______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page1of24
LAHOREELECTRICSUPPLYCOMPANY(LESCO)
TENDERDocumentNo.82/2015-16
FORMAINTENANCE/SUPPORTSERVICESFORI.TEQUIPMENT
OFFICEOFDIRECTORGENERAL(IT)LESCOITDIRECTORATE,132-KVGHAZIGRIDSTATIONBARKIROAD,LAHORE
Tel:042-36636815,Fax#042-36636814http://www.lesco.gov.pk/
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page2of24
LAHOREELECTRICSUPPLYCOMPANYI.TDirectorate132-KVGhaziGridStation
MehfoozShaheedGarrisonBarkiRoad,Lahore.http://www.lesco.gov.pk/
BIDSCHEDULEFORTENDERNO.82/2015-16DESCRIPTIONOFWORKInordertomeetwiththerequirement,LESCOinvitessealedquotationsundersinglestagetwoenvelopprocedure(i.e. technical and financial bids separately) from potential dealing firms for the MAINTENANCE / SUPPORTSERVICESFORI.TEQUIPMENT.BIDTIMINGS&VALIDITYLastDateforObtainingTenderDocuments:13-05-2016Bidswillbecollectedat10:30A.Mon:16-05-2016Bidswillbeopenedat11.00amon:16-05-2016Tendershallremainvalidfor120daysafteropeningdateNote:ThistenderisgovernedbyGeneralConditionofContractforpurchasebyWAPDAdated12.8.1984(amendedtodate)andlatestpurchaseprocedurePPRA-2004(amendedto-date).SCOPEOFWORKLOT-1(MAINTENANCEOFPC,LAPTOPS&RELATEDEQUIPMENT)
Sr# DescriptionServiceChargespermonthw/oalltaxes
(Rs.)
ServiceChargesperannumw/oalltaxes(Rs.)
1. PersonalComputersPentium-III,Pentium-IV,Centrino,CoreDuoandQuadCorewithmonitors/LCD/LED,KeyBoardandMouseetc.
2. PersonalComputers(Corei5)withmonitors/LCD/LED,KeyBoardandMouseetc.
3. Laptops(Dell,HP,Apple,Lenovoetc.) 4. Software(OperatingSystem,MicrosoftOffice,PDF,Drivers,Antivirusetc.)
5.IntelServer3.2GHz1GBRam,80×1GB(Shekikhupura) IntelServer3.2GHz,1GBRam,160GB(Okara)
6. DotMatrixandLaserPrinters EPSONLQ-30024Pin80Column EPSONLQ-117024PinWideCarriage EPSONLQ-217024PinWideCarriage EPSONLQ-218024PinWideCarriage HPLaserjet1200/1300 HPLaserjet1320 HPLaserjet1100 HPLaserjet1010 HPLaserjet1018 HPDeskJet3325 HPDeskJet845C HPLaserjet4P HPLaserjet5L/4L PanasonicKXP7100 KonicaMinolta1350 Samsung(ML-2571N) Samsung(ML-3710ND) HPLaserJet4000
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page3of24
HPLaserJet4100 HPLaserJet4150 HPLaserJet1566 HPLaserJet2200/2300 HPLaserJet2035
LOT-2A(EQUIPMENTINSTALLEDATDATACENTRE&D.RSITE)ServiceLevel
S# Description Approx.Qty Cost/Unit/Annumw/oalltaxes(Rs.)
24x7x365
with
in4hou
rreplacem
ent(SameorHighe
rSpe
cs.inDELL,HP,IB
M,FM-200
Motorola,Hon
eywell,Broa
drock,CISCO,JUNIPER
or
equivalent)
24x7x365
with
in4hou
rreplacem
ent(SameorHighe
rSpe
cs.inHP,IB
M,JUNIPER
,APC
etcore
quivalen
t)
1 HpML350 03 2 HpML370GS 04 3 NEXCOM2xQuadCoreIntel®Xeon®X5355 02 4 IBMX36502*XeonQuadcoreX5450 02 5 INTELXeonCPU2.80GHZ 01 6 DELLPowerEdge2950 02 7 DellR710Server 12 8 Firedetector/FireSuppressionFM200 03 9 BroadRockKVMSwitches-IPRackMounted 04 10 AltuscnKVMSwitches-IPRackMounted 05 11 AccessControlSystem(Honeywell) 01 12 BIOMetricAccessControl 03 15 JuniperRouterJ-6350-JB 03 16 JuniperFirewallNS-ISG-1000with
integratedsecuritymoduleNS-ISG-SEC03
17 JuniperCoreSwitchesEX4200-48T 03 18 Ciscoswitches2960 18 19 WirelessBridgeMotorolaPTP600Series 02 20 Wirelesstower120ft 02 21 SecurityCameras
• IPCameras• CCTVCameras@JHUADH-3002• IPCameras@JHUA• [email protected]• NVR124Z• NVR-6604
010804010101
22 NetworkAttachedStorage(NAS)• D-link(HardDrives4*2TB)• Seagate(HardDrives4*2TB)
0101
APCSwitchedRackPDU 01
UPS48KVA(APCSymmetra)(N+1)• PowerModule• PowerDistributionModule• CommunicationModule• StaticModule• IntelligenceModule
0602020202
LOT-2BGenerator200KVA
24x7x365
Local
Supp
ort
23 Generator200KVA(LeroySomer)MadeinFrance 01
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page4of24
LOT-3(LINEMATRIXPRINTERS)
Sr# Description QtyServiceChargespermonthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1.
PrintronixP-72202000LPMLineMatrixPrinter06atITOfficeLahore02atITOfficeSheikhupura02atITOfficeOkara
10
LOT-4(HEAVYDUTYLASERPRINTERS)
Sr# Description Qty
ServiceChargesper
monthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1. XEROXNuvera157EA 02
2. XEROXD-125 04 LOT-5(UPS)
Sr# Description Qty
ServiceChargesper
monthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1. UPS16KVA 02
2. UPS6KVA 04
3. UPS600/650VA 598
4. UPS3KVA 1 LOT-6(HIGHRANGESERVERS&PERIPHERALS)
Sr# Description Qty
ServiceChargesper
monthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1.
HPItaniumRS-2600-201atITOfficeLahore01atITOfficeSheikhupura01atITOfficeOkara
03
1. GENERALINSTRUCTIONSTOBIDDERS
1. In case of any specific occurrence the supplies may be distributed to more than one bidderagainstLESCOpurchaseorders.
2. Thequotedservicescharges/pricesmustbefirmandfinalandexclusiveofallGovernmenttaxes/chargesetc.Thequotedpriceshouldbeonmonthlyaswellasonannualbasis.
3. RatesshallbequotedLot-wisefortheservices/suppliesdetailedinAppendixseparately.Thebidder canquoteon separate LOTbasisbut for full quantity in a Lot. Failure tomeet thisconditionwillcausedisqualification.
4. Proposalsentbyemailorfaxwillnotbeacceptable.
5. Proposalsubmittedafterduedateandtimewillberejected
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page5of24
6. Bids may be submitted to the undersigned in SEALED ENVELOPE Technical and Financialseparately on 16-05-2016 at 10:30 AM in the office of Director General (I.T). 132-KVNewGhaziGridStation,BarkiRoad,Lahore. Itshallbeopenedonthesamedateat11.00AMinthepresenceofbiddersortheirauthorizedrepresentatives.
7. IncaseofholidayannouncedbytheGovt.ofPakistan,strikeinLESCOoranyotherreasonwhatsoeverdue towhich thisoffice remainsclosedon theabovescheduled tenderopeningdate,thetenderwillbeopenedonnextworkingdayatsametimeandplace/venue.
8. ConditionalBids/RatesofferedinothercurrenciesexceptPakRupeeswillnotbeentertained/accepted.
9. Pricesquotedshouldbeexclusiveofalltaxes.Theprevailinglegitimatetaxesshallbepaidinaccordancewiththerules.Incaseofhoweverthepresentdutiesandtaxesareincreasedornewtaxes/dutiesareimposedbythegovernmentduringthecurrencyofcontract,thesamewill be paid extra on the production of documentary evidence. In case of decrease induties/taxesbythegovernmentthesameshallbedealtwithaccordingly.
10. ABidnot submitted in conformitywith the specifications/terms& conditions shall notbeconsideredbyLESCO.
11. LESCOreservetherighttomodifythebiddingdocumentsatanytimepriortothedeadlineforsubmissionofbids,ontherequestoftheprospectivebiddersforanyclarificationoratitsown initiative, for any reason. This amendment shall constitute part of the bidingdocuments. In order to afford the prospective bidders a reasonable time to take theamendments into account in preparing its bid, LESCO may at its discretion extend thedeadline.
12. The bidder shall prepare Technical and Financial Bid separately, clearly marking each as“TECHNICAL” and “FINANCIAL”. The bidder shall seal the Technical and financial bidsseparatelyinanINNERandanOUTERenvelope,dulymarkingtheenvelopesas“TECHNICAL”and“FINANCIAL”.
13. Bidsdeviatingfromabovetermsandconditionswillbetreatedasnon-responsive.2. SpecialConditions:2.1 ForLot-1,3,4,5&6
i. The bidder should have at least three years experience of similar services with reasonablefacilitiesforhardwaremaintenanceandshouldhaveadequateresources.
ii. Thebiddermusthavecustomizedlabforhardwaremaintenancewithadequatefacilities.iii. The biddermust have sufficient technical expertise and qualifiedmaintenance engineers to
handle the hardware maintenance task efficiently. As part of the bid a list of technicalhardwaremaintenancestaffalongwiththeirqualificationmustbesuppliedbythebidder.
iv. Thebiddermustalsoprovidealistofclientswhoaregettinghardwaremaintenanceservice.The list must also include the number and type of machines being maintained along withnamesandphonenumbersoftheclient.
v. The bidder must consider that printer head, ribbons/cartridges, paper/stationery and UPSbatteriesareconsumables;allotherpartswouldbecoveredundermaintenancecontract.
vi. Thesuccessfulbidderwillprovidefourquarterlypreventiveservicesinayear.vii. 5%backupinventoryforreplacementofdefectivepartsbemaintainedandmentionedinthe
bid.viii. Maintenancefortheequipmentunderwarrantywillstartafterexpiryofwarrantyperiod.
ix. Maintenance will start from the date of signing the Performa (Appendix-C) and for that yourengineerwillhavetovisittheactualsiteswheretheequipmentisinstalled(forLot-1).
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page6of24
x. QuantitymentionedinAppendix-Aisapproximateandmayincreaseordecreaseuptoanynumberincaseofnewpurchaseordiscardingtheoldequipment.
xi. The bidder should explain if any hardware fault logging procedure/mechanism is already inplace.The firmmustbeable todefineaguaranteed response timeafterahardware failurecomplaintislodged:
FORLOT-1a) The complaint logged before 11.00 a.m. must be attended same day in all District
Headquartersi.e.Lahore,Sheikhupura,Okara,Kasur&Nankanaandnextdayifloggedafter11.00amandallotherlocationsbynextday.
b) Ifthefirmfailedtorectifytheproblemwithintime,thefirmwillberesponsibleforprovidingthe replacement with same or high specifications till the time (not more than 15 days)originalequipmentisinstalledaftertherectificationofproblem.FailingmayimposeapenaltyofRs.500/-perday/percomplaint.
FORLOT-3a) Ifthefirmfailedtorectifytheproblemwithintime,thefirmwillberesponsibleforproviding
the replacement with same or high specifications till the time (not more than 15 days)originalequipmentisinstalledaftertherectificationofproblem.FailingmayimposeapenaltyofRs.500/-perday/percomplaint.
2.2 ForLot-2A&2Bi. TheBiddershouldhave24x7x365helpdeskfacility(VerifiablebyLESCO).ii. The bidder should have sufficient technical expertise and qualified support personnel to
handle the task efficiently. As part of the bid a list of available team along with theirqualificationmustbesuppliedbythebidder.
iii. The bidder should also provide a list of clients who are getting similar support andmaintenanceservices.
iv. Thebiddermayvisit/inspecttheequipmentbeforesubmissionofbid.v. Primary scope of work for bidder is to keep Data center and Disaster Recovery site
equipmentupandrunning.vi. DetailsofEquipmentwithsupport/servicelevelrequiredaregiveninLot-2AandLot-2B.vii. WorkOrderwill be awarded initially for three yearbutwill be extendableon yearly basis
withthemutualconsentofboththeparties.viii. QuantitymentionedinLot-II ispresently installedandmayvaryduringthecontractperiod
onaccountofactualworkingcondition,newpurchaseordiscardingtheoldequipment.Thebidderwillquoteunit rate foreach item.However, theequipmentunderwarrantywillbecoveredbydealingwarrantyprovidingfirmandshallnotbeincludedinthescopeofLOT-II.
ix. Penalty shall be calculated onmonthly basis and would be deductable from forthcominginvoice.
x. The bidder should determine the amount of agent in all containers of FM-200 (FireSuppression),ifthemeasurednetweightislessthan95%oftheoriginalchargedweightorhascrossedtheexpirydatethecontainershouldberechargedorreplaced.
xi. Thebiddershouldinspectallpiping,fittingandnozzlesforlooseness,dirtorotherdamage(FireSuppression).Alloutletpipingmustbecleanandfreeofdirt,chipsthatmaycausethesystemtobecomeinoperativeorineffective.
xii. Thebiddershouldtestandserviceallactuatingmechanism(FireSuppression)andelectricaldetectionandalarmsystem.
xiii. Thebiddershouldchecktheoverallhealthinessofhardwareandfirecontrolpanel.i. Thebidder is responsible forMaintenanceofall sensorsandalarmsof fire
suppressionsystem.
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page7of24
ii. Cable harnessing at rack-end in periodic intervals to make sure that itcomplieswithstandards.
xiv. ThebidderisresponsibleforMaintenanceoftheuninterruptiblepowersupplysystem(APCSymmtra48KVA).
xv. ThebiddershouldberesponsibleforCleaningUPSsystemofdustandgrimeaccumulatedduringnormaloperation.
xvi. It is the responsibilityofbidder toensureUPS isoperatingwith themost recent firmwareversion.
xvii. ThebidderisresponsibletorunthediagnosticsandreviewallparameterstomakesureUPSisoperatingatfullcapacity.
xviii. ThebiddershouldtestUPSBy-PassfunctiononeachUPS.xix. The bidder should ensure clear line of sight for wireless communication if required for
smoothcommunicationoverwirelesslink.xx. Thebidderwillprovide24x7x365supportincludingreplacementoffaultyparts/replacement
ofequipmentinspecifiedtimeperiodmentionedatLot-2AandLot-2B.xxi. Thebidderwillensuretheearthingparameter.
3. TermsandConditions3.1 Thebiddersshall submit2copiesofTechnical&Financialclearlymarking“ORIGINAL”and
“COPY” on the bid in the sealed envelopes. In the event of any discrepancy between thecopiesoftheproposals/bids,theoriginalshallgovern.Theoriginalandcopyofthebidshallbe prepared in indelible ink and shall be signed by the authorized representative. Thepersonsigningtheproposalshallinitialallthepages.
3.2 TheTechnicalProposalshouldcontainallthebiditemswithavailablefacilitiestodelivertheserviceswithoutquotingthepriceandshouldlistfirm’sclienteleanddetailsofpastprojects.Theselectedfirmwouldberesponsibleforcompleteexecutionofthescopeofservicesandwouldkeepthesystemsinsatisfactorilyrunningstatewithinstipulatedtime.
3.3 The proposed bid shall contain no interlineations or overwriting except as necessary tocorrecterrorsmadebythebiddersthemselves.Thepersonsigningtheproposalshallinitialanysuchcorrection.
3.4 Thebidswillbereceivedon16-05-2016at10:30am, in theofficeofDirectorGeneral (IT)LESCO, 132KV,GhaziGrid Station, Barki Road, Lahore. The Technical bidswill be publiclyopenedon16-05-2016at11:00am.Anybidreceivedafterthebidsubmissiondeadlinewillnotbeconsideredandwillbereturnedunopenedtothebidder.
3.5 The competent authority reserves the right to accept or reject any or all offers underprevailing PPRA rules. Theoffer received incomplete or not in accordancewith the termsandconditions/specificationsaslaiddowninthetenderdocumentwillnotbeentertained.Bidofferedislikelytobeignoredif;
i. Thebidisunsigned.ii. Itisreceivedafterthetimeanddatefixedforitsreceipt.iii. Offerisambiguousorconditional.iv. The offer is from a firm blacklisted by PEPCO/WAPDA/DISCOs or any other
Government Organization, has remained in litigation with any GovernmentOrganizationorisdefaulterinanypreviousorderand/orcontract.
v. Theofferisunsolicited.vi. Thebidisnotaccompaniedwithfullearnestmoney.
3.6 Thesuccessfulbidderswillbeawardedworkorder foroneyear for thescopeofworkmentionedinLot-1,Lot-2,Lot-3,Lot-4,Lot-5,Lot-6respectively.Aftertheexpiryofone
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page8of24
year,thecontractwouldberenewableforfurtherperiodonyearlybasiswiththemutualconsentofboththeparties.
3.7 AnagreementwillbesignedwiththesuccessfulbidderseparatelyforLot-1.3.8 BiddersshallsubmitBids,whichcomplywiththeBiddingDocument.AlternativeBidswill
notbeconsidered.3.9 LESCO will not be responsible for any costs or expenses incurred by bidders in
connectionwiththepreparationordeliveryofbids.3.10 In case any amount is quoted in words and figures and there is a discrepancy in the
amountquotedinwordsandfigures,theamountquotedinwordswillbetakenasfinal.4. BIDSECURITY
Inordertobeconsidered,thetendermustbeaccompaniedbyBidSecurityequalto2%ofthetotalamountquotedbythebidderintheformofBankDraftorCDR,PayOrder,WAPDABearer Bond/Non-Judicial Stamp Paper in favor of Chief Executive LESCO. However, acertificatewill be attachedwith technical proposal (withoutmentioning the amount) thatbidsecurityisattachedwiththefinancialbid.TheBidSecurityfromanyinsurancecompanywill not be acceptable in any case and bid will be liable to be rejection. Offers receivedwithoutorlessBidSecurityshallberejectedstraightawayandwillnotbeconsideredunderanycircumstances.Bidsecurityoftheunsuccessfulbidderwillbereturnwithinonemonthfromthedateofselectionoffinalbidder.
5. PERFORMANCESECURITYSuccessful bidder will have to submit a performance security in the shape of BankDraft/BankGuaranteefromaschedulebankofPakistanontheprescribedform,validfor12monthsandshouldberenewedsubsequentlyeveryyear,equalto5%(inclusiveofamountofGST)ofthetotalvalueofcontract.ThePerformancesecurityshallbefurnishedwiththeacceptanceofLetterofIntentandbeforetheformalissuanceofthePurchaseOrder.
6. MethodofProcurementSingle stage two envelope procedure as per PPRA Rules shall be adopted for opencompetitive bidding. Each bid shall comprise a single package containing two separateenvelopes.Eachenvelopeshall containseparately the financialproposaland the technicalproposal.
6.1 Theenvelopesshallbemarkedas“FINANCIALPROPOSAL”and“TECHNICALPROPOSAL” inboldandlegibleletters.
6.2 Initially,onlytheenvelopmarked“TECHNICALPROPOSAL”shallbeopened;6.3 Theenvelopemarkedas“FINANCIALPROPOSAL”shallberetainedinthecustodyofLESCO
withoutbeingopened;6.4 LESCO shall evaluate the technical proposal in amanner prescribed in tender document,
without reference to the price and reject any proposal which does not conform to thespecifiedrequirements;
6.5 The financial proposals of bids shall be opened publicly at a time, date and venueannouncedandcommunicatedtothebiddersinadvance;
6.6 Thebidfoundtobethelowestevaluatedbidshallbeaccepted.7. SUBMISSIONOFBID:
ThecompleteofferinDuplicate(Original&oneCopy)shouldbefilledasunder:7.1The bids and other enclosed documents shall be typed orwritten in indelible ink and
shall be signed by the Bidder or a person duly authorized to bind the bidder to thecontract.Thepersonorpersonssigningthebidshall initialallpagesof thebid,exceptforun-amendedprintedliterature.
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page9of24
7.2TheProposedbidshallcontainnointerlineations,orover-writingexceptasnecessarytocorrect errorsmade by the Bidder, themselves. The person signing the proposal shallinitialanysuchcorrection.
8. SEALING&MARKINGOFBIDSi. Potential bidder (s) should bid for all items in a capacity (rates shall be quoted for full
quantityofeachcategory).ii. BidmaybesubmittedtotheundersignedinSEALEDENVELOPEattheaddressgivenbelow
on16-05-2016at10:30a.m.intheofficeofDirectorGeneral(IT)LESCO,GhaziGridStation,Barki Road, Lahore. It shall be opened on the same date at 11:00 AM in the presence ofbiddersortheirauthorizedrepresentatives.
iii. Theinnerandouterenvelopesshallbe;a) Addressedtothepurchaseratthefollowingaddress.b) DirectorGeneral(IT)LESCO,GhaziGridStation,BarkiRoad,LahoreTenderNo.82/2015-
16and thewords“DONOTOPENBEFORE (Opening time)on (OpeningDate)“shallbywrittenonthem.
c) In addition to above, the inner envelope shall indicate the name and address of theBiddertoenablethebidtobereturnedunopenedincaseitisdeclared“Late”.
iv. Iftheouterenvelopeisnotsealedandmarked,thepurchaserwillassumenoresponsibilityforthebid’smisplacementoritsprematureopening.
9PAYMENT(ForLot-1,3,4,5&6)
The annualmaintenance/repair/support charges as set out in Appendix-Awill be pro-rated for 03-monthsperiodandwillbeinvoicedinadvancewhichwillbedueforpaymentwithin60-daysofthedateoffilingthepaymentapplicationonproductionoffollowingdocuments:-
i. Appendix-Csignedfromeachuser.ii. Bill in triplicatewithbankaccountnumberaswellas thenameof thebankandbranch
dulyapprovedbytheDirectorGeneral(IT)LESCOandpre-auditedbytheFinanceDirectorLESCO
iii. Non-PaymentCertificateConfirmationofDirectorGeneral(IT)aboutacceptanceofPerformanceBondincaseoffirstclaim.
iv. GST(ifapplicable)amountwillbedeductedatthetimeofmakingpaymentasperFBRrules.
v. Themanufacturerinitsinvoicesshallalsogiveanundertakingthatincaseofomissionofany deductable amount, LESCO’s claim at any later stage (through pre-audit or postaudit)shallbeacceptabletoyou.
vi. ThepaymentofSalesTax(ifapplicable)shallbemadebyChiefFinancialOfficerLESCOonproductionof Sales Tax return cumpayment challan. In case of lump sum sale taxpayment,thebiddershallalsosubmitanaffidavitonnon-judicialpaperthatthechallanincludes the amount of Rs. ___________ of Sales Tax for supply of the mentionedservices.
(ForLot-2A&2B)i. Payment formaintenance/support chargeswill bemade on quarterly basis at the
endofeachquarter.AquarterlyinvoicewillberaisedbytheSuccessfulBidderandwill be payable by Chief Finan cial Officer LESCO on production of followingdocuments;
ii. Billintriplicateforquarterlyclaimwithbankaccountnumberaswellasthenameofthe bank and branch duly approved by the Director General (IT) LESCO and pre-auditedbytheOfficeofChiefFinancialOfficer,LESCO
iii. Appendix-AsignedbytherepresentativeofDG(IT).
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page10of24
iv. Non-PaymentCertificate.v. ConfirmationofDirectorGeneral(IT)aboutacceptanceofPerformanceBondincase
offirstclaim.vi. GST(ifapplicable)amountwillbedeductedat thetimeofmakingpaymentasper
FBRrules.vii. Themanufacturerinitsinvoicesshallalsogiveanundertakingthatincaseofomissionof
any deductable amount, LESCO’s claim at any later stage (through pre-audit or postaudit)shallbeacceptabletoyou.
viii. ThepaymentofSalesTax(ifapplicable)shallbemadebyChiefFinancialOfficerLESCOonproductionof Sales Tax return cumpayment challan. In case of lump sum sale taxpayment,thebiddershallalsosubmitanaffidavitonnon-judicialpaperthatthechallanincludes the amount of Rs. ___________ of Sales Tax for supply of the mentionedservices.
10.LATEBIDBidderwillhimselfberesponsibleforensuringthathisbidissubmittedinaccordancewiththeinstructionsstatedherein.Anybidnotsubmittedbythedeadlineprescribedforsubmissionofbids will not be considered even if it becomes late as a result of circumstances beyond theBidder’scontrol.
11.AMENDMENTOFBIDSCHEDULEa) Atanytimepriortothedeadlineforsubmissionofbids,thepurchasermay,foranyreason,
whether at its own initiative or in response to a clarification requested by a prospectivebidder,modifytheBiddingDocumentsbyamendment.
b) Theamendmentwillbenotifiedinwritingorbytelexorcabletoallprospectivebidderswhohavereceivedthebidschedule/biddingdocumentsandwillbebindingonthem.
c) Inordertoaffordprospectivebiddersreasonabletimeinwhichtotaketheamendmentintoaccountinpreparingtheirbids,thepurchasermayat itsdiscretionextendthedeadlineforthesubmissionofbids.
12.RESPONSIBILITYFOREXECUTINGTHECONTRACT:You are entirely responsible for the successful execution of the contract in all respects inaccordancewiththetermsandconditionsasspecifiedinthecontractincludingtheschedule.
13.FAILUREANDTERMINATIONIftheSuccessfulBidderfailstostarttherepairandmaintenance/supportserviceswithinthespecifiedperiod,thepurchasershallbeentitledathissolediscretioneither;
i) tocancelthecontractandissuesafreshtender;orii) toawardthecontracttothenextsuitablebidder.
Intheeventofactionbeingtakenunder(i)or(ii)above,theBiddershallbeliableforanylosswhichthePurchasermaysufferontheaccount;buttheBiddershallnotbeentitledtoanygainonrepurchase/re-contractmadeagainstthecontract.
Ifduringthecourseofexecutionofcontract, theSuccessfulBidder isblack-listedbyDISCOs/GENCOs/NTDC/WAPDA/LESCO, or any other Electric Supply Company, thepurchasermayproceedwithalloranyoftheactionsdetailedbelow:
i) toallowthecontract to run itscourse till completed inaccordancewith thetermsandconditionsofContract.
ii) tostopfurtherserviceswithorwithoutfinancialrepercussions;iii) tocancelthecontractwithorwithoutreservationorrights.
14.FORFEITUREOFSECURITYBOND/GUARANTEE(PERFORMANCEBOND)
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page11of24
ThecontractingofficerwillhavetherighttoforfeittheSecurityBond/Guarantee(PerformanceBond)A) Ifthebidder:
(i) failstosupplythegoods/serviceswithinthetimespecified;(ii) Commitsanybreachofcontract;
B) ForotherreasonsspecifiedinthePurchaseOrderbythecontractingofficerforforfeitingthesecuritydeposit.Iftheforfeitureofthesecuritydepositdoesnotcompensatethecontractingofficerforlossessufferedduetonon-deliveryorbreachofcontractforanyotherreasons,theContractingOfficerwillhavearighttoforfeitothersecuritydepositsortorecoverthesamefromanyothersecuritydepositmadeinfavourofanyotherunitofDISCOs/GENCOs/NTDC/LESCOorfromanymoneyduetotheContractorfromanyunitofWAPDA/LESCO/DISCOs/GENCOs/NTDC.
15.COSTOFBIDDINGThebiddershallbearallthecostsassociatedwiththepreparationandsubmissionofitsbid,andthepurchasernamed in theBiddatasheet,hereinafter referredas“thepurchaser”will innocase be responsible or liable for those costs, regardless of the conduct or outcome of thebiddingprocess.16.CLARIFICATIONOFBIDDINGDOCUMENTS
A prospective bidder requiring any clarification of the bidding document may notify thepurchaser in writing or by cable (hereinafter the term cable is deemed to include telex andfacsimile)atthepurchaseraddressindicatedinthebiddatasheet.
Thepurchaserwillrespondinwritingtoanyrequestforclarificationofthebiddingdocumentswhichitreceivesnotlaterthansevendays.
17.LANGUAGEOFBID The bid prepared by the bidder shall be written in the English, supporting documents and
printed literature furnished by bidder may be in another language provided they areaccompaniedbyaccuratetranslationinEnglish,forpurposeofinterpretationofthebid.18.BIDFORMThe Bidder shall complete the bid form (Appendix-A) and the appropriate price schedulefurnishedinthebiddingdocument,indicatingtheservicestobeprovidedandprices.19.BIDPRICES
The bidder shall indicate on the appropriate price schedule the unit price (whereapplicable)andtotalbidpriceofthegoodsitproposestosupplyunderthecontract.20.BIDSECURITY
20.1 Thebiddershall furnish,aspartof itsbid,abidsecurity intheamountspecified inthebiddatasheet.
20.2 The bid security is required to protect the purchaser against the risk of bidder’sconductwhichwouldwarrantthesecurity’sforfeiture.
20.3Thebidsecuritymaybeforfeited Ifabidder;
a) Withdrawals itsbidduringtheperiodofbidvalidityspecifiedbythebidderonthebidform,or
b) Doesnotacceptthecorrectionoferrororincaseofapurchaserbidder,ifthebidderfails
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page12of24
c) Tosignthecontractinaccordancewiththeclauseofcontractord) Tofurnishperformancesecurityinaccordancewithclauseofcontractafterissueof
LOI.21.PERIODOFVALIDITYOFBID
21.1 Bid shall remain valid for the period of 120 days from the date of bid submissionprescribedbythepurchaser.Abidvalidforashorterperiodshallberejectedbythepurchaserasnonresponsive.
22.2 In exceptional circumstances, thepurchasermay solicit thebidder’s consent to anextensionof theperiodofvalidity.Therequestandtheresponses theretoshallbemadeinwriting.
22.PRELIMINARYEXAMINATION22.1Thepurchaserwillexaminethebidtodeterminewhethertheyarecomplete,whether
any computational errors have been made, whether required sureties have beenfurnished,whetherthedocumentshavebeenproperlysignedandwhetherthebidsaregenerallyinorder.
22.2 Arithmeticalerrorwillbe rectifiedon the followingbasis, if there isadiscrepancybetweenthe unitpriceandthetotalpricethat isobtainedbymultiplyingtheunitpriceandquantity,theunitpriceshallprevailandthetotalpriceshallbecorrected.Ifthereisadiscrepancybetweenwordsandfigures,theamountinwordswillprevail,ifthesuppliersnotacceptthecorrectionoftheerrors,itsbidwillberejectedanditsbidsecuritymaybeforfeited.
23.FORCEMAJEURE23.1 Notwithstanding theprovisionofGCCClauses, thesupplier shallnotbe liable for
forfeiture of its performance security, liquidated damages, or termination fordefault if and to the extent that its delay in performance or other failure toperform its obligations under the contract is the result of an events of ForceMajeure.
23.2 Forpurposeofthisclause“ForceMajeure”meansaneventbeyondthecontrolofthesupplierandnot involvingthesupplier’sfaultornegligenceandnorestrictedtoactofthepurchaser,epidemics,quarantinerestrictionsandfreightembargoes.
23.3 If a Force Majeure situation arises, the supplier shall continue to perform itsobligations under the contract as far as is reasonably practical and shall seek allreasonable alternative means for performance not prevented by the ForceMajeureevent.
24.BASISOFEVALUATIONANDCOMPARISONOFBIDTechnicalandFinancialevaluation/Comparisonof tenderbidswillbecarriedoutonLot-wisepricebasis. Bidwill be considered non-responsive if the bidder’s previous two-year performance againstWAPDA/DISCOs/ Local contracts isnot satisfactory.Thematerial/services shallbe suppliedasperlegitimatedeliveryschedulestrictlyaccording toWAPDAstandardspecifications (amended-to-date).Anydeviationsintenderspecificationshallbeliablefortherejectionoftender.Arithmeticalerrorswillberectifiedonthefollowingbasis:-
i. Ifthereisadiscrepancybetweentheunitpriceandtotalpricethatisobtainedbymultiplyingtheunitpriceandquantity,theunitpriceshallprevailandthetotalpriceshallbecorrected.Ifthereisdiscrepancybetweenthewordsandfigurestheamountinwordsshallprevail.
ii. Ifthebidderdoesnotacceptthecorrectedamountoftender,hisbidwillberejectedandhistendersecurityforfeited.
iii. ThebiddermustberegisteredwithIncomeTaxandSalesTaxDepartmentA two-stageprocedure isopted inevaluationof theBids,withevaluationof the technicalBidbeingcompletedpriortoopeningandevaluationoftheFinancialBid.Thefinancialbidswillbeopenedonly
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page13of24
ofthosetechnicalqualifyingscoreofminimum70%.FinancialBidsofTechnicallyqualifiedFirmsshallbe evaluated on the lowest rates basis. The financial bids of the firms scoring less than 70% intechnicalevaluationwillbereturnedun-opened.25.ParametersofTechnicalEvaluation(ForLOT-2A)
Sr.#
Factors Points
1.
CompanyProfile1. OfficeLocation• MainOfficeLocatedatLahore• BranchofficeatLahore2. AgeofCompany• ExistenceofCompanyOver5Years• ExistenceofCompanyOver2Years
=10Points=05Points=05Points=02Points
15
2.
RelationwithPrincipalCisco:• PartnershipwiththePrincipal/Authorizedre-seller)Juniper:• PartnershipwithanyleadingFirewallbrand/AuthorizedRe-sellerUPS:• European / USA Brand UPS Elite Partnership/ Registered
Partner
=01Points=02Points=02Points
5
3.
BackupInventory• ListofBackupInventorytobeattached
o BackupofJuniperRouter,JuniperFirewall,JuniperSwitches
• Listofwarehousestobeattachedo WarehousesinLHR,ISD
=10Points=5Points
15
4.
MaintenanceExperienceNumberof I.Trelatedequipmentmaintenanceprojects inpublic/privatesectorwhere(Onlyoneprojectbyoneclientwillbeconsidered).• AttachListofSLAClientswithAppropriateReferenceso 5pointsforeachSLAs
15
5.
TechnicalStaffS.No. Name Designation Total
ExperienceExperiencewithpresentemployer
*FivePointsforeachcertifiedsupportengineer(CISCOORJUNIPER)
10
6.Callloggingprocedure(Givedetails)• Webbased/CallCentreSystem10 10
Total 70
• Minimum49Points(70%)arerequiredforthebiddertoqualifyforthebiddingprocess.
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page14of24
ParametersofTechnicalEvaluation(ForLOT-1,2B,3,4,5&6)
Sr#Evaluation
ParameterForBidsQuestionnaire TotalPoints
TechnicalProposal
1 Companyprofile
a. Officelocation• MainofficelocatedatLahore• BranchofficeatLahoreb. AgeofCompany• ExistenceofCompanyover5years• Existenceofcompanyover2years
=10points=05points=05points=02points
15
2ProjectofSimilarNature
2marksforeachsimilarworkwithGovt/PrivateOrganizationoneWorkOrderwithoneorganizationperyearwillbeconsidered
10
3 Staffskillset Certifiedtechnicalstaff1person=02points 10
4Technicalbidpresentation
BidisaccordingtorequiredspecificationsRequiredtechnical/financialsupportingdocuments
=10points=5points 15
5FinancialCapabilities
AnnualTurnOver/AuditableAccountsofthefirmforlastthreeyearsauditedbyanycharteredaccountsfirmorotherauthorizedagency(evidencemustbeattached)(exceptforLot-2B)
30
6 ResponseTime• Lessthan4hoursresponseforsupport• Lessthan8hoursresponseforsupport• otherwise
=15points=5points=0
20
Total--> 100
• Minimum(70%)arerequiredforthebiddertoqualifyforthebiddingprocess.26.Bidmayberejectedforthwithif:-
i. Thebiddersubmitssubstantiallyincompletebidoronlythecopiesofthebidaresubmittedwithoutoriginalbid.
ii. Thebidissubmittedonotherthantheprescribedformorisincompleteorconditional.iii. The bid is illegible in any material, part or contains alternations, additions, deletions,
erasersorotherirregularities.iv. Notaccompaniedwiththebidsecurityorwithinsufficientorunacceptablebidsecurity.
27.SETTLEMENTOFDISPUTES(i) If any dispute or difference of any kind whatsoever shall arise between the Purchaser and the
SupplierinconnectionwithorarisingouttheContract,thepartiesshallmakeeveryefforttoresolveamicablysuchdisputeordifferencebymutualconsultation.
(ii) If after 30 days the parties have failed to resolve their dispute or difference by such mutualconsultation,theneitherpartythepurchaserorthesuppliermaygivenoticetotheotherpartyofits intentiontocommencearbitration,ashereinafterprovidedas to thematter indisputeandnoarbitrationinrespectofthismattermaybecommencedunlesssuchnoticeisgiven.
a. Anydisputeordifferenceinrespectofwhichanoticeofintentiontocommencearbitrationhas been given in accordance with this clause shall be finally settled by arbitration.Arbitrationmaybecommencepriortoorafterdeliveryofthegoodsunderthecontract.
b. Arbitration proceeding shall be conducted in accordance with the rules of procedurespecifiedintheSCC.
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page15of24
c. Notwithstandinganyreferencetoarbitrationhereini) The parties shall continue to perform their respective obligations under the contract
unlesstheyotherwiseagree;andii) Thepurchasershallpaythesupplieranymoniesduetothesupplier.
28.DOCUMENTS/SAMPLES/CERTIFICATESTOBESUBMITTEDALONGWITHTHEBID Certificate that General Conditions of contract for purchases byWAPDA dated 12.08.1984
amended up to date and latest PPRA-2004 (amended-to-date) purchase procedure isacceptabletothebidder.i. Bid security of an amount not less than 2% of the total value of tender issued by a
scheduled bank of Pakistan only (or as applicable if specified in the special conditionabove).
ii. Certificate that the material offered is in accordance with the WAPDA/Tenderspecificationsamendedtodate.
iii. Listofanydeviationsorreservationsfromthebid/specificationiv. Copyofletterofpre-qualificationforthematerialquotedintenderwithWAPDA/DISCOsv. CopyofletterofcurrentrenewalofregistrationwithWAPDA/DISCOvi. TechnicaldataasrequiredintheWAPDAspecificationandliteratureinEnglishgivingout
salientfeatureofthequoteditemsvii. Depositreceiptoftenderfeeinoriginal.viii. Samplesoftheitemsquotedwithstampmustbeattachedwiththetenderotherwise
thebidshallbeliableforrejection.ix. Make, model and country of origin of all the quoted items should also be clearly
mentionedinthebid.29.LAWSGOVERNINGTHECONTRACT
a) ThecontractshallbegovernedbytheLawsofPakistanasamendedfromtimetotime.b) Subjecttotheaboveconditions,abindingcontracthasbeenconcludedwiththeissuanceof
this letterandthattheprovisionsofthiscontractshallbebindingonyou,onyourassigns,executors, administrators and all those who have any interest pecuniary or otherwise inyourconcern.
(ImtiazAhmadButt)DirectorGeneral(IT)
Tel:36636815,Fax:36636814E-Mail:[email protected]
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page16of24
APPENDIX-A
LOT-1AnnualMaintenance/ServicesSupportChargeswithParts,Labor,OperatingSystem,Drivers&AntiVirusSr# Description Approximate
QuantityCostPerUnit/Annumw/oalltaxes(Rs.)
1. PersonalComputersPentium-III,Pentium-IV,Centrino,CoreDuoandQuadCorewithmonitors/LCD/LED,KeyBoardandMouseetc. 1295
2. PersonalComputers(Corei5)withmonitors/LCD/LED,KeyBoardandMouseetc. 186
3. Laptops(Dell,HP,Apple,Lenovoetc.) 77 4. Software(OperatingSystem,MicrosoftOffice,PDF,Drivers,Antivirusetc.) 1372
5.IntelServer3.2GHz1GBRam,80×1GB(Shekikhupura) 2 IntelServer3.2GHz,1GBRam,160GB(Okara) 2
6. DotMatrixandLaserPrinters EPSONLQ-30024Pin80Column 17 EPSONLQ-117024PinWideCarriage 5 EPSONLQ-217024PinWideCarriage 5 EPSONLQ-218024PinWideCarriage 234 HPLaserjet1200/1300 44 HPLaserjet1320 16 HPLaserjet1100 13 HPLaserjet1010 47 HPLaserjet1018 72 HPDeskJet3325 15 HPDeskJet845C 1 HPLaserjet4P 3 HPLaserjet5L/4L 6 PanasonicKXP7100 36 KonicaMinolta1350 122 Samsung(ML-2571N) 123 Samsung(ML-3710ND) 1 HPLaserJet4000 4 HPLaserJet4100 1 HPLaserJet4150 1 HPLaserJet1566 4 HPLaserJet2200/2300 16 HPLaserJet2035 1
Note:• Otheravailablelasersanddot-matrixprintersinLESCOwillbechargeableatlowestratesoflaserand
dotmatrixprintersquotedabove.• Quantitymentionedisapproximateandmayincreaseordecreaseuptoanynumberincaseofnew
purchaseordiscardingtheoldequipment.•
Bidder’sSignature_______________________
WithSeal&Date
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page17of24
APPENDIX-A
LOT-2AEquipmentinstalledatDataCentre&D.RSiteServiceLevel
S# Description Approx.Qty Cost/Unit/Annumw/oalltaxes(Rs.)
24x7x365
with
in4hou
rreplacem
ent(SameorHighe
rSpe
cs.inDELL,HP,IB
M,FM-200
Motorola,Hon
eywell,Broa
drock,CISCO,JUNIPER
orequ
ivalen
t)
24x7x365
with
in4hou
rreplacem
ent(SameorHighe
rSpe
cs.inHP,IB
M,JUNIPER
,APC
etcore
quivalen
t)
1 HpML350 03 2 HpML370GS 04 3 NEXCOM2xQuadCoreIntel®Xeon®X5355 02 4 IBMX36502*XeonQuadcoreX5450 02 5 INTELXeonCPU2.80GHZ 01 6 DELLPowerEdge2950 02 7 DellR710Server 12 8 Firedetector/FireSuppressionFM200 03 9 BroadRockKVMSwitches-IPRackMounted 04 10 AltuscnKVMSwitches-IPRackMounted 05 11 AccessControlSystem(Honeywell) 01 12 BIOMetricAccessControl 03 15 JuniperRouterJ-6350-JB 03 16 JuniperFirewallNS-ISG-1000with
integratedsecuritymoduleNS-ISG-SEC03
17 JuniperCoreSwitchesEX4200-48T 03 18 Ciscoswitches2960 18 19 WirelessBridgeMotorolaPTP600Series 02 20 Wirelesstower120ft 02 21 SecurityCameras
• IPCameras• CCTVCameras@JHUADH-3002• IPCameras@JHUA• [email protected]• NVR124Z• NVR-6604
010804010101
22 NetworkAttachedStorage(NAS)• D-link(HardDrives4*2TB)• Seagate(HardDrives4*2TB)
0101
APCSwitchedRackPDU 01 UPS48KVA(APCSymmetra)(N+1)
• PowerModule• PowerDistributionModule• CommunicationModule• StaticModule• IntelligenceModule
0602020202
LOT-2B
24x7x365
Local
Supp
ort
23 Generator200KVA(LeroySomer)MadeinFrance 01
Quantitymentionedisapproximateandmayincreaseordecreaseuptoanynumberincaseofnewpurchaseordiscardingtheoldequipment.
Bidder’sSignature_______________________WithSeal&Date
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page18of24
APPENDIX-A
LOT-3LineMatrixPrinters
Sr# Description Qty
ServiceChargesper
monthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1.
PrintronixP-72202000LPMLineMatrixPrinter06atITOfficeLahore02atITOfficeSheikhupura02atITOfficeOkara
10
• Quantitymentionedisapproximateandmayincreaseordecreaseuptoanynumberincase
ofnewpurchaseordiscardingtheoldequipment.
Bidder’sSignature_______________________
WithSeal&Date
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page19of24
APPENDIX-A
LOT-4HEAVYDUTYLASERPRINTERS
Sr# Description QtyServiceChargespermonthw/oalltaxes(Rs.)
ServiceChargesperannumw/oalltaxes(Rs.)
1. XEROXNuvera157EA 02
2. XEROXD-125 04
Totalà
• Quantitymentionedisapproximateandmayincreaseordecreaseuptoanynumberincaseofnewpurchaseordiscardingtheoldequipment.
Bidder’sSignature_______________________
WithSeal&Date
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page20of24
APPENDIX-ALOT-5UPS
Sr# Description Qty
ServiceChargespermonthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1. UPS16KVA 02
2. UPS6KVA 04
3. UPS600/650VA 598
4. UPS3KVAwithbatterybank 1
Totalà
• Quantitymentionedisapproximateandmayincreaseordecreaseuptoanynumberincaseofnewpurchaseordiscardingtheoldequipment.
Bidder’sSignature_______________________
WithSeal&Date
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page21of24
APPENDIX-A LOT-6 HIGHRANGESERVERS&PERIPHERALS
Sr# Description Qty
ServiceChargespermonthw/oalltaxes(Rs.)
ServiceChargesper
annumw/oalltaxes(Rs.)
1.
HPItaniumRS-2600-201atITOfficeLahore01atITOfficeSheikhupura01atITOfficeOkara
03
Totalà
• Quantitymentionedisapproximateandmayincreaseordecreaseuptoanynumberincaseofnewpurchaseordiscardingtheoldequipment.
Bidder’sSignature_______________________
WithSeal&Date
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page22of24
APPENDIX-B
LOT-2
ANNUALHARDWAREMAINTENANCE
(ServiceSchedule)
EquipmentLocation:DataCentre/D.RSite/Other:_________________________________
ContactPerson:______________________________Telephone#_____________________
M/s_________________________________________hereinafterreferredtoas“companyagreestoprovide/hasprovidedtheservicestothefollowingequipment:-
EquipmentDescription
Type/Make/Model
Specification Serial# Status/Remarks
Designation:NetworkAdministrator Company’sAuthorizedSignature
Name________________________ withstamp
Name________________________
Designation____________________
Name________________________
Designation:NetworkTeamLead/Manager
(Network&Infrastructure)
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page23of24
Appendix–CLOT-1
HARDWARE MAINTENANCE (Service Schedule/Verification Performa)
Equipment Location Contact Person: ______________________________ Telephone # _____________________
M/s _________________________________________ hereinafter referred to as “company agrees to provide/has provided the services to the following equipment:-
Equipment Description
Type/Make/Model
Specification Serial # Status Remarks
LESCO end user Signature Company’s Authorized Signature
With stamp With stamp
Name _____________________________ Name ________________________
Designation: _______________________ Designation ____________________
Date _____________________________ Date _________________________
______________________________Stamp&SignatureofBidder
TenderDocumentNo.82/2015-16 Page24of24
FORMOFPERFORMANCESECURITY(BankGuarantee)
GuaranteeNo.__________________Executedon____________________ExpiryDate_____________________
LetterbytheGuarantortothePurchaserName of guarantor (Bank) with address:__________________________________________________________________Name of Principal (Tenderer) with address:_________________________________________________________________PenalSumofSecurity(expressinwordsandfigures):___________________________________________________________L.O.I/ContractNo._________________________ Dated________________LetterofAcceptanceNo._____________________ Dated________________KNOW ALLMEN BY THESE PRESENTS, that in pursuance of the terms of the Tender Documents and above said Letter ofAcceptance(hereinaftercalledtheDocuments)andattherequestof thesaidPrincipal,wetheGuarantorabove-namedareheldandfirmlybounduntothe___________________(hereinaftercalledthe“Purchaser”) inthesumoftheamountstatedabove,forthepaymentofwhichsomewellandtrulytobemade,webehindourselves,ourheirs,executors,administratorsandsuccessors,jointlyandseverally,firmlybythesepresents.THECONDITIONOFTHISOBLIGATIONSISSUCH,thatwhereasthePrincipalhasacceptedthePurchaser’sabovesaidLetterofAcceptance for___________________________________________(name of Contract) for the________________________________________(nameofProject)NOWWHEREAS,ifthePrincipal(Contractor)shallwellandtrulyperformandfulfillalltheundertakings,covenants,termsandconditionsof the saidDocumentsduring theoriginal termsof theSaiddocumentsandanyextensions thereof thatmaybegrantedbythePurchaser,withorwithoutnoticetotheGuarantor,whichnoticeis,hereby,waivedandshallalsowellandtrulyperformandfulfillalltheundertakings,covenantstermsandconditionsoftheContractandofanyandallmodificationsofsaiddocuments that may hereafter be made, notice of which modifications to the Guarantor being hereby waived, then, thisobligationtobenullandvoid;otherwisetoremaininfullforceandeffecttill___________________(Date).OurtotallyliabilityunderthisGuaranteeislimitedtothesumstatedaboveanditisaconditionofanyliabilityattachingtousunderthisGuaranteethattheclaimforpaymentinwritingshallbereceivedbyuswithinthevalidityperiodofthisGuarantee,failingwhichweshallbedischargedofourliability,ifany,underthisGuarantee.We, ____________________________________________(the Guarantor), waiving all objections and defenses under theContract,doherebyirrevocablyandindependentlyguaranteetopaytothePurchaserwithoutdelayuponthePurchaser’sfirstwrittendemandwithoutcavilorargumentsandwithoutrequiringthePurchasertoproveortoshowgroundsorreasonsforsuchdemandanysumorsumsuptotheamountstatedabove,againstthePurchaser’swrittendeclarationthatthePrincipalhas refused or failed to perform the obligations under the Contract which payment will be effected by the Guarantor topurchaser’sdesignatedBank&AccountNumberi.e.____________________.PROVIDEDALSOTHATthePurchasershallbethesoleandfinaljudgefordecidingwhetherthePrincipal(Contractor)hasdulyperformedhisobligationundertheContractorhasdefaultedinfulfillingsaidobligationsandtheGuarantorshallpaywithoutobjection any sum or sums up to the amount stated above upon first written demand from the Purchaser forthwith andwithoutanyreferencetothePrincipaloranyotherperson.INWITNESSWHEREOF, theaboveboundenGuarantorhasexecuted thisPerformanceGuaranteeunder its sealon thedateindicatedabove, theanameandcorporatesealof theGuarantorbeingheretoaffixedand thesepresentsduly signedby itsundersignedrepresentative,pursuanttoauthorityofitsgoverningbody.
______________________
(Guarantor (Bank) Witness: 1. Signature__________________
1. ______________________ 2. Name _____________________ ______________________ 3. Title.______________________ (Corporate Secretary (Seal)
2. ___________________ _______________________ ___________________ _______________________
(Name, Title & Address) (Corporate Guarantor) (Seal) (Seal)