Contract Administration Cell Supply Chain Management ......5 /19 Contract Administration Cell Supply...
Transcript of Contract Administration Cell Supply Chain Management ......5 /19 Contract Administration Cell Supply...
1 /19
Contract Administration Cell
Supply Chain Management Department
P REF:CAC/CONT-044/Security /17
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 Contracts & Agreements, PIA Procurement & Logistics Building JIAP Karachi latest by 10-07-2017 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 Contracts & Agreements, 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 Contracts & Agreements 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 (Local Bidders).
B) EARNEST MONEY (Local Bidders)
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 (Local Bidders)
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.
2 /19
Contract Administration Cell
Supply Chain Management Department
P 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.
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.
3 /19
Contract Administration Cell
Supply Chain Management Department
P 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.
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]
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 /19
Contract Administration Cell
Supply Chain Management Department
P 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 SESSI 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;
5 /19
Contract Administration Cell
Supply Chain Management Department
P 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 50 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.
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 / knowledge of Aviation security.
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 /19
Contract Administration Cell
Supply Chain Management Department
P 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).
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 experienced and mentally fit person. Computer Literate if dealing with security codes, passwords for entry/exit. 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 30 to 50 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.
7 /19
Contract Administration Cell
Supply Chain Management Department
P 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.
8 /19
Contract Administration Cell
Supply Chain Management Department
P Schedule “B” Manpower Required
DEPLOYMENT CHART
S.NO STATIONS PEC SPEEDEX TOWN SHIP H/O & BOOKING OFFICES
SUP AG UAG DVR SUP AG
UAG SUP AG UAG SUP LS AG UAG BG TOTAL
1 Karachi 5 4 3 47 69 3 131
2 Town Ship KHI 4 12 6 22
3 Hyderabad 2 2
4 Sukkur 2 2
4
5 Quetta 1 2 1 2 7 13
6 Zohb 2 2
7 R.Y. Khan 1 2 3
8 Bhawalpur 1 1 2
9 Multan 1 1 6 4 12
10 D.G. Khan 4 4
11 Faisalabad 1 2 1 6 10
12 Lahore 2 2 2 1 20 36 63
13 Gujranwala 1 1
14 Sialkot 2 1 3
15 Kharian 2 2
16 Rawalpindi 2 2 2 2 6 8 22
17 Islamabad 1 1 1 14 37 54
18 Muzzafarabad 2 2
19 Abbotabad 2+2 2 6
20 Peshawar 1 1 4 5 11
21 Skardu 2 2
23 Chitral 2 2
24 D.I. Khan 2 2
25 PEC KHI 6 6 12
26 PEC SITE 2 5 1 8
SUB TOTAL 2 6 11 1 2 9 10 4 12 6 14 9 122 184 3
TOTAL 20 21 22 331 395
9 /19
Contract Administration Cell
Supply Chain Management Department
P Schedule “C” Bid Form
Location Sindh QTY Unit Price Total taxes EOBI SESSI G.Total
Supervisor 10
Armed Guard 74
Un Armed Guard 88
Lady searcher 3
Body Guard 3
Driver 1
Total 179
Vehicle with full 1
Total Amount Rs.
“BB”
Location Punjab QTY Unit Price Total taxes EOBI SESSI G.Total
SUP 5
AG 36
UAG 58
L/S 1
Total Amount Rs.
“CC”
Location Islamabad QTY Unit Price Total taxes EOBI
SESSI
G.Total
SUP 5
AG 20
UAG 48
L/S 3
Total Amount Rs.
“DD”
Location Baluchistan QTY Unit Price Total taxes EOBI
SESSI
G.Total
SUP 2
AG 4
UAG 8
L/S 1
Total Amount Rs.
“EE”
Location KPK QTY Unit Price Total taxes EOBI SESSI G.Total
AG 13
UAG 9
L/S 1
Total Amount Rs.
“FF”
Location AJK QTY Unit Price Total taxes EOBI SESSI G.Total
AG 2
Note : The contractor shall liable to pay minimum wage as announced by GOP
10 /19
Contract Administration Cell
Supply Chain Management Department
P 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: 80 Qualifying Marks: 60
1.
PERCENTAGE OF ARMED FORCES AND CAF (Ex- Service man)
a.
Officers - (06)
i Armed Forces/ CAF officer Management 6
ii Civilian management 3
b.
JCO’s / NCOS/Civilian - (05)
i JCOs / NCOs of armed forces / CAF on checkers / supervisory duties 5
ii Civilian checkers / supervisors 3
c.
Soldiers - (04)
i Soldiers with 14-20 years‟ experience 4
ii Soldiers with 10-14 years‟ experience 3
iii Civilian guards 1
2.
PAST PERFORMANCE GUAGED (THROUGH CLIENTS) - (05)
a. Excellent 5
b. Good/Satisfactory 3
c. Un Satisfactory 1
3.
TRAINING FACILITIES
a.
Facilities - (05)
i Own Training Institute 5
ii Outsourced 2
b.
Training - (02)
i Basic Training 1
ii Refresher training (6 Months) 1
c.
Aviation Training - (02) 2
i. Aviation Security Related Training
4.
FIRING PRACTICES
a.
Firing Range - (05)
i Purpose Built Range 5
ii Adhoc Range 2
b.
Frequency / Interval of Firing Practices - (03)
i Quarterly 3
ii 6 monthly 2
iii Annually 1
c.
No of Weapons in company stock (Pistol & Rifle) - (04)
i Above 50000 4
ii Below 50000 2
Physical Profile of Manpower
Height - (06)
11 /19
Contract Administration Cell
Supply Chain Management Department
P 5
a. 100% Manpower above 5-7” 6
b. 75% Manpower above 5-7” 3
c. 50% Manpower above 5-7” 1
d. Height below 5-4” un acceptable 0
6
Age - (05)
a 100% Manpower 30-55 years 5
b 75% Manpower 30-55 years 3
c 50% Manpower 30-55 years 1
7
a.
Strength of Company - (05)
i Above 5000 with documentary/location evidence 5
ii Below 2000 with documentary/location evidence 3
b.
Aviation Trained Qualified Strength - (05)
i. Aviation Security Trained manpower documentary/location evidence 5
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 1
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% 3
iii 50% 1
8
f.
Availability of QRF - (05)
i. On sight 5
ii. At company 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 Below 500 Million 03
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: 10 Qualifying Marks: 05
SAFETY & SECURITY POLICY - (10)
10
a. 100% employees security checked and issued clearance 10
b. 75% employees security checked and issued clearance 07
c. 50% employees security checked and issued clearance 05
Note 1: Evaluation criteria is based on Technical, Commercial and Safety basis with 80, 10 and 10 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.
12 /19
Contract Administration Cell
Supply Chain Management Department
P 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.
13 /19
Contract Administration Cell
Supply Chain Management Department
P 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 COMPANY LIMITED a company organized and operating under companies Ordinance 1984 and having its Head Office at PIA Building, Karachi Airport, Karachi (hereinafter called “PIACL”) of the other part. WHEREAS the PIACL is desirous of obtaining Security services from contractor having fully trained security guards for the security of its owned / rented premises and has agreed with the contractor 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 PIA 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 on same rates, terms conditions subject to satisfactory performance and mutual consent.
4. If period extended beyond first (one) year term according to contract then agreed amount may be increased based upon minimum wages announced by Government of Pakistan for unskilled labour and for others as per Consumer Prices Index published by the Statistics Division, Government of Pakistan keeping in view the inflationary trends.
a. This agreement shall be governed, interpreted and construed in accordance with the law
of Islamic Republic of Pakistan.
b. Dispute resolution: In the event of dispute arising from the interpretation of this agreement, the parties agree to try first through any or all extra judicial ways to reach amicable settlement.
c. 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 will be Karachi. CEO PIACL and its nominee will be the arbitrator whose award will be final.
d. The parties submit themselves to the exclusive jurisdiction of Courts at Karachi.
14 /19
Contract Administration Cell
Supply Chain Management Department
P 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 to cover its liability for personal injury (including death) and
amount not less than Rs. 300,000/- (Rupees three hundred thousand only) for all claims arising out of
each occurrence together with full workmen‟s compensation insurance. The contractor shall, if
required by the PIA provide a certificate or certificates issued by or on behalf of the insurance.
7. The employees deployed by the contractor on security duty with PIA under this agreement
shall be of good working age, (i.e between 25 to 55 years of age) healthy position of Security staff
upto 60 years in case of supervisory staff with good health and sound physique, 70% of the manpower
provided by the contractor should be ex-defence/CAF who have experience of combat duties and 30%
can be Civilians with suitable experience and training.
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 of this agreement, the wage, salaries and other allowances in conformity with applicable
laws and instructions duly implemented and issued by any competent authority, body / entity of the
Government of Pakistan. 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 undertakes to indemnify PIA and hold harmless and shall assume full
responsibility against all losses and / or claims in respect of injury or death caused to any personnel
to the contractor or to any third person during the execution of this agreement.
11. Contractor hereby undertake to indemnify after joint court of inquiry (JCI to PIA for actual
losses caused to PIA by the contractor and / or any of its employees or conduct, any act or omission
of the employees of the contractor or on account of failure to discharge its obligation here under.
(Any theft /loss to the owner premises during gardening services will be determine by mutual court of
inquiry and facts/findings would be attended to as per recommendation of the court of inquiry by
both the parties. The court of inquiry board will comprise one representative each from owner and
security company).
12. Contractor shall arrange clearance of its personnel to be deployed at the premises from all
relevant security agencies including 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.
13. 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 including firing practices (Quarterly) have been imparted to armed
guard personnel and quarterly armourer certification should be provided. A certificate will be
rendered to the office failing which the penalty will be imposed as per salary deduction of the armed
guard for time barred period.
15 /19
Contract Administration Cell
Supply Chain Management Department
P 14. Performance of the security company will be evaluated as and when required, if the
performance found satisfactory found and determined by PIACL then the contract will be confirmed
otherwise it will be terminated.
15. 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
16. 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.
17. PIA may terminate this agreement forthwith in case contractor violates any of the provision
herein above, 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.
18. The contractor shall submit monthly bills for the services rendered by its security staff before
5th of every month. After receiving such bills, monthly payment shall be made to the contractor by
the concerned Finance Manager through crossed bank cheques. The contractor shall be liable to pay
WHT, GST, EOBI & SESSI and applicable taxes and receipts of which shall be submitted with finance
with the bills on monthly basis.
19. The contractor shall be liable to provide security staff to PIA installations as per schedule of
Annexure “A”.
20. 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.
21. The contractor shall be liable to pay all taxes required to be paid by it under the laws of
Islamic Republic of Pakistan and also any necessary withholding taxes from the salaries of its
employees, the contractor agrees and authorizes PIA to deduct any leviable tax from the monthly
bills of the contractor.
22. The contractor warrants that his Company is an independent legal entity in its own name and
account and acknowledge that this contract does not confer in any manner whatsoever upon him or
any individual employed by it, the status of an employee officer or agent of PIA.
23. The contractor shall not assign this agreement to any other party whether whole part except
with the prior written consent of PIA, if the contractor assigns this agreement to any other party
wholly / partially in contravention in this undertaking, he shall be blacklisted and shall be debarred
for future to execute or 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.
24. 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.
16 /19
Contract Administration Cell
Supply Chain Management Department
P
25. 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.
26. 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.
27. In case guard is found in improper or shabby dress he will not be taken on duty.
28. 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).
29. Contractor shall provide on written demand of General Manger Security, additional security
guard maximum for 45 days to cover the pre-Hajj operations at the hajj gateways of Pakistan.
30. Contractor shall provide on written demand of General Manager Security, additional security
guard and escort vehicle up to 15% above the contract ceiling as and when required on same rates &
terms of agreement.
31. Contractor shall submit the security deposit 10% of the total contract value within 15 days of
execution in shape of Pay Order / Bank Guarantee (which must remain valid for 6 months after the
expiry / termination of contract).
32. Contractor shall submit the EOBI / SESSI registration cards of each security guard / personnel
employed on PIA duties within 15 days of signing of the contract.
33. Contractor shall provide EOBI & SESSI Certificates of 100% security guards / personnel
employed on PIA duties with monthly bills. PIA will not reimburse any amount to the contractor in
this regard.
34. No alteration in this agreement shall be effective until a change order in writing issued by PIA
or the contractor setting forth the effect of the said alteration has been signed by a duly authorized
representative of each party.
35. EOBI and SESSI Certificates for each guard should be forwarded.
36. The Security Company will 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.
17 /19
Contract Administration Cell
Supply Chain Management Department
P 37. 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: ___________________________________ ___________________________________
18 /19
Contract Administration Cell
Supply Chain Management Department
P (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.
19 /19
Contract Administration Cell
Supply Chain Management Department
P (Schedule “G”)
(RUPEE ONE HUNDRED NON-JUDICIAL STAMP PAPER)
General Manager (Contracts & Agreements) Procurement & Logistics Division 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 ________________________________