0% found this document useful (0 votes)
20 views21 pages

126cod84 234

The Central Ordnance Depot Rawalpindi is inviting sealed bids for the procurement of ordnance stores/equipment for the fiscal year 2024-25, with a closing date of April 23, 2025. Bidders must be registered with relevant tax and defense authorities, and submissions must include separate technical and financial proposals along with vendor qualification documents. The document outlines detailed requirements, instructions for bidders, and a schedule of required items, emphasizing the importance of compliance to avoid bid rejection.

Uploaded by

Muhammad Maaz
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
20 views21 pages

126cod84 234

The Central Ordnance Depot Rawalpindi is inviting sealed bids for the procurement of ordnance stores/equipment for the fiscal year 2024-25, with a closing date of April 23, 2025. Bidders must be registered with relevant tax and defense authorities, and submissions must include separate technical and financial proposals along with vendor qualification documents. The document outlines detailed requirements, instructions for bidders, and a schedule of required items, emphasizing the importance of compliance to avoid bid rejection.

Uploaded by

Muhammad Maaz
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 21

1

Central Ordnance Depot


Rawalpindi
Telephone : 051-8770950
0331-5763789
0319-9436032
31 / Normal / 2024-25
07 April 2025

Subject: Invitation to Tender and General Instructions for Procurement of


Ord Stores/ Equipment (FY- 2024/25)

1. This Invitation to Tender/Bid (here in after referred to as IT), follows the


Procurement on the subject, with following time lines:-
a. Date and time of closing of this IT is 23 Apr 2025 at 1030 hours.
b. Date and time of opening of bids/ IT Documents offered in response to this
IT is 23 Apr 2025 at 1100 hours in Central Ordnance Depot Rawalpindi
(COD Rwp), Fort Road, Rawalpindi with representatives of bidders in
attendance.
2. Sealed Bids are invited (in line with One Stage, Two Envelop Process as specified
in PPRA Regulations) from Original Equipment Manufacturers (OEMs), Agents of OEMS,
authorized distributors and suppliers, which are registered with Income Tax & Sales Tax
Departments, on Active Taxpayer List (ATL) of Federal Board of Revenue (FBR) and
Registered with Directorate General Defense Purchase (DGDP) / Directorate General
Procurement-Army (DGP-A) / Any Ordnance Depots of Pakistan Army and Pakistan
Engineering Council (PEC) for supply of items as under:-
a. Schedule of Requirements is given at Annexure A.
b. Instructions for Bidders and Terms / Conditions of Bidding and
Purchase are given at Annexure B.
c. Format of Vendor Profile / Qualification Documents is given at Annexure
C.
d. Format of Financial Proposal is given at Annexure D.
e. Format of Technical Proposal and technical specifications of required
stores/goods/equipment for relevant stores/goods/equipment are given at
Annexure E.
f. Bids are to be submitted in two separate sealed envelopes, clearly marked
on the outside in bold letters as “TECHNICAL PROPOSAL - IT FOR
PROCUREMENT OF ORD STORES EQUIPMENT NUMBER
31/NORMAL/2024-25” and “FINANCIAL PROPOSAL - IT FOR
PROCUREMENT OF ORD STORES EQUIPMENT NUMBER
31/NORMAL/2024-25” along-with name of bidding firm / entity. For ease of
2
consolidation / identification, both the envelops may be placed in
another/outer envelope clearly marked on the outside in bold letters with
subject of this tender and name of bidding firm / entity.
g. Vendor Profile / Qualification Documents as per details mentioned at
Annexure C, must be submitted in separate envelop (separate from both the
Technical and Financial Proposals), clearly marked on the outside in bold
letters as “VENDOR’S PROFILE / QUALIFICATION DOCUMENTS – IT
FOR PROCUREMENT OF ORD STORES EQUIPMENT NUMBER
31/NORMAL/2024-25” along-with name of bidding firm/entity.
h. IT Documents along-with original hard-copies of Financial Proposal,
Technical Proposal and Vendor Profile / Qualification Documents
properly filled in, and enclosed in separate sealed envelope(s) a s
m e n t i o n e d a b o v e , along-with digital-copies on separate CDs/DVDs
packed in respective envelops, must be delivered to Central Ordnance
Depot Rawalpindi, Fort Rd, Rawalpindi Cantonment, before 1030 hrs on 23
Apr 2025.
i. Failure to submit complete documents / details as asked OR failure to submit
Technical Proposal, Financial Proposal and Vendor Profile / Qualification
Documents in separate sealed envelopes is liable to cause outright rejection
of bid.
j. Bid Security equal to 5% of estimated bid value is to be deposited within
three working days of intimation from / asking by COD Rwp, failing which
bids are liable to be rejected.
k. Procurement is planned within Current Financial Year (CFY) either in full or
in part. Quantities can be amended/ decreased at the time of placing the
order.
l. Along with tender, each firm will deposit Tender Fee (in the shape of CDR,
Pay Order or Cross Cheque). Same will be prepared in the name of Comdt
COD Rwp.
3. All bidders are bound by Official Secret Act to ensure confidentiality of bids and
purchases of Security Equipment and not share information / details of
bid/contract/quantities/delivery locations with anyone not party to the bid / purchase.
4. Complete Set of IT Documents can be obtained from Local Purchase Office, COD
Rawalpindi, Fort Road, Rawalpindi (Telephone : 051-8770950, 0331-5763789) on any
working day between 0830 hrs and 1530 hrs.
Lieutenant Colonel
Local Purchase Officer
(Naqeeb Ur Rahman)
3
Annexure A

SCHEDULE OF REQUIREMENTS
COD RWP IT NUMBER 31 / NORMAL / 2024-25

Ser Item/ Eqpt A/U Qty Remarks


1. Thermometer Digital for hospital use 4000
(Life Care or Equivalent)
Hardware Tech data/ specs be
2. RAM (for Desktop PC) 10 collected from LP office.
3. Hard Disk Drive (for Desktop PC) 5
4. Router 1
5. Workstation (Desktop PC) 1
6. Power Supply 1
7. Logic Analyzer 1
8. Network Isolation Eqpt (layer 3 Switch 1
9. ESD Protection Eqpt 1
10. ESD Protection Eqpt 1
11. Key Mgmt Sys (KMS) 1
12. Firewall 1
13. NGN Firewall 3
14. Storage Soln (NLSAS) 1
15. Microchip Programmer 1
16. SD Card Reader/ Writer 1
17. 24 Ports Switch (48 ports panel) 1
18. Router 1
19. Liquid Cooling for RTX 4090 GPU 1
20. GPU Card 4
21. Satellite Dish TV 1
22. NAS Soln alongwith with Hard drives 2
23. Gen Set 2
24. Layer 3 Switch 1
25. Atola task Force 1
26. PC 3000 2
27. E3 Universal test bench 3
28. Huawei idea Hub 86 Inch 1
29. UPS Btys 100
30. Laptop Bags 70
31. Cat-6 Cable Roll 10
32. HDMI Cable 10
33. HDMI Cable 10
34. HDMI Splitter 10
35. Multipurpose Adopter 50
36. Network Cable Tester 5
Software
37. IDA Pro (Window) 2
38. Nord VPN 1
39. Metasploit Pro 1
40. Cobalt Strike 1
41. Themida 1
42. VM Protector Pro 1
43. Katalon pro 1
44. Burposuite Pro latest Ver 1
4
45. Network Isolation Eqpt 1
46. Axiom 2
47. Recon Lab 1
48. Belka soft 1
Online Platform Subs
49. Hydra Forums 1
50. Exploit.in 1
51. Leakbase 1
52. Telegram Premium 2
53. OSINT BOT 2
54. Intelx 1
55. Pimeyes 1
56. Shodan 1
57. Single Hire 1
58. Cursor 1
59. OSINT Industries 1
60. ChatGPT4 1
61. TweetDeck 1
62. Maldev 1
63. Evilginx 1
64. Censys 1

Note:
a. Quantities may change at the time of award.
b. Commercial offer of each item be submitted separately.
5
Annexure B
INSTRUCTIONS FOR BIDDERS AND TERMS / CONDITIONS OF BIDDING AND
PURCHASE TENDER NUMBER 31 / NORMAL / 2024-25

Instructions For Bidders


1. Eligible Bidders. A Bidder submitting bid/tender in response to this IT may be a
person / Sole Proprietor, a Company or Firm or Agency (Private, Limited, Public or
Semi-Public) having one or more than one owners/partners and must be
registered in Pakistan. Detailed requirements as under:-

a. Bidder must be Original Equipment Manufacturers (OEMs), Agents of


OEMS, Authorized Distributer or Supplier and must be registered with
Income Tax & Sales Tax Departments and on Active Taxpayer List (ATL) of
Federal Board of Revenue (FBR). Documentary proof for all of this must be
provided.

b. Must be registered with Directorate General Defense Purchase (DGDP) /


Directorate General Procurement-Army (DGP-A) / DP-Navy / DP-Air / Any
Ordnance Depot of Pakistan Army and Pakistan Engineering Council-PEC.

c. Must be incorporated or licensed by the respective incorporating agency or


statutory body established in Pakistan for its particular trade or business.

d. Must not quote more than one rate for an item of identical brand / specs /
quality.

e. Must provide complete details and documentation as specified in Vendor


Profile / Qualification Data format given at Annexure D.

f. Must not be Blacklisted, bankrupt, insolvent, debarred due to involvement in


corrupt and fraudulent practices, subject of any performance failure in
Contracts / Agreements / Purchase-Orders from above mentioned
procurement organizations.

g. Must submit bid security as specified in this IT with-in the timeline specified.

h. Must provide evidence of their eligibility, capacity, capability to perform and


deliver the goods / services being contracted and must provide proof of
compliance with the necessary legal and procedural requirements to carry
out the contracted work effectively.

i. Must declare in IT documents details relating to the nature, conditions and


modalities of sub-contracting by bidder (if planned / envisaged by the
bidder), wherever such sub-contracting of any elements of the bid is
amounting to the more than ten (10) percent of the bid value for such
element.

j. Must provide proof of relationship with OEM or foreign principal and/or copy
of Master Level/Service Agreement with such OEM or foreign principal in
case of imported items.
6
k. Must provide valid proof in IT Documents that bidder has the financial,
technical, i n s t a l l a t i o n and supply / production capability necessary to
perform the Contract / Framework Agreement.

2. Preparation and Submission of Bid / Tender Documents


a. Complete set of forms and documents as per the given format and
requirements mentioned at Annexure E shall be submitted as
“Technical Proposal” in two hard-copies on bidding firm’s letter head
and one digital-copy on CD/DVD duly packed in a sealed envelope
clearly marked in bold letters on outside of envelope “TECHNICAL
PROPOSAL - IT FOR PROCUREMENT OF ORD STORE EQUIPMENT
NUMBER 31/NORMAL/2024-25”along-with name of bidding firm / entity.
b. Complete set of forms and documents as per the given format and
requirements mentioned at Annexure D shall be submitted as “Financial
Proposal” in two hard-copies on bidding firm’s letter head and one
digital-copy on CD/DVD duly packed in a sealed envelope clearly marked
in bold letters on outside of envelope “FINANCIAL PROPOSAL – IT
FOR PROCUREMENT OF ORD STORE EQUIPMENT NUMBER
31/NORMAL/2024-25” along-with name of bidding firm / entity.
c. Complete set of forms and documents as per the given format and
requirements mentioned at Annexure C shall be submitted as “Vendor’s
Profile / Qualification” in two hard-copies on bidding firm’s letter head
and one digital-copy on CD/DVD duly packed in a sealed envelope
clearly marked in bold letters on outside of envelope “VENDOR’S
PROFILE / QUALIFICATION DOCUMENTS - IT FOR PROCUREMENT
OF ORD STORE EQUIPMENT NUMBER 31/NORMAL/2024-25 ”along-
with name of bidding firm / entity.

3. Contents of IT Documents and Eligibility of The Bids.


a. The bidder is expected to obtain complete IT Documents and their
addenda from COD Rwp and examine all instructions, forms, terms and
specification mentioned in such documents. Failure to furnish all the
information required in the IT Documents will be at the Bidder’s risk and
may result in the rejection of his Bid.
b. Bid / IT Documents prepared by the bidder, as well as all correspondence
and documents relating to it shall be written in the English language.
Supporting documents, brochures, printed- literature furnished by the
Bidder, if in any another language must be accompanied by a certified
accurate translation of the relevant pages in the English language.
c. The bid / IT Documents will be considered valid for consideration if it
constitutes following components. Any violation of these aspect may
render the submitted bid / IT Documents liable to rejection:-
(1) Financial Proposal and Price Schedule as per format given at
Annexure D, duly printed on company/firm’s letter head and
signed by authorized signatory. Bidder must fill the f o r m
without any alterations to its format.
(2) All items must be listed and priced separately. In case of no bid
7
against any item, NO BID shall be printed in the price column. I f
any item/accessory is not listed/ priced by the bidder, its price
shall be construed to be included in the prices of other items.
(3) Unit price as well as total price of item must be inclusive of all
applicable taxes, duties, levies and inclusive of cost of
transportation, insurance and other related expenses for delivery of
goods to their final destination.
(4) Rate of each item must be quoted exclusive of other items listed in
the tender and the purchaser will have the liberty to accept bid of
one or all of the items quoted and for complete or partial quantity of
any item(s). The price quoted should not be contingent upon award
of contract for a specific/full quantity of the item and/or award of
contract for all items listed in Schedule of Requirements collectively
from the same bidder.
(5) Rates / Prices quoted must be valid till 30 June 2025 (for
acceptance of bid / award of contract) and till completion of complete
delivery of all contracted items (after the framework agreement /
Purchase-Order is awarded).
(6) Prices / rates must be quoted in Pak Rupees, for delivery of
goods/equipment DDP Incoterms at Rawalpindi and must be
inclusive of all applicable taxes, duties and FE conversion rates
where applicable.
(7) Bidder must accept to receive Purchase Orders against the
framework agreement concluded after acceptance of his bid, from
multiple Ordnance Depots / Central Ordnance Depot across
Pakistan. Payment against goods / equipment delivered in response
to the above mentioned Purchase Orders will be via Contingent Bills
submitted by depots to their respective CMAs (Controllers of Military
Accounts) offices spread across Pakistan. Subsequently, CMAs will
issue cheques directly in favor of the contractor to the Bank Branch /
Account Number mentioned in framework agreement / Purchase
Orders. Bidder must be able to establish liaison with all concerned
CMA Offices for clarification of their queries on contingent bills (if
any)
(8) IT documents must be accompanied by Duly Notarized Power of
Attorney authorizing the signatory of IT Documents to submit the bid
and all other relevant clarification / contractual documents on behalf
of Bidder Firm/Company/Entity.
(9) Technical Proposal / Vendor’s Profile / IT Documents must include
documentary evidence established in accordance with contents of
this IT to prove that the Bidder is eligible and/or qualified for the
subject bidding process.
(10) Technical Proposal / Vendor’s Profile / IT Documents must include
documentary evidence established in accordance with contents of
this IT to prove that that the Bidder is authorized by the manufacturer
to deliver the goods / eqpt at designated locations in Pakistan
(where ever applicable and when the supplier is not the
manufacturer of those goods).
8
(12) Technical Proposal / Vendor’s Profile / IT Documents must include
documentary evidence established in accordance with contents of
this IT that the goods and related services to be supplied by the
Bidder are eligible goods/ equipment, and conform to the technical
and specification requirements specified in this IT.
(13) Bid Security must be furnished in full by the bidder within five days
of asking / intimation by COD Rawalpindi and before opening of
Commercial Offer.
(14) Valid samples must be provided at the place, time and in quantities
as asked by COD Rwp during evaluation of Technical Proposals.
Such samples may undergo destructive and non-destructive testing
by Inspection Agencies of Pakistan Army without any liability for cost
of items/equipment.
(15) Bid must be received on or before the closing date and time as
specified in this IT.
(16) Any other document, asked by COD Rwp during the process of
evaluation / scrutiny of bids, must be delivered within the time
indicated by COD Rwp.
d. Documentary evidence of the eligibility of goods shall consist of:-
(1) Statement in the Commercial Offer, declaring country of origin of the
goods which must be confirmed later by a certificate of origin issued
at the time of shipment of equipment / items after award of
framework agreement / PO.
(2) Documentary evidence of conformity of the goods to the IT
Documents may be in the form of literature, drawings, and data, and
shall consist of:-
(a) Detailed description of the essential technical specifications
and performance characteristics of items offered.
(b) Item-by-item commentary on COD Rwp’s Technical
Specifications demonstrating substantial responsiveness of
the items to such specifications. A statement of deviations
and exceptions to the provisions of the Technical
Specifications of equipment mentioned in this IT must be
provided where applicable.
(c) Any other documentation asked by COD Rwp during scrutiny
of the Bid / Technical Offer.
Terms and Conditions Governing Bidding and Subsequent Award / Purchase
4. Bid Security / Guarantee

a. Bid Security equal to 5% (Five Percent) of the estimated bid amount, must
be furnished by bidder within five days of asking/intimation by COD Rwp.
The verifiable Bank Guarantee will be the payment instrument in favor of
Commandant Central Ordnance Depot Rawalpindi.

b. Bid Security is required to protect COD Rwp against the risk of Bidder’s
conduct from date of opening of Commercial Offer till award of
cont r act , which may warrant the security’s forfeiture. The security amount
9
will stand forfeited in favor of COD Rwp, in case of any violation by bidder of
the IT conditions and agreements, reached during clarifications/negotiations
on Technical Offer (including but not limited to, withdrawing the bid before
expiry of its validity period, refusal to accept correction of errors in bid
submitted by him, refusal to sign the contract if declared successful bidder,
refusal to deposit Performance Security etc).

c. Successful bidder’s Bid Security will be returned onto him after his signing of
the framework- agreement and furnishing the Performance Security.
Unsuccessful bidders Bid Security will be returned onto them after signing /
award of framework-agreement to successful bidder.

5. Performance Security / Guarantee

a. If bid (including financial and technical proposals as modified) is accepted,


the bidder will be bound to deposit Performance Security / assurance
amount equivalent to 10% (Ten Percent) of the contracted value, within five
working days of provision of Letter of Acceptance/ Letter of Intent. On
receipt/ acceptance of stores said amount will be converted into performace
Guarantee. The payment instrument for submission of Performance
Security/Guarantee will be Verifiable Bank Guarantee.

b. Failure of the successful Bidder to comply with this shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Bid Security.

c. Total amount of Performance Security / Guarantee shall be returned to the


vendor on completion of all deliveries against the award.

6. Advance Payment Security / Guarantee

a. No advance payment will be made. In case if any Advance Payment is


required to be made to the bidder after award of contract / framework-
agreement, bidder must be capable of furnishing Security in amount equal to
the advance paid as a verifiable Bank Guarantee.

b. Inability of the bidder to furnish Advance Payment Security/Guarantee shall


constitute sufficient grounds for annulment of the award and forfeiture of
Performance Guarantee.

7. Warranty Period

a. All goods / equipment offered by bidder must be under Warranty Guarantee


from date of delivery for a period of 1 year.

b. In Technical Proposal, bidder must specify OEM’s Warranty with duration


and submit documentary proof, bidders own warranty (if applicable) and
explain the mechanism for claiming / execution of warranty.

8. Opening of Bids / Tenders.


a. Bids will be opened on 23 Apr 2025 at 1100 hrs in Conference Room of
10
COD Rawalpindi in presence of representatives of bidders. Single Stage
Two Envelope Procedure as specified in PPRA Rules, will be followed for
opening of the bids.
b. To be eligible for consideration & opening the Bids/ IT Documents must
comprise o f two envelopes submitted simultaneously, one being the
“TECHNICAL PROPOSAL - IT FOR PROCUREMENT OF ORD STORE
EQUIPMENT NUMBER 31/NORMAL/2024-25”and the other being
“FINANCIAL PROPOSAL - IT FOR PROCUREMENT OF ORD STORE
EQUIPMENT NUMBER 31/NORMAL/2024-25”. Both these envelopes
must be sealed separately and then enclosed together in an outer single
sealed-envelope which shall be addressed to Commandant Central
Ordnance Depot Rwp, Fort Rd, Rawalpindi Cantt. The outer envelop must
have a written warning mentioned on it as “Not to be opened before 23 Apr
2025 at 1100 hrs” to obviate any chance of opening mistakenly.
c. A third sealed envelope clearly marked in bold letters on outside of
envelope “VENDOR’S PROFILE / QUALIFICATION DOCUMENTS - IT
FOR PROCUREMENT OF ORD STORE EQUIPMENT NUMBER
31/NORMAL/2024-25” must be submitted to process registration data of
the vendors in computer systems and to facilitate entry of bidder’s
representatives inside COD Rwp / User Premises. This envelop should
not include any documents/material other than Vendor’s Profile /
Qualification and warning “Not to be opened before 23 Apr 2025 at 1100
hrs” should not to be mentioned on this envelope.
d. Commandant COD Rwp may reject any or all bids / tenders at any time prior
to the acceptance of a bid / tender. COD Rwp shall, upon the request,
communicate to any vendor / supplier who submitted a bid / tender, the
grounds for its rejections, but is not required to justify those grounds.
e. If the envelopes are not sealed and clearly marked as required or incorrectly
marked, COD Rwp will assume no responsibility for misplacement,
premature opening or rejection of bid / IT Documents.
9. Amendments To and Clarifications About IT Documents
a. Before the deadline for submission of Bids, COD Rwp for any reason,
whether at its own initiative or in response to external requirement/
compulsion may modify the IT Documents by issuing addenda which
shall be published on PPRA Website. All such addenda, including any
notice for extension in deadline for submission of bids, shall become
integral part of this IT Document.
b. Information of all addenda, clarifications, extension in bid submission date
etc will also be communicated by COD Rwp, via telephone / cell-phone-
message to prospective bidders who have obtained IT Documents from
COD Rwp, at the contact number given by them at the time of obtaining
of documents. All bidders are responsible for correctness of contact
11
numbers given and their serviceability / availability to receive such
calls/text messages.
c. A prospective bidder requiring any clarification about IT Documents may
contact COD Rwp at above mentioned address / telephone numbers and
response shall be provided within three working days, provided such
request for clarification is received not later than three-days-prior to last
date of submission of bids.

10. General Conditions


a. Invitation to Tender and/or acceptance of Bids is not to be considered as
commitment to purchase on part of COD Rawalpindi. Commandant COD
Rawalpindi reserves the right to reject any/ all of the offers without assigning
any reason or to enter into framework agreement / issue Purchase Orders to
bidders in part thereof. Decision of Commandant Central Ordnance
Rawalpindi will be final in respect of acceptance/ rejection of the bids.
b. All samples and supplies will be subject to test and inspections either by
concerned inspectorates or a board of officers constituted for the purpose
and any cost incurred on test/ inspections and stores consumed in the same
will be borne by suppliers. COD Rwp reserves the right to demand as well as
test/ inspect the sample (including destructive testing) at any time before
placing of purchase orders.
c. Successful bidders will have to complete the supplies within period as
specified in the contract/ purchase orders, failing which appropriate penalty
as decided by commandant Central Ordnance Depot Rawalpindi may be
imposed and necessary / appropriate disciplinary action may also be taken.
d. During warranty period, if fault occurs in supplied stores, then supplier will be
responsible to either rectify the faults communicated or get the faulty items/
assys/parts replaced with in 30 days of receipt of written information
(including information, communicated through digital means) in this regard
from the purchaser at the specified place which may be other than the place
where the stores were earlier delivered. Detailed instructions regarding
warranty will be covered in Framework-Agreement / Purchase Order. In
case supplier fails to rectify the faults or replace the faulty parts in a specified
time than purchaser will have the right to take disciplinary action against the
supplier and also impose penalty if considered necessary/ appropriate.
12
e. Bid samples and stores offered should be brand new, unused, as per
approved specifications, drawing and stock-samples of purchaser in form, fit
and function.
f. In case of an item that has no approved sample available with COD Rwp,
then a board of officers appointed for the purpose will evaluate the samples
together with Technical Proposal documents decide on acceptance.
g. Complete nomenclature, OEM, model, brand, country of origin and list of
accessories accompanying the item/ stores must be mentioned in technical /
financial proposals.
13
Annexure C
VENDOR PROFILE / QUALIFICATION INFORMATION

COD RWP IT NUMBER 31 / NORMAL / 2024-25

1. Bidders Name:
(Name of Company / Firm / Business as indicated in registration documents must
be mentioned)
2. Bidders Principal Telephone Contact
(An active land-line and/or cell number must be provided. All messages related to
bidding and subsequent contract / Purchase Orders will be communicated through
this contact number. Bidder retains all responsibility for missing any communication
due to non-availability or no response from the given number)
3. Type of Business / Company / Firm:
(Please declare and specify whether Govt, Semi-Govt, Private, Limited, Partnership
/ Cooperative, JV, Consortium and whiter listed on Stock Exchange or otherwise.
Documentary proof must accompany the declaration).
4. Owner / Owners :
(CNIC No, Copy of CNIC, Position/Appoint Title within the organization structure of
Company/ Firm, Name, Father’s Name and in case of multiple owners / partners,
information and documentation for all must be provided)
5. Chief Executive
(CNIC No, Copy of CNIC, Position/Appoint Title within the organization structure of
Company/ Firm, Name, Father’s Name must be provided)
6. Person Authorized to Sign Bid / IT Documents, Contracts and All Related
Correspondence.
(Name, CNIC, Contact Number of the person authorized by the company/firm/entity
to sign the Bid / IT Documents must be mentioned and an Authority Letter in shape
of Notarized Power of Attorney signed by owner (by all partners in case business is
owned by multiple owners/partners) authorizing such person to sign and submit
bids/IT Documents, contracts and affiliated correspondence on behalf of the
company/firm/entity must be provided)
7. Photograph and Copies of CNICs of Owners, Partners, CEO, Directors of the Firm /
Company / Entity and Authorized Persons for signing the bids (duly attested) must
be provided.
8. Total Employees / Staff in the Business / Company / Firm.
(List of Names of Staff of Business / Company / Firm Staff other than Owner,
Partner, CEO, Directors and mention their Name, Address, CNIC No, Contact No
and Appointment within the organization. Govt entities are not required to provide
this information)
9. Year of Establishment of the Business / Company / Firm.
10. Year of Incorporation of the Business / Company / Firm.
11. Principal Field of Business of the Company / Firm.
12. Physical Address of the Business / Company / Firm.
(Mention all addresses, if offices / facilities are located at more than one location.
Indicate whether the Offices / Facilities are located on Owned Land or Leased. In
case of Owned Landed provide documentary proof of ownership and in case of
lease / rent provide copy of rent/lease agreement. Govt entities are not required to
provide such proof documents)
13. Email Address and Website of the Company / Firm / Entity.
14. NTN Registration No. (Must Attach Copy of NTN Registration/Certificate)
15. GST Registration No. (Must Attach Copy of NTN Registration/Certificate)
16. SECP Registration No. (Must Attach Copy of NTN Registration/Certificate)
17. PEC Registration No. (Must Attach Copy of NTN Registration/Certificate)
14
18. DGDP, DGP(Army), DP-Navy, DP-Air, Any COD / Ordnance Depot registration
(Proof and supporting document must be provided and items / equipment for which
indexed / registered must be mentioned)
19. Income Tax and GST Returns of Last Three Years (Showing Complete Details).
20. Proof of being Active Taxpayer on ATL of FBR.
21. Annual Revenue of the Firm / Company / Business
22. Bank Branch, Branch Code, IBAN Account Number
(Required for Registration and Subsequent Billing. In case of multiple
banks/accounts, mention each separately)
23. Bank Statement showing last one year transactions and current balance (in case of
multiple accounts, submit separate statements for each account)
24. List of Projects Undertaken by the Business / Company / Firm in last three years
and dates of their award and completion.
25. Details of Previous Experience of Working With DGDP, Army/Navy/Air force, FC
(KP), FC (Balochistan) and other LEAs. List the projects undertaken, provide name,
appointment and contact number of officer overseeing such projects and attach
documentary proof/ Purchase Orders.
26. If affiliated with a foreign firm / company / principal, provide complete details of the
firm/company / business and documentary proof of the relationship with the foreign
principal.
(Relationship with Foreign Principal is liable for verification by COD Rwp through
Embassies of Pakistan / Attaché Defense Procurement offices abroad)

Required Details Of Foreign Firm / Principal Remarks


Name of Firm
Country
Complete address of firm/ head office including contact person
Factory(s) manufacturing facility address (if applicable)
Firm Profile / Web Address / Email
Liaison office/ supporting firms address in Pakistan
Details of Works/ projects already completed in Pakistan (if
any)
Designated person authorized to act on behalf of Firm
(Appointment, Name, CNIC / Passport No)
Banker(s) in Pakistan
Registration certificate with any Defense Procurement body in
Pakistan (if any)
15
Annexure D
FINANCIAL PROPOSAL

COD RWP IT NUMBER 31 / NORMAL / 2024-25


Note: Italic text in this format is to help the bidder in filling of this proposal. Please delete
the text while filling the format

IT No: COD RWP IT NUMBER 31 / NORMAL / 2024-25

Name of Project: Purchase of Ord Store Equipment

Date of Submission of Financial Proposal: [insert date (as day, month and year) of Bid
submission]

To: Commandant Central Ordnance Depot


Fort Road
Rawalpindi

1. We, the undersigned Bidder, hereby submit the second part of our Bid, the
Financial Proposal. In submitting our Financial Proposal we make the following
additional declarations:
a. Prices quoted are inclusive of all taxes, duties, FE conversion rates as
applicable and are valid till 30 June 2025.
b. We have furnished Bid Security equal to 5% of estimated bid value.
c. We understand that this Bid, together with your written acceptance thereof
of our Technical Offer at the rate/price mentioned in your Letter of
Acceptance, shall constitute a binding contract between us, until a formal
contract/frame work agreement is prepared and/or Purchase Orders
executed.
d. Any amendment in our bid, changes to the commitments made therein
and/or refusal to undertake the contract on our part, after issue of Letter of
Acceptance from your side will render the Bid Security amount confiscated
in favor of Central Ordnance Depot Rawalpindi.
e. We accept to conclude a framework agreement with you if our bid is
accepted and to receive Purchase Orders from multiple Ordnance Depots /
Central Ordnance Depot across Pakistan and receive payment against
goods / equipment delivered in response to the above mentioned Purchase
Orders via various / respective CMAs (Controllers of Military Accounts)
offices across Pakistan.
2. We accept to deliver all the stores/equipment at the price quoted in this bid, DDP
Incoterms at Rawalpindi, without claiming any additional transportation / handling cost.

Name of the Bidder: [insert complete name of the Bidder/Company/Firm]

Name of the person duly authorized to sign the Bid on behalf of the Bidder:
[insert complete name of person duly authorized to sign the Bid and also attach
notarized letter of authority from the owner/chief executive/chairman board of
directors, authorizing the person to sign the bid]
Title of the person signing the Bid: [insert complete title of the person signing the Bid]

Signature of the person named above: [insert signature of person whose name
and capacity are shown above]
16
Date signed [insert date of signing] day of [insert month], [insert year]
17

FINANCIAL PROPOSAL
(PRICE SCHEDULE)
IT No : COD RWP IT NUMBER 31 / NORMAL / 2024-25
Name of Bidder :Insert complete name of the Bidder/Company/Firm
Date of Submission :Insert Date On Which Bid / IT Documents Are Being Submitted
Ser Nomenclature Accounting Country Qty Unit Price Total Cost Remarks
Unit of Origin (Inclusive of All (Inclusive of All
Taxes, Duties) Taxes, Duties)
1. Thermometer Digital for 4000
hospital use (Life Care or
equivalent)
Hardware Tech data/ specs
2. RAM (for Desktop PC) 10 be collected
3. Hard Disk Drive (for Desktop 5 from LP office.
PC)
4. Router 1
5. Workstation (Desktop PC) 1
6. Power Supply 1
7. Logic Analyzer 1
8. Network Isolation Eqpt (layer 3 1
Switch
9. ESD Protection Eqpt 1
10. ESD Protection Eqpt 1
11. Key Mgmt Sys (KMS) 1
12. Firewall 1
13. NGN Firewall 3
14. Storage Soln (NLSAS) 1
15. Microchip Programmer 1
16. SD Card Reader/ Writer 1
17. 24 Ports Switch (48 ports 1
panel)
18. Router 1
18

19. Liquid Cooling for RTX 4090 1


GPU
20. GPU Card 4
21. Satellite Dish TV 1
22. NAS Soln alongwith with Hard 2
drives
23. Gen Set 2
24. Layer 3 Switch 1
25. Atola task Force 1
26. PC 3000 2
27. E3 Universal test bench 3
28. Huawei idea Hub 86 Inch 1
29. UPS Btys 100
30. Laptop Bags 70
31. Cat-6 Cable Roll 10
32. HDMI Cable 10
33. HDMI Cable 10
34. HDMI Splitter 10
35. Multipurpose Adopter 50
36. Network Cable Tester 5
Software
37. IDA Pro (Window) 2
38. Nord VPN 1
39. Metasploit Pro 1
40. Cobalt Strike 1
41. Themida 1
42. VM Protector Pro 1
43. Katalon pro 1
44. Burposuite Pro latest Ver 1
45. Network Isolation Eqpt 1
46. Axiom 2
47. Recon Lab 1
19

48. Belka soft 1

Online Platform Subs

49. Hydra Forums 1


50. Exploit.in 1
51. Leakbase 1
52. Telegram Premium 2
53. OSINT BOT 2
54. Intelx 1
55. Pimeyes 1
56. Shodan 1
57. Single Hire 1
58. Cursor 1
59. OSINT Industries 1
60. ChatGPT4 1
61. TweetDeck 1
62. Maldev 1
63. Evilginx 1
64. Censys 1

 Breakdown of prices/cost to be provided where required


 Please write No Bid in front of items which are not being quoted without altering the format and contents of this sheet.
 In case of Accessories / Additional Equipment Required for Installation as per the Deployment Architecture Design mentioned in
Technical Specifications please attach additional paper-sheet for listing details and mention Unit Price and Total Cost against
each item
 If alternative item/equipment is being mentioned, please enter rates here for the exact item as mentioned in this sheet and attach
additional paper-sheet for listing alternate items and mention Unit Price and Total Cost for each alternate item.
 Do not alter the format and contents of this sheet and if any additional information/amendment regarding Financial Proposal is
deemed to be provided, please attach additional paper-sheet.
20
Annexure E
TECHNICAL PROPOSAL

COD RWP IT NUMBER 31 / NORMAL / 2024-25

Note: Italic text in this format is to help the bidder in filling of this proposal. Please
delete the text while filling the format

IT No: COD RWP IT NUMBER 31 / NORMAL / 2024-25

Name of Project: Purchase of IT Equipment

Date of Submission of Financial Proposal: [insert date (as day, month and year) of
Bid submission]

To: Commandant Central Ordnance Depot


Fort Road
Rawalpindi

1. We, the undersigned Bidder, hereby submit our Technical Proposal in


response to above mentioned IT.

2. We have received/collected complete set of IT papers from COD


Rawalpindi, examined them and have no reservation and/or unanswered
queries, regarding the IT documents.
3. Technical and Financial Proposals are being submitted in two separate
sealed envelopes. Third envelope containing our Vendor Profile / Qualification
Information is also being submitted separately.
4. We meet the eligibility criteria for bidders as specified in IT documents
and the stores/goods/equipment being offered by us conform to the Schedule
of Requirements, Technical Specifications and Delivery Period, as mentioned
in IT documents. We have attached all technical details including
data/brochures/drawing/specifications/Country of Origin and OEM, Brand
Information for evaluation of the items being offered in our bid. Sample of the
Item and equipment being bidded has also been provided for technical
scrutiny.

5. In case of alternatives equivalent to the stores/good/equipment asked


vide this IT are being offered, we have attached complete information to prove
its compatibility with the Technical Specifications given in this IT to enable
subsequent evaluation of the alternative by y o u . Technical specifications,
breakdown of prices, delivery schedule and other relevant details for the
alternatives / equivalents being offered are being provided in our Technical and
Financial Proposals. Onus of any deficiency is on us.

6. Our bid is valid till 30 June 2025.We accept to conclude a framework


agreement with you if our bid is accepted and to receive Purchase Orders from
multiple Ordnance Depots / Central Ordnance Depot across Pakistan and receive
payment against goods / equipment delivered in response to the above mentioned
Purchase Orders via various / respective CMAs (Controllers of Military Accounts)
offices across Pakistan.
21
7. We accept to deliver all the stores/equipment, DDP Incoterms at Rawalpindi. All
equipment being offered shall be under 1 year warranty guarantee unless specified
otherwise in our proposal.
Name of the Bidder: [insert complete name of the Bidder/Company/Firm]

Name of the person duly authorized to sign the Bid on behalf of the Bidder:
[insert complete name of person duly authorized to sign the Bid and also attach
notarized letter of authority from the owner/chief executive/chairman board of
directors, authorizing the person to sign the bid]
Title of the person signing the Bid: [insert complete title of the person signing the
Bid]

Signature of the person named above: [insert signature of person whose


name and capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]

You might also like