Sindh Police Constable Testing Bid
Sindh Police Constable Testing Bid
PROCUREMENT OF TESTING
SERVICES TO CONDUCT
RECRUITMENT OF CONSTABLES (BPS-5)
IN SINDH POLICE
C.T.D SINDH KARACHI
………………………………………………….
M/s …………………………………………….
2016-17
1
Page #
1) Instructions to Bidders 3 to 4
2) Bid from 5
Pre-requisite (Mandatory)
Evaluation Criteria
8) Information Required 13
9) Definition 14
2
Invitation to Bid
Affix / Paste Advertisement (IFB or EOI)
Instruction to bidder
i. The Firm / bidder is expected to examine the bidding documents, including all
instructions, forms terms specifications and charts / drawings. Failure to furnish all
information required by the biding documents or submission of a bid not
substantially responsive to the bidding documents in every respect would result in
the rejection of the bid.
iii. The TECHNICAL PROPOSAL should contain all the bid items without quoting the
price and must list firm’s clientele, details of past project, items specification (Terms
of Reference) etc. Financial bids of firms not obtaining minimum passing criteria on
technical basis will not be opened.
iv. Interested/eligible bidders may obtain further information on the bid and inspect
the bidding documents at Office of Deputy Inspector General of Police, Counter
Terrorism Department (C.T.D) Sindh, Karachi.
v. All the bids alongwith Rs. 500000/- Bid Security in form of pay order / demand draft
in favor of Deputy Inspector General of Police, C.T.D Sindh should be dropped in
Box placed at Office of Deputy Inspector General of Police, Counter Terrorism
Department, Sindh situated at Old Circuit House, Near Qasr-e-Naz, Club Road
Karachi, from date of publishing of notice 8th September 2016.
vi. The Police Department, Government of Sindh will not be responsible for any costs or
expense incurred by bidders in connection with the preparation or delivery of bids.
vii. Bidders shall submit bids, which comply with the bidding documents. For alternate
bids bidder has to purchase separate bidding documents and alternate bid shall be
treated as separate bid.
ix. QUOTED PRICES MUST INCLUDE ALL APPLICABLE TAXES & DUTIES, i.e Income Tax,
Sales Tax or any other tax/duties imposed by the Government by law. Inclusion of
3
taxes, if not specifically mentioned in the quotation, then it will be presumed that
the price includes all taxes.
xi. Every page of the Proposal should be signed and sealed by the bidder.
xii. The details of this notice are also available on website of Police Department
(www.sindhpolice.gov.pk) and Government of Sindh (www.sindh.gov.pk).
4
BID FORM for
To,
Deputy Inspector General of Police,
Counter Terrorism Department (CTD)
Sindh Karachi
Sir,
Having examined the bidding documents, the receipt of which is hereby duly
acknowledged, for the above contract, we, the undersigned, offers to provide required
services in conformity with the said bidding documents (Technical and Financial
proposals are attached as Annexure-B and Annexure-C respectively) are submitted
herewith separately as per your requirement.
We undertake, (if our bid is accepted) to complete our service in accordance with the
bidding documents.
If our bid is accepted, we will provide the performance security of Rs. 1,000,000/- for
the due performance of the contract as per bid Security Form.
5
BID SECURITY FORM
Sealed with the Common Seal of the Bank this day of 201
1. If the Firm / Bidder withdraws its Bid during the period of bid validity specified by
the Bidder on the Bid Form: or
2. If the Firm / Bidder does not accept the corrections of his Total Bid Price; or
3. If the Bidder, having been notified of the acceptance of its Bid by the Procuring
Agency during the Period of bid validity:
(a) Fails or refuses to furnish the performance security, in accordance with the
Instructions to Bidders; or
(b) Fails or refuses to execute the Contract Form, when requested.
We undertake to pay to the Procuring Agency up to the above amount, according to, and upon
receipt of, its first written demand, without the Procuring Agency having to substantiate its
demand, provided that in its demand the Procuring Agency will note that the amount claimed
by it is due to it owing to the occurrence of one or both or all the three above stated conditions,
specifying the occurred condition or conditions.
This guarantee will remain in force up to 28 days beyond the period of bid validity, and any
demand in respect thereof should reach the Bank not later than such date.
(NAME OF BANK)
By
(Title)
Authorized Representative
6
PERFORMANCE SECURITY FORM (Applicable in case of bank guarantee)
Hereinafter called “the Firm” has undertaken, in pursuance of the bid for the purchase
of hardware including “ ”, dated 201 ,
(hereinafter called “the contract”).
THEREFORE WE hereby affirm that we are Guarantor and responsible to you, on behalf
of the Firm, up to a total Sum of Rs. 1,000,000/- (Amount of the guarantee), and we
undertake to pay you, upon your first written demand declaring the Firm to be in
default under the Contract, and without cavil or argument, any sum of sums, within
amount of Guarantee Rs. 1,000,000/- as aforesaid without your needing to prove or to
show grounds or reasons for your demand or the sum specified therein.
(NAME OF GUARANTOR)
Signature
Name
Title
Address
Seal
7
1. GENERAL TERMS & CONDITIONS
(iii) Currency
All currency in the proposal shall be quoted in Pakistan Rupees (PKR).
(ix) The earnest money is refundable after finalization of the bid, in case of return of
financial bids unopened to non-responsive firms/bidders, on request after opening
of financial bids or when award / approval is finalized. The bidders will, however,
have to apply for refund through a written request on their company / firm letter
head addressed to DIGP/CTD Sindh.
(x) The successful bidder will have to Rs. 1,000,000/- as performance security of
contract, in the form of pay order, bank guarantee or any other financial instrument
recognized by Government of Pakistan, to the satisfaction of IGP Sindh. The same
will be returned on due completion of the contract an warranty period.
(xiii) Procuring Agency reserves the rights to increase or decrease the scope of work /
Services without assigning any reason.
9
2. MODE OF DELIVERY OF PROPOSAL & PLACE OF SUBMISSION
i. Sealed Proposals (TECHNICAL & FINANCIAL PROPOSAL 2 copies each) on prescribed
Performa in duplicate along with Rs.500,000/- earnest money in form of Pay
Order/Demand Draft in favor of DEPUTY INSPECTOR GENERAL OF POLICE, COUNTER
TERRORISM DEPARTMENT, SINDH KARACHI.
ii. The proposals should be dropped in sealed box kept at OFFICE OF DEPUTY
INSPECTOR GENERAL OF POLICE, COUNTER TERRORISM DEPARTMENT SINDH
KARACHI AT OLD CIRCUIT HOUSE, NEAR QASR-E-NAZ CLUB ROAD KARACHI from
date of publishing of notice till 9th September 2016.
iv. The Technical Proposals will be opened on SAME DAY SAME PLACE AT 03:30 PM
(Friday). The responding organization shall deliver two (one original and one copy)
copies of the technical & financial proposals each copy being physically separated,
bound sealed and labeled as “TECHNICAL PROPOSAL” and “FINANCIAL PROPOSAL”,
labeled as such on their respective envelopes. The bid security of Rs.500000/- of the
offer in shape of Pay Order shall be enclosed in SEALED in the envelope marked
“FINANCIAL PROPOSAL” without the financial proposal shall not be considered and
bid shall be rejected.
v. The FINANCIAL PROPOSAL will be opened LATER ON. The proposal of only those
Firms/bidders will be opened, which are DECLARED QUALIFIED after evaluation of
technical bids and upon fulfilling all the conditions by the Purchase Committee.
Further enquiry can be made from DIGP/CTD Sindh Karachi, on telephone No.
99203438-39.
10
3. EVALUATION AND COMPARISON OF TECHNICAL & FINANCIAL BIDS
The evaluation will be performed assuming the Contract will be awarded to the bid most
closely conforming to evaluation criteria and other conditions specified in the bidding
documents and having lowest evaluated cost.
TABLE – A
Pre-requisites (Mandatory)
1. Class Value Added Services (CVAS) License
Registration from Security Exchange Commission Pakistan
2.
(SECP)
Registration of National Tax Number (NTN) of the
3. Valid certificate
Company with Federal Board of Revenue (FBR)
from concerned
Registration of General Sales Tax (GST) with Federal Board
4. regulator /
of Revenue / Sindh Board of Revenue.
Affidavit That firm is not Blacklisted and involved in any authority required
5.
active litigation in Pakistan
Must be able to conduct assignment in Divisional
6.
Headquarters of Sindh Police throughout the Province
The Technical and Financial Bids shall be evaluated on the basis of following parameters.
TABLE – B
Evaluation Criteria
S.# Breakup of Marks
(Parameters)
1 Company Profile
Firm for Testing Services a. More than 7 years (30 points)
Company Experience from Date of Operation b. 5 to 7 years (15 points)
1.1
c. Less than 5 years (0 points)
Marks : 30
Annual Turnover of the Company a. Annual audit report
b. Registration evidence
Marks : 20 c. Annual turnover
-above PKR 150 Million – (20 points)
1.2
-PKR 100 to 150 Million – (15 points)
-PKR 50 to 100 Million – (10 points)
-PKR 30 to 50 Million – (5 points)
-Less than 30 Million – (0 points)
Location of Offices in Country a. Physical verification of list of
clients & presence of response
Marks : 20 teams at number of locations
1.3 b. Nationwide i.e. all 4 Provinces of
Pakistan – (20 points)
c. In Sindh province – (10 points)
d. Not present in Sindh – (0 points)
11
2 EXPERIENCE
Company Experience in terms of Final Selected a. Over 1000 – (20 points)
Candidates handled by company, b. Over 500 – (15 points)
c. Over 150 – (10 points)
2.1
Marks : 20
(Means the number of seats against which the
recruitment was conducted)
Company Experience in terms of application No. of applications received and
handled and recruitment process conducted handled.
2.2 a. Over 20,000 – (20 points)
Marks : 20 b. Over 10,000 – (10 points)
c. Below 5,000 – (0 points)
Number of Services Performed / Assignment Verifiable list of Clients who
Completed for LEAs throughout the Pakistan recruited LEA officials.
2.3
Contract details be Provided a. 7 to 10 Assignment – (20 points)
Marks : 20 b. 5 to 6 Assignment – (15 points)
c. 1 to 4 Assignment – (5 points)
3 Professional Staff / Experts
Key Professional Staff Qualification and a. Team Leader, One Senior
competence for the assignment. Manager with Masters 10 years
CVs of staff be provided for evaluation. of Experience (10 points)
b. One Assistant Manager with
3.1 Marks : 30 Masters and 05 years of
experience (10 points)
c. Three Junior Officers with
Graduate and having experience
of 3-4 years (10 points)
Adequacy of the proposed methodology and work a. Technical Approach and
plan responding to the terms of reference methodology (10 points)
b. Work Plan (5 points)
3.2
c. Organization and Staffing (5
Marks : 20 points)
IMPORTANT :
- Score of Eighty percent (80%) aggregate of all sections (1 to 3) combined of Table ‘B’
(Critical Requirements) is required for Qualification of Technical Proposal”.
12
The Bidder should also provide the following required information and placing this Form on top
of the Technical Proposal. Relevant portions of the Technical Proposal should be referenced in
this form.
The PA reserves the right to accept or reject the bid in according with SPPRA Rules-2010,
and to annual the bidding process at any time prior to award of Contract, without
thereby incurring any liability to the bidder or any obligation to inform the bidder of the
grounds for the Purchase’s action.
13
Definitions
“Procuring Agency (PA)” means the Sindh Police Department (C.T.D Sindh
Karachi), Government of the Sindh, Karachi – Pakistan
“Firm” means the individual or Bidder whose bid has been accepted by the PA
and the legal successors, in title to the Firm.
“Contract” means the agreement entered into between the Procuring Agency PA
and the Firm, as recorded in the Contract Form signed by the parties, including
all Schedules and Attachments thereto and all documents incorporated by
reference therein.
“Contractor Price” means the price payable to the Contractor under the
Contract for the full and proper performance of its contractual obligations.
“Contractor Value” means that portion of the Contract Price adjusted to give
effect to such additions or deductions as are provided for in the Contract, which
is properly apportion able to the Software or Services in question.
“Services” means services, such as testing and other such obligations of the
Contractor covered under the Contract.
14
Annexure-A(1/4)
2. WHEREAS the Assistant Inspector General of Police, Telecommunication Sindh is entrusted with
responsibility of procurement of Services during current financial year 2016-2017 as per
description given below:-
--- ---
--- ---
3. AND WHEREAS, the Deputy Inspector General of Police, Counter Terrorism Department, Sindh,
in accordance with The Public Procurement Rules-2010 as adopted by Government of Sindh
vide notification No. ______________________________ dated: ________________.
15
Annexure-A(2/4)
4. That the FIRM participated in the response of notice inviting proposals, floated by Procurement
Committee on behalf IGP Sindh, by submitting technical and financial bids, after necessary
evaluation of the Services described above; the Departmental Procurement Committee opened
the financial bids in front of all bidders on 9th September, 2016 at 03:30 PM.
5. That the rates offered by the FIRM for the products/articles/services as shown and given above,
were found to be lowest offered in comparative terms with the rates of other bidders
participating in the process. Therefore, on the recommendation of Departmental Committee,
the IGP Sindh has accorded approval to place procurement order with the FIRM on terms and
conditions specified below:-
i) That, Firm shall provide Services described and specified within stipulated period as
agreed between the parties from the date of signing of this agreement.
ii) That, all Services shall be made to Procuring Agency in Karachi and Divisional
Headquarters of Sindh Police in the Province at notified places by PA to Firm.
iii) That, all services shall be made and finished in all respects to entire satisfaction of
PROCURING AGENCY which shall be at liberty to reject any Services or part thereof if it
is not in accordance with approved Terms of Reference mentioned in the Proposal(s)
submitted by FIRM at the time of bidding and evaluated and approved for this contract
and such rejection shall be final. No appeal or review will be permissible against the
decision of Departmental Complaint Redressal Committee.
16
Annexure-A(3/4)
iv) That, the FIRM shall provide Rs.1,000,000/- Bank Guarantee against performance of the
contract and this Bank Guarantee should be valid at least *** days beyond the date of
completion of contract to cover the defects, liability period or maintenance period
subject to the final acceptance by the PROCURING AGENCY as per clause 39 (1&3) of
SPPRA 2010.
************* *******
vi) That FIRM shall bear all expenses in provision of required Services and no payment will
be made by PA to FIRM in this regard. However, the interested candidates will submit
fee directly to Firm
vii) That, in case FIRM defaults in the due performance of this agreement/contract in part
or full, DIGP, C.T.D Sindh (Chairman, Procurement Committee 2016-17) shall be at
liberty to impose and recover LATE DELIVERY CHARGES not exceeding 0.025% per day
thereof. The penalty shall be applicable only to the extent of services not provided
according to the agreed Specifications (TORs) timeline.
viii) The PROCURING AGENCY shall not be responsible for non-performance of this
agreement due to change in law, rules and policy of the Government as notified in
official gazette from time to time.
ix) That all conditions laid down in the rules framed for procurement by the Government
shall apply to transactions made under this contract and both parties shall be bound by
it.
6. This contract agreement shall be construed and the legal relations created herein will be
determined in accordance with the laws of Islamic Republic of Pakistan.
17
Annexure-A(4/4)
7. Any notice required under this contract shall be in writing and shall be effective when received
by the addressee at its given address.
8. If any term, conditions, or provision in this agreement is found to be invalid, unlawful or
unenforceable to any extent, the parties shall endeavor in good faith to agree to such
amendments that will preserve, as far as possible, the intentions expressed in the agreement. If
the parties fail to agree on such amendments, such invalid terms, condition or provision will be
served from remaining terms, conditions and provisions, which will continue to be valid and
enforceable to the fullest extent permitted by law.
9. This agreement may be amended only in writing signed by both the parties.
10. IN WITNESS WHEREOF, the parties have executed this agreement on the date set forth above.
Mr.***********
M/s.****************
On behalf of Firm
Witness:
1)
18
2)
19
Annexure – B (1/5
Name
Official Address
Telephone(s) No.
Note: Please read carefully the whole document and provide all necessary details with proof of
evidence.
20
Annex-B (2/5)
TERMS OF REFERENCE
(SPECIFICATIONS)
21
Annex-B (3/5)
1. Proposed Position [Only one candidate shall be nominated for each position]:
2. Name of Firm [Insert name of firm proposing the staff]:
8. Countries of Work Experience [List countries where staff has worked in the last ten years]:
9. Language [For each language indicate proficiency: good, fair, or poor in speaking, reading and
writing]:
10. Employment Record [Starting with present position, list in reverse order every employment held
by staff member since graduation, giving for each employment (see format here below): dates of
employment, name of employing organization, positions held.]:
Employer:
Positions held:
22
Police Department, Government of Sindh (www.sindhpolice.gov.pk)
11. Detailed Tasks Assigned 12. Work Undertaken that Best Illustrates Capability to
Handle the Tasks Assigned
[List all tasks to be performed
under this assignment] [Among the assignments in which the staff has been
involved, indicate the following information for those
assignment that best illustrate staff capability to handle the
tasks listed under point11.]
13. Certification:
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes me, my qualification, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.
Date:
[Signature of staff member or authorized representative of the staff]
Day/Month/year
23
24
Police Department, Government of Sindh (www.sindhpolice.gov.pk)
Annexure - C
Charges Per
S.# Item / Services
Candidate(Rs)
1. Development of application form for candidates.
2. Uploading the application.
3. Receiving of application.
4. Data Entry of application along with picture scanning.
1.
5. Development of eligible candidate data base.
6. Dispatch of call letters for physical test.
7. Administration of Physical test at per the SOPs of Police Dept.
8. Declaring the results of Physical Test.
1. Dispatch of Call letters for written & psychometric test.
2. Administration of Written & psychometric test.
2.
3. Declaring the result
4. Submission of all result and record to Police Dept. Govt. of Sindh
Note: Earnest money of Rs.500000/- Only in shape of Pay Order/Bank Draft will be
acceptable in favor of DIGP/CTD Sindh Karachi.
25