard 58

Un Armed Guard 89

Lady searcher 4

Body Guard 3

Driver 1

Total 164

Vehicle with full 1

Total Annual Amount Rs.

“BB”

Location Punjab QTY Unit Price Total Provincial Tax

G.Total per Month PKR

SUP 4

AG 33

UAG 55

L/S 1

93 Total Annual Amount Rs.

“CC”

Location Islamabad QTY Unit Price Total

Provincial Tax

G.Total per Month PKR

SUP 7

AG 25

UAG 68

L/S 3

103 Total Annual Amount Rs.

“DD”

Location Baluchistan QTY Unit Price Total

Provincial Tax

G.Total per Month PKR

SUP 2

AG 3

UAG 9

L/S 1

15 Total Annual Amount Rs.

“EE”

Location KPK QTY Unit Price Total Provincial Tax

G.Total per Month PKR

AG 12

UAG 7

L/S 1

20 Total Annual Amount Rs.

Total Annual Amount ( AA+BB+CC+EE) PKR ______________________.

2% Earnest Money PKR ______________________.

9 /17

Contract Administration Cell

Supply Chain Management

Schedule “D”

EVALUATION CRITERIA

IMPORTANT NOTICE:- All the applicants to please note that as per PPRA Rules and Regulations, all the documents/ statements submitted by a Firm / Company for its pre – qualification are under Oath. Any document / statement provided if proved false, misstated, concocted, or incorrect at any time during or after tendering process or during the contract will result into permanent disqualification and black listing of the Firm / Company / Partners with their names displayed on PPRA website. TECHNICAL Total Marks: 85 Qualifying Marks: 60

1.

ADMINISTRATION - PERCENTAGE OF COMPANY

a.

Officers - (06)

i 100% Armed Forces/ CAF officer Management of Company 6

ii Below 100% Armed Forces/ CAF officer Management of Company 4

iii Civilian Management of Company 3

b.

Supervisor/Checker - (06)

i JCOs / CAF, equal to JCOs, Checker/Supervisor 6

ii JCOs/NCOs equal to JCOs/NCOs Checker/Supervisor

5

iii Below 100% JCOs/NCOs equal to JCOs/NCOs Checker/Supervisor

4

iv Civilian Checkers / Supervisors 3

c.

Soldiers - (06)

i Soldiers with 14-20 years experience above 75%

6

ii Soldiers with 10-14 years experience above 75%

5

iii 50% ex-servicemen & 50% Civilian guards 4

2.

PAST PERFORMANCE GUAGED (THROUGH CLIENTS) - (04)

a. Good 4

b. Satisfactory 3

c. Un Satisfactory 0

3.

TRAINING FACILITIES

a.

Facilities - (05)

i Own Training Institute 5

ii Outsourced 3

b.

Training - (05)

i Basic Training 100% 3

ii Basic Training less then 100% 2

iii Refresher Training (01 year) 2

iv Refresher Training less then 100% 1

v No Training evidence 0

4.

FIRING PRACTICES

a.

Firing Range - (05)

i Purpose Built Range 5

ii Adhoc Range 3

No firing range evidence 0

10 /17

Contract Administration Cell

Supply Chain Management

5

Physical Profile of Manpower

Height - (06)

a. 100% Manpower above 5-7” with documentary evidence 6

b. 75% Manpower above 5-7” with documentary evidence 3

c. 50% Manpower above 5-7” with documentary evidence 2

d. Height below 5-4” un acceptable 0

6

Age - (05)

a 100% Manpower 25-55 years with documentary evidence 5

b 75% Manpower 25-55 years with documentary evidence 3

c 50% Manpower 25-55 years with documentary evidence 2

7

a.

Strength of Company - (05)

i Above 5000 with documentary/location evidence 5

ii Above 4000 with documentary/location evidence 3

iii Above 2000 with documentary/location evidence 2

b.

Academic/Education - (07)

i. 100% manpower civilian Intermediate/Ex-servicemen matric (or equal)

07

ii 75% manpower civilian Intermediate/Ex-servicemen matric (or equal)

06

iii 50% manpower civilian Intermediate/Ex-servicemen matric (or equal)

04

iv Bellow 50% manpower civilian Intermediate/Ex-servicemen matric (or equal)

02

c.

Availability of Offices in locations as per Annexure-A - (04)

i Office available at all location as per Annexure-A 4

ii A partial availability at all location as per Annexure-A 3

iii Offices availability at main regions 2

d.

Wireless - (04)

i Wireless communication with patrolling vehicles 4

ii Wireless communication with ground stations 2

e.

Ratio of ex-servicemen in the company - (05)

i 100% 5

ii 70% 4

iii 50% 3

Availability of QRF - (05)

8

a.

i. On sight at major stations , Karachi, Islamabad & Lahore 5

ii. At company / Regions, Karachi & Islamabad 3

iii At Base 2

COMMERCIAL Total Marks: 10 Qualifying Marks: 05

FINANCIAL STATUS

9 a.

Annual Turnover (Past Year) - (05)

i Over 500 Million 05

ii Over 400 Million 03

iii Over 300 Million 02

b.

Frequency / Interval of Firing Practices - (03)

i Quarterly evidence 3

ii 6 monthly evidence 2

iii Annually evidence 1

c.

No of Weapons in company stock (Pistol & Rifle e.t.c) - (04)

i 5000 and above 4

ii 4000 and above 3

iii 3000 and above 2

11 /17

Contract Administration Cell

Supply Chain Management

b.

Annual Income Tax (Past Year) - (05)

i Over 2 Million 05

ii Less than 2 Million 03

iii Less than 1 Million 02

SAFETY & SECURITY Total Marks: 05 Qualifying Marks: 05

SAFETY & SECURITY POLICY - (05)

10 a. 100% employees security checked and issued clearance 05

b. Less than 100% employees security checked and issued clearance 0

Note 1: Evaluation criteria is based on Technical, Commercial and Safety basis with 80, 10 and 05 marks respectively. Qualifying marks for Technical will be 60, Commercial will be 5 and Safety will be 5 marks. To qualify, the Security Company is required to attain minimum qualifying marks in all three categories. Note2: Please provide documentary evidence in support of your answers. Without documentary evidence section will be marked as zero. Note3: Post contract checking mechanism:

a. After the issuance of LOI to a suitable company, all parameters as indicated TORs, KPIs and the Agreement. Will be physically checked by evaluation committee at all domestic locations under Regional Heads Security.

b. Regional Security Heads will quarterly check all credentials of outsource manpower

deputed at PIA Locations.

c. Outsourced Security Services provider will have mechanism to check & ensure that Security duties are performed as per given TOR, KPIs and Agreement.

12 /17

Contract Administration Cell

Supply Chain Management

Schedule “E”

DRAFT AGREEMENT

THIS AGREEMENT is made on _____________ between __________________________ incorporated and existing under the laws of Pakistan and holding its Head Office at _________________________________ (hereinafter called “The Contractor”) of the first part

AND PAKISTAN INTERNATIONAL AIRLINES CORPORATION LIMITED a public limited company organized and operating by and under the laws of Pakistan and having its Head Office at PIA Building, Karachi Airport, Karachi (hereinafter called “PIACL” or “PIA”) of the other part. WHEREAS the PIACL is desirous of obtaining Security services from contractor having fully trained security guards for the security of PIACL owned / rented / or otherwise holding /occupied premises and has contractor has agreed to maintain a security for the above premises. WHEREAS the contractor has agreed that it has the capacity to effectively provide the services of desired security guards to the entire satisfaction of PIACL. WHEREAS the contractor has agreed to perform and undertake the services and agree to deploy its security staff as per requirement of PIACL on designated places / positions as per Annexure „A‟ hereof on the terms and conditions specified herein below. NOW IT IS HEREBY AGREED AS FOLLOWS

1. The contractor shall on and from______________ operate and maintain a security system in respect of PIA‟s premises (hereinafter called “The Premises”), which is most specifically described in Annexure „A‟ hereof.

2. PIACL shall pay to the contractor for the services provided by its Security Staff in accordance with Annexure „A‟.

3. The agreement shall be effective from ______________________ and shall be valid up till _____________________ unless earlier terminated as described hereunder. The contract is extendable for further two periods with same rates & on same terms & conditions subject to satisfactory performance, mutual consent of both the parties.

4. This agreement shall be governed, interpreted and construed in accordance with the law of

Islamic Republic of Pakistan.

5. Dispute resolution: In the event of dispute arising from the interpretation of this agreement, the parties agree to try first through any or all ways to reach amicable settlement without going for litigation.

a. Failing to arrive at such settlement, then the matter will be referred for arbitration in

accordance with the provision of Arbitration Act 1940. The place of arbitration shall be Karachi. CEO PIACL or its nominee will be the sole arbitrator whose award will be final & binding.

b. The parties submit themselves to the exclusive jurisdiction of Courts at Karachi. 5. Upon the termination of this agreement the contractor shall be allowed to remove its

apparatus and equipment if any which may have been placed by it upon the premises, after obtaining

permission in writing from PIA to this effect.

6. The contractor shall arrange and maintain during the period of this agreement policy or

policies of public liability insurance acceptable to PIACL to cover its liability for personal

injury (including without limitation death) and amount for all claims arising out of each

occurrence together with full workmen‟s compensation insurance. The contractor shall, if

required by the PIA provide insurance certificate or certificates issued by the insurers.

13 /17

Contract Administration Cell

Supply Chain Management

7. The employees deployed by the contractor on security duty with PIA under the agreement

shall have following skills & specifications Supervisor should be in minimum JCO (Retd) or equal from

ex-defence/CAF having good working age up to 55 years with experience of corporate culture he

should be able to deal with security emergencies at all times, he should also having good health &

sound physique, Armed/unarmed guard should be of good working age (25-55) Ex-serviceman

should be having 10 year service of any force. Civilian should be having matric qualification with a

good health and sound physique and a minimum height of 5.7(feet). 50% manpower can be civilian

with appropriate experience i.e 02 years.

8. The contractor shall perform its responsibilities hereunder to the satisfaction of PIA and shall

abide by day-to-day instructions given to it by duly authorized representative of PIA in improving

security arrangements at the premises. Contractor shall be under an obligation to abide by the oral as

well as written instructions by PIA in respect of deployment of security staff of various points of the

premises as per requirement of PIA.

9. Contractor shall be responsible for the payment of its employees deployed at the

premises in pursuance this agreement, the wage, salaries and other allowances in conformity

with applicable laws and instructions. Contractor hereby assumes full responsibility and shall

indemnify and hold harmless PIA against all claims in respect of payment of salaries wages and

allowances by or on behalf of the persons deployed at the premises in pursuance to this

agreement.

10. Contractor hereby indemnifies PIA and hold harmless and shall assume full

responsibility against all losses, damages and / or claims in respect of including without

limitation, injury or death caused to any personnel of the contractor or to any third person

during the execution of this agreement.

11. Contractor shall arrange clearance of its personnel to be deployed at the premises from all

relevant security agencies including without limitation PIACL Security Division and Police at its own

cost before deploying such personnel at the premises. No personnel shall be deployed by the

contractor at the premises in respect of which such security clearance has not been obtained.

12. The contractor shall ensure that the Basic Security Training has been imparted to all.

Refresher training will be organized by the contractor on yearly basis. The contractor shall ensure

that the basic weapon training and firing practices (Quarterly) has been imparted to armed guard

personnel and quarterly armour certification shall be provided. All the certification including

security clearance, basic & refresher security training and firing will be rendered to PIA Security

office failing which penalty for 2000/- each personnel will be imposed monthly basis.

13. Performance of the security company will be evaluated as and when required, if the

performance found and determined satisfactory by PIACL, the contract will be confirmed and

continued to be in operation otherwise. If the performance of the contractor found to be

unsatisfactory PIACL has the right to terminate the contract forth within writing without any

advance notice to contractor.

14. Back up, reserves (relief) will be made for every absenting security personnel in minimum

time. Quick Response Force will be standby at Head Quarters / control room. Latest Security

Equipment HHMD car search under mirror, explosive detectors, walkie talkies with communication

links at HQ‟s / Control room. Supervision vehicles two in KHI, one at LHE, ISB & RWP and motor cycles

at PEW, UET, MUX, LYP.

15. Contractor shall be responsible to obtain and keep up to date and valid arms licenses in

respect of the arms and ammunition provided to its employees deployed at the premises.

16. PIA may terminate this agreement forthwith in case contractor violates or breaches any of

the provision herein above or any other applicable law, which endangers or jeopardizes the security

of the premises. The agreement may be terminated by PIA at its option upon one months notice

without assigning any reason to the contractor.

14 /17

Contract Administration Cell

Supply Chain Management

17. The contractor shall submit monthly bills for the services rendered by its security staff before

5th of every month. After receiving such bills, and verification by concerned PIACL official that the

services satisfactorily received by PIA, monthly payment shall be made to the contractor by the

concerned Finance Manager through crossed bank cheques. The contractor shall be liable to pay all

taxes under the applicable laws, including WHT, GST, EOBI & Provincial Employees social Security

Institute contribution and receipts of which shall be submitted with finance with the bills on monthly

basis.

18. The contractor shall be liable to provide services/security staff to PIA installations as per

schedule provided in Annexure “A” which is an integral part of this contract.

19. The contractor shall provide control room for 24 hours a day with working telephones

without additional cost to PIA. The location and telephone numbers of such control rooms

shall be provided in writing to PIA by the contractor.

20. The Contractor being service provider in province should be registered in each

respective province where they provide security services as well as with FBR and any other

relevant Government department under the applicable laws .

21. The contractor shall not assign this agreement to any other party whether whole part

except with the prior written consent of PIA, coast and expenses of which shall be borne by

contractor. If the contractor assigns this agreement to any other party wholly / partially in

contravention to this undertaking, the contractor shall be blacklisted and shall be debarred

for future to enter into any contract with PIA. In case of contravention of this clause by the

contractor, PIA may at its option terminate this agreement forthwith without giving any notice

to the contractor.

22. The contractor employees shall be available during the working hours as notified by PIA from

time to time. The contractor shall comply with all requirements of applicable laws of the land in

respect of its employees.

23. If at any time PIACL requires extra manpower, the contractor undertakes to provide the same

and shall bill the Corporation for such services at the approved rates.

24. In case of guard found absent from place of duty, normal deductions will be made.

After assessing the performance thereafter double deductions will be made against absentees.

25. In case guard is found in improper or shabby dress he will not be taken on duty.

26. The contractor will be responsible in case valuable items found missing from installation area

due to negligence of security guard, as the result of joint court of inquiry(JCI).

27. Contractor shall provide on written demand of General Manger Security, Vigilance & Monitoring

additional security guard maximum for 45 days to cover the pre-Hajj operations at the hajj gateways

of Pakistan.

28. Contractor shall provide on written demand of General Manager Security, Vigilance &

Monitoring additional security guard and escort vehicle up to 15% above the contract ceiling as and

when required on same rates & terms of agreement.

29. Contractor shall submit the interest free security deposit 10% of the total contract value prior

to the execution of this contract in shape of Pay Order (which must remain valid till 6 months after

15 /17

Contract Administration Cell

Supply Chain Management

the expiry / termination of contract). This deposit will be refunded after deduction of all out

standing amount recoverable from the contractor.

30. Contractor shall submit the EOBI & Provincial Employees Social Security registration cards of

each security guard / personnel deployed on PIA duties within 15 days of signing of the contract.

31. Contractor shall provide EOBI & Provincial Employees Social Security Institute Certificates of

100% security guards / personnel deployed on PIA duties with monthly bills. PIA will not reimburse

any amount to the contractor in this regard nor shall be claimed by contractor.

32. No alteration in this agreement shall be effective until a change order in writing issued by PIA

setting forth the effect of the said alteration has been signed by a duly authorized representative of

each party.

33. EOBI and Provincial Employees Social Security Institute Certificates for each guard should be

forwarded.

34. The contractor shall remain on probation for the first three months. A suitability report will be

provided by the user department to the Procurement Department on completion of probation period.

They will subsequently be appraised as and when required.

35. IN WITNESS WHEREOF THE PARTIES HEREUNTO SET THEIR HANDS ON ______________

For and behalf of

Pakistan International Airline

Signature:

_________________________

Name:

____________________________

Designation:

_______________________

WITNESS

Signature:

_________________________

Name in (block Letters):

_____________________________

_____

C.N.I.C No.

________________________

Address:

_____________________________

____

_____________________________

_____

For and behalf of

Signature: __________________________ Name: _____________________________ Designation: ________________________ Signature: __________________________ Name in (block Letters): ___________________________________ C.N.I.C No. __________________________ Address: ___________________________________ ___________________________________

16 /17

Contract Administration Cell

Supply Chain Management

(Schedule “F”)

INTEGRITY PACT / DISCLOSURE CLAUSE

(To be submitted on Company’s Letterhead)

Declaration of Fees, Commissions and Brokerage Etc. Payable by the Suppliers, Vendors, Distributors,

Manufacturers, Contractor & Service Providers of Goods, Services &

Works___________________________________________ the Seller / Supplier / Contractor hereby

declares its intention not to obtain the procurement of any Contract, right, interest, privilege or

other obligation or benefit from Government of Pakistan or any administrative sub-division or agency

thereof or any other entity owned or controlled by it (GOP) through any corrupt business practice.

Without limiting the generality of the forgoing the Seller / Supplier / Contractor represents and

warrants that it has fully declared the brokerage, commission, fees etc., paid or payable to anyone

and not given or agreed to give and shall not give or agree to give to anyone within or outside

Pakistan either directly or indirectly through any natural or juridical person, including its affiliate,

agent, associate, broker, consultant, director, promoter, shareholder sponsor or subsidiary, any

commission, gratification, bribe, finder‟s fee or kickback whether described as consultation fee or

otherwise, with the object of obtaining or including the procurement of a contract, right, interest,

privilege or other obligation or benefit in whatsoever form from Government of Pakistan, except that

which has been expressly declared pursuant hereto.

The Seller / Supplier / Contractor certifies that it has made and will make full disclosure of all

agreements an arrangements with all persons in respect of or related to the transaction with

Government of Pakistan and has not taken any action or will not take any action to circumvent the

above declaration, representation or warranty.

The Seller / Supplier / Contractor accepts full responsibility and strict liability for making any false

declaration, not making full disclosure, misrepresenting facts or taking any action likely to defeat the

purpose of this declaration, representation and warranty. It agrees that any contract, right, interest,

privilege or other obligation or benefit obtained or procured as aforesaid shall without prejudice to

any other right and remedies available to Government of Pakistan under any law, contract or other

instrument, be void-able at the option of Government of Pakistan.

Notwithstanding any rights and remedies exercised by Government of Pakistan in this regard, the

Seller / Supplier / Contractor agrees to indemnify Government of Pakistan for any loss or damage

incurred by it on account of its corrupt business practices and further pay compensation to

Government of Pakistan in any amount equivalent to ten time the sum of any commission,

gratification, brief, finder‟s fee or kickback given by the Seller / Supplier / Contractor as aforesaid

for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or

other obligation or benefit in whatsoever from Government of Pakistan.

17 /17

Contract Administration Cell

Supply Chain Management

(Schedule “G”)

(RUPEE ONE HUNDRED NON-JUDICIAL STAMP PAPER)

General Manager (Procurement) Supply Chain Management Pakistan Intentional Airlines Karachi.

Subject: UNDERTAKING TO EXECUTE CONTRACT

Dear Sir,

1. We / I, the undersigned tenderer do here by confirm, agree and undertake to do following in

the event our / my tender for ___________________, is approved and accepted:-

2. That we / I will enter into and execute the formal contract, a copy of which has been supplied

to us / me, receipt whereof is hereby acknowledged and which has been studied and understood by

me / us without any change, amendment, revision or addition thereto, within a period of seven days

when required by PIA to do so.

3. That all expenses in connection with the preparation and execution of the contract including

stamp duty will be borne by us / me.

4. That we / I shall deposit with PIA the amount of Security as specified in the contract which

shall continue to be held by PIA until three months after expiry of the contract period.

5. That in event of our / my failure to execute the formal contract within the period of Seven

days specified by PIA the Earnest Money held by PIA shall stand forfeited and we / I shall not question

the same.

Tenderer‟s Signature __________________

Name in Full _________________________

Designation __________________________

Address: ____________________________

_________________________

Phone / Fax # _________________________

C.N.I.C. # ______________________________

Seal ________________________________

Date ________________________________