0% found this document useful (0 votes)
82 views20 pages

Job - Tender Invitation Bid Response NFI Kits

Relief International is inviting bids to provide non-food item kits on a long-term fixed price agreement. The invitation to tender details an April 2022 period with a bid submission deadline of May 11, 2022. Bidders must submit completed bid forms, certificates, and a 3% tender guarantee. Relief International will evaluate bids based on legal registration, price, quality, references, and delivery time to award the contract by June 6, 2022.

Uploaded by

Naveed Shah
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)
82 views20 pages

Job - Tender Invitation Bid Response NFI Kits

Relief International is inviting bids to provide non-food item kits on a long-term fixed price agreement. The invitation to tender details an April 2022 period with a bid submission deadline of May 11, 2022. Bidders must submit completed bid forms, certificates, and a 3% tender guarantee. Relief International will evaluate bids based on legal registration, price, quality, references, and delivery time to award the contract by June 6, 2022.

Uploaded by

Naveed Shah
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/ 20

Relief International

Office No. 106, Shah Tower


Sector E-11/2 Islamabad, Pakistan

April 13, 2022

Dear Sir / Madam,

Relief International (RI) in Pakistan invites your submission of a financial bid to provide goods in accordance with
the conditions detailed in the attached documents. RI seeks a supplier to have for a fixed long term price
agreement for NFI Kit.

The Invitation to Tender (ITT) details are as follows:


Subject of Tender: NFI Kit
ITT Period: April 2022
ITT Closure Date and Time: 11th May 2022 5:00 PM
Minimum validity period: 04 Months

This ITT document contains the following:


 This Cover Letter
 Annex A RI Bid Form – Invitation to Bid No. PAK/ISB/2022/002
 Annex B Tender and Contract Award Acknowledge Certificate
 Annex C Conditions of Tendering
 Annex D General Conditions of Contract (which will be signed by the successful Bidder)
 Annex E Bill of Quantities / Scope of Work

The following documents must be submitted in a hard copy in a sealed envelope for your Bid to be accepted by
the Tender Opening Committee:

1. The attached RI Bid Form (Annex A) must be completed and submitted in accordance with Annex C. The
Delivery Period and Country of Origin must also be shown on the Bid Form.
2. Completed Bill of Quantities (Annex E).
3. The attached Tender and Contract Award Acknowledgement Certificate (Annex B) must completed and
be duly signed by an authorized company representative and submitted in accordance with Annex C.
4. Copies of official company/organization registration documents and essential certificates.
5. With the tender documents 3% of the bid amount call deposit in favor of Relief International as Tender
Guarantee is a mandatory requirement. Without call deposit (of 3% of tender amount), quotations will
not be accepted.

Full package of bid documents must be submitted in a sealed envelope; the only information on the envelope
should be the following:

Relief International Pakistan Office


ITT Reference: PAK/ISB/2022/002 (NFI Kit)
Office No. 106, Shah Tower, Sector E-11/2
Islamabad Pakistan.
[PAK/ISB/2022/002]
Page 1
Full bid submissions must be received at the address above no later than [11th May 2022 05:00 PM] Local
Time. Failure to meet the closing date/time may result in the tender being void. Returned bids must remain
valid for consideration for a period of not less than 60 days from the closing date.

All clarifications and questions should be addressed to: [email protected]

Yours faithfully,

Tender Committee
Relief International

PROVISIONAL TIMETABLE

Activity Date
Issue Tender Notice and Invitation to Tender 16-April-2022
Last date for receiving queries/clarification 27-April-22
Return of tenders (Closing Date) 11-May-2022
Bid clarifications as required (Sample Verification) 27-May-2022
Award Contract 06-June-2022

AWARD CRITERIA

a) ESSENTIAL CRITERIA
Award of the contract will be evaluated and scored based on the following criteria:
 Valid Legal registration to work in country of operation (proven registration and Tax ID)
 Prices demonstrate an economically advantageous position for Relief International
 Products quality, origin (allowed by government of Pakistan)
 At least 03 satisfactory client references from the organizations for similar supply of items.

b) PREFERRABLE CRITERIA
The following criteria are considered quite important in the evaluation of this tender:
 The financial sustainability of Bidder
 Delivery lead Time

[PAK/ISB/2022/002]
Page 2
ANNEX A
Part One: RI BID FORM – Invitation to Bid No: PAK/ISB/2022/002
RI to complete Bidder to complete
Description of Offered specification
Quantity Quantity
# Good / Service Summary of the requested good /service (if different from Unit price Total Price
required offered
for bid required)
2-Ply,size 3.1’x 2.1, weight 830 to 870g with
1 Kids Blanket 500
Packing Box
Size 7’ x 4.8’,weight 3.7 to 4.1 kg with
2 Polyester Quilts 500
packing
Polyester pillows with cotton , weight 1000 500
3 Pillow
Gram with packing
Plastic woven Floor Mate Size 15’x12’ not 500
4 Floor/plastic mate
less than 7 kg(Fresh Plastic)
High quality DP-LED Rechargeable Torch, 90 500
Rechargeable/ Lumen, LED Power 1-W,
5
light 800 mAh, Max Runtime 8 -9 Hour with
Packing Box
Oral-B or equivalent Tooth Brush 3d 500
6 Tooth Brush
Advantage White,/Shield Angular
Colgate /Sparkle or equivalent, Weight 200 500
7
Tooth Paste Gram
500
Bonus or equivalent Washing Powder
8 Washing Powder,
Touch Of Freshness Downy 1 kg,
for Clothes,
Max/Vim or equivalent Soap Anti-germ 500
9 Utensil Soap,
Dish, Wash Bar (265gm)
New Robin or equivalent Liquid Bleach 500
10 Liquid Bleach
(fragrant) 500ml
Size 27 X 54 Bath Towel, Weight 400-500 500
11
Towel, Gram, Good Quality
12 Wiper Floor Wiper Standard Floor Wiper 23” 500

13 Garbage bag, Blue Garbage Bag Roll (Size: 18x26), 500


Size 2 with 40 piece weight (lbs) 12-18 and 500
14 Diapers
size 3 with 40 pieces weight (lbs)16-28

[PAK/ISB/2022/002]
Page 3
15 Water Cooler 20 liter plastic water cooler 500
Plastic water set, 7 pieces, ( 1 hot & cold 500
16 Water set
water jug, 6 glasses)
1 hotpot, 6 plates, 6 table spoon, 1 tea pot, 500
17 Kitchen set 6 tea cups, 1 vegetable knife, 1 cooking pot
of good stainless metal quality
2 kg portable empty LPG gas cylinder with 500
18 Gas cylinder Stove
gas stove
Kids sweater / 2 small & 3 medium size, weight 280 to 320 500
19
Clothes grams Not Uniform Color
Poly packing Bag/Sack can carry 25 kg 500
20 Packing
capacity with RI Logo
Instruction: Please fill in or provide response to the attached Bill of Please confirm you have submitted a full and detailed complete
Quantities or Scope of Work Request for Proposal. You may complete in response to the [bill of quantities or RFP Scope of Work] as provided
the format provided or on your own company letter head. in this announcement for bid.
Yes No

ANNEX B

Required Delivery Date: Delivery required within 3-4 weeks after issuance of contract/Purchase Order Offered Delivery Date: ________________

Required Delivery Destination: Peshawar Offered Delivery Destination: ________________

This Bid is valid for: 90 days Country of Origin of offered Items: __________________

Currency of Bid: PKR

Samples are available to be presented to the RI office upon request? Yes No

Do the above come with special warranties/guarantees? Yes No

[PAK/ISB/2022/002]
Page 4
Prices can be fixed for a period of 03 months or more? Yes No

Additional Questions / Considerations for Bidder Response Yes No

Can you provide certificate of analysis for all items? Yes No

Can you provide certificate of origin for all items? Yes No

Can you guarantee all items on the financial offer will be available within given time (lead time) of order? If not, please note the agreement will
include a penalty for not being able to provide items/quantities required. Yes No

Does your company have a catalogue? Yes No

Does your company have written protocol or operating procedures? Yes No

Please provide the location(s) of all warehouses:


___________________________________________
___________________________________________
___________________________________________
___________________________________________
List all professional licenses and certificates your company holds:
Please attach copies of these with your submission.
___________________________________________
___________________________________________
___________________________________________

[PAK/ISB/2022/002]
Page 5
___________________________________________

[PAK/ISB/2022/002]
Page 6
ANNEX A (PAGE 2)
Part Two: RI BID FORM – Invitation to Tender No: PAK/ISB/2022/002

BUSINESS INFORMATION

Company Name: __________________________________ Contact person: ___________________________________

Company Owner(s): __________________________________

Registration Number: TAX ID: ________________________

Address: ________________________________________ Phone No: _____________________

________________________________________ Facsimile No: ___________________

________________________________________ Email Address: ____________________________________

A duly authorized company representative. WWW Address: ___________________________________

Signed: ________________________________________ Title/Position: _____________________________________

Print Name: ____________________________________ Date: _______________________

Describe Payment Terms & Conditions: _________________________________________________________________________________________

BUSINESS REFERENCES (3 minimum)


Name of Organization Contact Person Email / Telephone Comment

[PAK/ISB/2022/002]
Page 7
ANNEX B
Tender and Contract Award Acknowledge Certificate
*This attachment must be signed and submitted with the Bid

1. In compliance with the Instructions and Conditions a. Is not bankrupt or being wound up, having its
for Invitation to Bid (Annex C), General Terms of Contract affairs administered by the courts, has not entered
(Annex D), we the undersigned, offer to provide some or into an arrangement with creditors, has not
all of the items or services quoted for, at the prices suspended business activities, is not the subject of
entered in the attached RI Bid Form, delivered to the proceedings concerning those matters, or is not in
destination specified therein. any analogous situation arising from a similar
procedure provided for in national legislation or
2. We accept the terms and conditions set forth in the regulations;
Terms and Conditions for Bid (Annex C) and the following b. Has not been convicted of an offence concerning its
requirements have been noted and will be complied with professional conduct by a judgment which has the
where applicable: force of res judicata.
a. That the freight cost if separate from the Unit price c. Has not been guilty of grave professional
shall be shown separately, which shall be the basis misconduct proven by any means;
for delivery for any contract resulting from this ITT. d. Has fulfilled its obligations relating to the payment
b. We confirm that for any offer made where the of social security contributions or the payment of
delivery destination is not as requested in the ITT, taxes in accordance with the legal provisions of the
that RI reserves the right to disregard the offer. country in which it is established or those of the
c. That conditional Bids cannot be accepted. country where the contract is to be performed;
d. That the currency of the Bid should be preferably in e. Has not been the subject of a judgment which has
US Dollars. the force of res judicata for fraud, corruption,
e. Show any discount being offered to RI (Annex C). involvement in a criminal organization or any other
f. RI reserves the right, at its own discretion: illegal activity;
 To award a contract for a lesser or greater f. Has not, following another procurement procedure
quantity than the total quantity Bid for. or grant award procedure, been declared to be in
 To reject any or all Bids and/or enter a contract serious breach of contract for failure to comply
with a Bidder other than the lowest Bidder (see with our contractual obligations.
Annex C).
g. Successful Bidders who are awarded contracts will 4. We are submitting this ITT Bid in our own right. We
be notified by the receipt of the original Purchase confirm that we are not bidding for the same contract in
Order/Contract. any other form. We confirm, as a partner in the
h. Any samples requested, either with the Bid, or at a consortium, that all partners are jointly and severally
later date, will be in accordance with the liable by law for the performance of the contract, that
specifications of the required item(s). Failure to the lead partner is authorized to bind, and receive
comply with this may result in the Bid not being instructions for and on behalf of, each member, that the
considered. performance of the contract, including payments, is the
i. We confirm that the validity of this offer is for the responsibility of the lead partner, and that all partners in
calendar days reflected in Annex A and are from the the joint venture/consortium are bound to remain in the
date of the ITT closure. joint venture/consortium for the entire period of the
j. We agree to the terms and conditions set forth in contract's performance.
the RI General Terms of Contract (Annex D)
k. We certify that the below mentioned company has 5. We are not in any of the situations excluding us from
not engaged in corrupt, fraudulent, collusive, or participating in contracts that are listed in the Terms and
coercive practices in competing for, or in executing, Conditions for Bid (Annex C). In the event that our Bid is
any Contracts. successful, we undertake to provide the proof usual
l. We agree to abide by the RI Child Protection Policy under the law of the country in which we are established
and Reporting of Misconduct. that we do not fall into the exclusion situations listed.
The date on the evidence or documents provided will be
3. We further certify that the below signed company: no earlier than 180 days before the deadline for

[PAK/ISB/2022/002]
Page 8
submission of Bids and, in addition, we will provide a We agree to the above terms and conditions.
sworn statement that our situation has not altered in the
period which has elapsed since the evidence in question Submitted by:
was drawn up.

We also understand that if we fail to provide this proof Company Name


within 15 calendar days after receiving the notification of
award, or if the information provided is proved false, the
Place
award will be considered null and void.

6. We will inform RI immediately if there is any change Date


in the above circumstances at any stage during the
implementation of the contract. We also fully recognize
and accept that any inaccurate or incomplete Title/Position
information deliberately provided in this application may
result in our exclusion from this and other contracts
Print Name
funded by the Donor.

7. We note that RI is not bound to proceed with this ITT Signature


and that it reserves the right to award only part of the A duly authorized company representative
contract. It will incur no liability towards RI should it do
so. Company Stamp

[PAK/ISB/2022/002]
Page 9
ANNEX C
Terms and Conditions of Tendering

1. Submission of Bids Origin, Quantities, Bids


Bid Form The country of origin of the items bided for must be
Bids must be submitted in a hard copy of the attached clearly stated. As far as possible Bids should be for the
Bid Form (Annex A), in a sealed envelope, addressed and full RI quantity required.
delivered to the address in the cover page. Bids must be
received before the indicated time and date as set forth The Bid Form must be completed in all other respects
in the cover page. when Bids for particular items are not submitted. This
should be clearly indicated on the Bid Form i.e. a line
Bids submitted by email, fax, mail or courier are at the drawn through those items not being Bid for.
Bidders risk and RI takes no responsibility for the receipt Explanations, which may be deemed necessary should be
of such Bids. clearly set out and will be considered as an integral part
of the Bid.
Bidders are solely responsible for ensuring that the full
Bid is received by RI in accordance with the ITT Presentation
requirements, prior to the specified date and time above. Bids should be typewritten; if hand written they should
RI will consider only those portions of the Bids received be clearly legible. Prices entered in lead pencil will not be
prior to the closing date and time specified and that any considered. All erasures, amendments, or alterations
Bids received after that time will not be considered. must be initialed by the signatory to the Bid. Do not
submit blank pages of the Bid Form and/or schedules
2. Submission of Samples which are unnecessary for your offer. A completed
If you are requested to submit samples of the items duplicate of the Bid Form should be retained by the
offered, then failure to do so may render your Bid invalid. Bidder for record purposes. All documentation must be
Samples submitted should each be clearly marked with written in English. All Bids must be signed by a duly
the same item number which is used on the RI Bid Form authorized representative of the Bidder.
(Annex A). Sample packaging must be clearly marked
‘Samples’ with the ITT number and the Bidder’s name Lots
etc. If the ITT is divided into Lots then the Bidder may bid for
one or all Lots. Each lot will form a separate contract and
3. Completion of Bid Form the quantities indicated for different Lots will be
Prices Quoted indivisible. The Bidder must offer the whole of the
Offers of discount other than for prompt payment will be quantity or quantities indicated for each Lot. Bids for part
a consideration in award of contracts. of a Lot will not be considered.
Where freight is quoted it must be via a mode consistent If the Bidder is awarded more than one Lot, a single
with the temperature requirements of the goods. contract may be entered into covering all those Lots.

Currency If the items have not been divided into Lots then Bids
The currency of the Bid should preferably be in PKR. must be for the entirety of the quantities indicated.
However, if other currencies are used they should be
clearly indicated e.g. Euro, USD, JOD, etc. Split Awards
RI reserves the right to split awards.
Language
The Bid Form, all correspondence and documents related 4. Correspondence
to the ITT exchanged by the Bidder and RI must be in All communications from Bidders to RI relating to the
English. tender must be in writing and addressed to the email
identified in the Cover Letter. Any request for
Packaging information should be received at least 5 days before the
Packaging shall be of International shipping standard, Closing Date, as defined in the Invitation to Tender.
strong quality, and suitable for shipment. Responses to questions submitted by any Bidder will be

[PAK/ISB/2022/002]
Page 10
circulated by RI to all Bidders to ensure fairness in the
process. 9. Confidentiality
This ITT or any part hereof, and all copies hereof must be
5. Prices returned to RI upon request. It is understood that this ITT
Tendered prices must be shown as both inclusive of and is confidential and proprietary to RI, contains privileged
exclusive of any Value Added Tax chargeable or any information, part of which may be copyrighted, and is
similar tax (if applicable). communicated to and received by Bidders on the
condition that no part thereof, or any information
6. Validity Period concerning it may be copied, exhibited, or furnished to
Bids shall be valid for at least the minimum number of other without the prior written consent of RI, except that
days specified in the ITT from the date of Bid closure. In Bidders may exhibit the specifications to prospective
the event that a Bidder is in a position to extend the subcontractors for the sole purpose of obtaining offers
validity of his offer for a limited period beyond the from them. Notwithstanding the other provisions of the
required minimum, this should be stated on the Bid ITT, Bidders will be bound by the contents of this
Form. RI reserves the right to determine, at its sole paragraph whether or not their company submits a Bid
discretion, the validity period in respect of Bids which do or responds in any other way to this ITT.
not specify any such maximum or minimum limitation.
10. Collusive Bidding and Anti-competitive Conduct
7. Acceptance Bidders and their employees, officers, advisers, agent or
RI reserves the right, at its sole discretion, to consider as sub-contractors must not engage in any collusive bidding
invalid or unacceptable any Bid which is a) not clear; b) or other anti-competitive conduct or any other similar
incomplete in any material detail such as specification, conduct, in relations to:
terms delivery, quantity etc.; or c) not presented on the » The preparation of submission of Bids,
Bid Form – and to accept or reject any amendments, » The clarification of Bids,
withdraws and/or supplementary information submitted » The conduct and content of negotiations,
after the time and date of the ITT Closure. » Including final contract negotiations,
In respect of this ITT or procurement process, or any
8. Award of Contracts other procurement process being conducted by RI in
This ITT does not commit RI to award a contract or pay respect of any of its requirements.
any costs incurred in the preparation or submission of
Bids, or costs incurred in making necessary studies for For the purpose of this clause, collusive bidding, other
the preparation thereof, or to procure or contract for anti-competitive conduct, or any other similar conduct
services or goods. Any bid submitted will be regarded as may include, among other things, the disclosure to,
an offer made by the Bidder and not as an acceptance by exchange or clarification with, any other Bidder, person
the Bidder of an offer made by RI. No contractual or entity, of information (in any form), whether or not
relationship will exist except pursuant to a written such information is commercial information confidential
contract document signed by a duly authorized official of to RI, any other Bidder, person or entity in order to alter
RI and the successful Bidder. the results of a solicitation exercise in such a way that
would lead to an outcome other than that which would
RI may award contracts for part quantities or individual have been obtained through a competitive process.
items. RI will notify successful Bidders of its decision with
respect to their Bids as soon as possible after the Bids are 11. Improper Assistance
opened. RI reserves the right to cancel any ITT, to reject Bids that, in the sole opinion of RI, have been compiled:
any or all Bids in whole or in part, and to award any » With the assistance of current or former employees
contract. of RI, or current or former contractors of RI in
violation of confidentially obligations or by using
Suppliers who do not comply with the contractual terms information not otherwise available to the general
and conditions including delivering different products public or which would provide a non-competitive
and of different origin than stipulated in their Bid and benefit,
covering contract may be excluded from future ITTs. » With the utilization of confidential and/or internal RI
information not made available to the public or to
the other Bidders,

[PAK/ISB/2022/002]
Page 11
» In breach of an obligation of confidentially to RI, or Withdrawal of a Bid may result in your suspension or
» Contrary to these terms and conditions for removal from the RI suppliers List.
submission of a Bid, shall be excluded from further
consideration. A Bidder may modify its Bid prior to the ITT closure. Any
such modification shall be submitted in writing and in a
Without limiting the operation of the above clause, a sealed envelope, marked with the original Bid number.
Bidder must not, in the absence of prior written approval No modification shall be allowed after the ITT closure.
from RI, permit a person to contribute to, or participate
in, any process relating to the preparation of a Bid or the 15. Late Bids
procurement process, if the person has at any time All Bids received after the ITT closure will be rejected
during the 6 months immediately preceding the date of except if the delay is determined by RI to have been due
issue of this ITT was an official, agent, servant, or to a valid reason. However, any bid received after the
employee of, or otherwise engaged by, RI and was start of the Bid opening shall be rejected without
engaged directly, or indirectly, in the planning or exception.
performance of the requirement, project, or activity to
which this ITT relates. 16. Opening of the ITT
The ITT will be opened by the RI Tender Opening
12. Corrupt Practices Committee. This may or may not be deemed an open
All RI Bidders and Suppliers shall adhere to the highest session with invitations to bidders.
ethical standards, both during the procurement process
and throughout the performance of a contract. At the tender opening, the Bidders' names, the Bid
prices, written notifications of modification and
13. Conflict of Interest withdrawal, the presence of the requisite Bid guarantee
A Bidder must not, and must ensure that its employees, and such other information as RI may consider
officers, advisers, agents or subcontractors do not place appropriate will be announced.
themselves in a position that may, or does, give rise to
an actual, potential or perceived conflict of interest After the opening of the ITT, no information relating to
between the interests of RI and the Bidder’s interests the examination, clarification, evaluation and comparison
during the procurement process. of Bids, or recommendations concerning the award of
the contract can be disclosed.
If during any stage of the procurement process or
performance of any RI contract a conflict of interest Any attempt by a Bidder to influence the Evaluation
arises, or appears likely to arise, the Bidder must notify RI Committee in the process of examination, clarification,
immediately in writing, setting out all relevant details of evaluation and comparison of tenders, to obtain
the situation, including those cases in which the interests information on how the procedure is progressing or to
of the Bidder conflict with the interests of RI, or cases in influence RI in its decision concerning the award of the
which any RI official, employee or person under contract contract will result in the immediate rejection of the
with RI may have, or appear to have, an interest of any tender
kind in the Bidder’s business or any kind of economic ties
with the Bidder. The Bidder must take steps as RI may 17. Evaluation of Bids
reasonably require to resolve or otherwise deal with the Administrative Conformity
conflict to the satisfaction of RI. Bids will be checked to determine if they comply with the
essential requirements of the ITT. A Bid is deemed to
14. Withdrawal/Modification of Bids comply if it satisfies all the conditions, procedures and
Requests to withdraw a Bid shall not be honored. If the specifications in the ITT without substantially departing
selected Bidder withdraws its Bid, RI shall duly register from or attaching restrictions with them. If a Bid does not
the said Bid and shall evaluate it alongside all other comply with the ITT, it will be rejected immediately and
received Bids. If the selected Bidder has furnished a Bid may not subsequently be made to comply by correcting it
security, RI shall withhold such Bid security until the issue or withdrawing the departure or restriction.
has been resolved.

[PAK/ISB/2022/002]
Page 12
Technical Evaluation any Bid has been opened, the sealed envelopes will be
The Evaluation Committee will rule on the technical returned, unopened, to the Bidders
admissibility of each Bid, classifying it as technically
compliant or non-compliant. The technical evaluation will The ITT may be cancelled in the following situations:
be based on the information and documents annexed in » where no qualitatively or financially worthwhile Bid
the Bid concerning both the task to be carried out under has been received or there has been no response at
the ITT, and the professional ability of the Bidder. all;
» the economic or technical parameters of the project
Financial Evaluation have been fundamentally altered;
The Evaluation Committee will not necessarily choose on » exceptional circumstances or force majeure render
the basis of lowest price alone but will award a contract normal performance of the project impossible;
on the basis of criteria such as best value for money, » all technically compliant Bids exceed the financial
price, quality, and compliance with international norms, resources available;
delay for delivery and other criteria, as defined in the ITT. » There have been irregularities in the procedure, in
The experience of the Bidder in the performance of particular where these have prevented fair
similar contracts may also be criterion for selection. competition.

18. General Conditions of Contract In no circumstances will RI be liable for damages,


All Bidders must acknowledge that the RI General whatever their nature (in particular damages for loss of
Conditions of Contract for the Procurement of Goods, or profits) or relationship to the cancellation of an ITT, even
Services, or Works, as applicable, are acceptable. if RI has been advised of the possibility of damages. The
publication of a procurement notice does not commit RI
19. Cancellation of the ITT to implement the programme or project announced.
In the event of ITT cancellation, Bidders will be notified
by RI. If the ITT is cancelled before the outer envelope of

[PAK/ISB/2022/002]
Page 13
ANNEX D
GENERAL TERMS OF CONTRACT
currency at the official rate of exchange on the date of
1. Insurance Coverage. RI assumes no liability for acci- purchase.
dents or injury to CONTRACTOR or their staff during
the performance of work under this Contract. It is 6. Delivery: Contractor shall deliver the goods in
CONTRACTOR’s obligation to make sure that it has accordance with the conditions of the Agreement. The
the necessary comprehensive general liability, goods shall be at the risk of the Contractor until their
medical and evacuation insurances in place. provisional acceptance. Delivery shall be deemed to have
been made when there is written evidence available to
2. Audit. Contractor agrees to establish and maintain both Parties that delivery of the supplies has taken place
reasonable accounting measures that would enable in accordance with the terms of the Agreement, the
RI to readily identify Contractor’s assets, expenses, invoice(s) and all such documentation.
costs of goods, and use of funds. RI shall have the
right, at its own expense, to audit and review any 7. Confidentiality and Non-disclosure: Contractor agrees to
financial or operational information of Contractor, or keep confidential and not to disclose, without the prior
any data collected from the field relating to the work written approval of RI’s Country director, any
performed. Additionally, Contractor may be subject information or data confidential to RI.
to audit requirements by authorized representatives
of the prime contractor or award agency relating to 8. Special Indemnification. Contractor, at Contractor’s own
this agreement, under the control of RI expense, shall defend, indemnify, and hold harmless RI,
its licensees, consultants, and agents from any claim,
3. Relationship of the Partners: The signatory parties demand, cause of action, and liability, including
of the present Contract are independent attorney’s fees, to the extent Contractor acted
organizations and are not agents of each other, joint intentionally or with gross negligence to infringe or
ventures, or partners. Neither party is authorized or violate the patent, copyright, license, or other
empowered to act on behalf of the other with regard proprietary right of a third party.
to any contract, warranty, or representation as to
any matter. Each party will maintain sole and 9. General Indemnification: Each party shall indemnify
exclusive control of its own personnel and and save harmless the other party from and against
operations. any loss, expense, including attorney’s fees, or claim
asserted by third parties for damage to third party
4. Ownership of Work Product: Ownership of all RI tangible property, or for bodily injury, or both,
concepts, ideas, procedures and technologies that RI has arising out of the activities being implemented under
either partially or fully developed prior to the effective this Contract.
date of this Contract shall be and remain the exclusive
property of RI. Any documents, recordings, speeches, 10. Force Majeure: Neither party shall be liable for a
photographs, manuals, plans, program designs, failure to carry out the activities under this Contract
proposals, research materials, charts, maps, audiovisuals because of any unforeseeable event beyond its
and other material or devices, articles or manuscripts or reasonable control and not caused by the fault or
public relations material or any other products negligence of such party, which causes such party to
requested or required by RI as part of Contractor’s job be unable to perform its obligations under the
will remain completely as the exclusive property of RI. Contract (and which it has been unable to overcome
by the exercise of due diligence).
5. Supplies, Equipment, Materials and Procurement. All
non-expendable equipment furnished or financed by RI 11. Governing Law: The construction, validity,
shall remain the property of RI and shall be returned by performance and effect of this Contract for Services
Contractor to RI within thirty (30) days of the expiration shall be governed by the laws applicable to Pakistan
or termination of the present Contract unless otherwise with regard to all purposes related to this Contract.
agreed upon between the Parties. Non-expendable
equipment is defined as an item which has a purchase 12. Severability: Each provision of this Contract is
price of US $1,000 or more, or the equivalent in local severable. If one provision is declared void, illegal or

[PAK/ISB/2022/002]
Page 14
unenforceable, the remaining paragraphs shall retain parties. The amended or revised clauses shall
their full force and effect. become effective from the date of their adoption.

13. Termination: Either of the signatory parties may 18. Assignment/Sub-contracting: Contractor shall not
terminate this Contract for cause at any time, in assign this Contract, in whole or in part, without the
whole or in part, upon one week advance written prior written consent of RI. With RI’s written
notice to the other, whenever it is determined that consent. Contractor may subcontract some or all of
the party has failed to comply with the terms and the services required under this Contract for
conditions of this Contract. The terminating party Services.
shall provide written explanation of the basis for its
determination and subsequent actions to be taken
by either party within 5 calendar days of its 19. Anti-Terrorism Certification. Contractor must
notification to terminate or suspend the Contract. not engage in transactions with, or provide
The parties may also agree mutually to terminate resources or support to, individuals and
this Contract at any time, in whole or in part, if both organizations associated with terrorism,
parties agree that the continuation of the Contract including those individuals or entities that
would not produce beneficial results. The terms of appear on the Specially Designated Nationals
this Contract will remain in effect until the date of and Blocked Persons List maintained by the U.S.
termination. Treasury (online at:
http://www.treasury.gov/resource-
14. Notwithstanding any other provision in this Agreement, center/sanctions/SDNList/Pages/default.aspx)
Contractor understands and agrees that RI has no or the United Nations Security designation list
obligation to provide Contractor with work or any (online at:
minimum hours. This Contract for Services shall not be http://www.un.org/sc/committees/1267/aq_s
deemed terminated as a result of any lack of work. anctions_list.shtml).
Termination or expiration of this Contract shall not affect
Contractor‘s continuing obligation under Sections 8, 9, 20. Lobbying Certification. Contractor certifies that
and 11 of this Contract relating respectively to ownership it will not and has not used any funds received
of work, confidentiality, non-disclosure and directly or indirectly from the U.S. Government
indemnification. to pay any person or organization for influencing
or attempting to influence an officer or
15. Compliance with Laws: In the course of employee of any agency, a member of U.S.
performance hereunder, the parties shall comply Congress, officer or employee of Congress, or an
with all applicable local, state and federal laws and employee of a member of Congress in
regulations. Contractor is reminded that U.S. connection with obtaining this Contract or any
executive order and U.S. law (including, without other U.S. government funded project.
limitation, the USA Patriot Act) prohibit transactions
associated with terrorism. It is the legal 21. Access to Books and Records. RI, USAID, and
responsibility of Contractor to ensure compliance the Comptroller General of the United States, or
with such executive order and law. any of their duly authorized representatives,
shall have access to any books, documents,
16. Arbitration: If any dispute in connection with this papers and records of Contractor which are
Contract for Services arises between the parties, and directly pertinent to this Contract for the
such dispute cannot be amicably resolved by the purpose of making audits, examinations,
parties despite diligent efforts thereto, such claim or excerpts and transcriptions.
dispute shall be submitted to the Pakistan
specialized courts which are the only authority to
refer to in case of any disagreement arises on the 22. Anti-Trafficking. The Contractor or its
terms of Contract. employees, or any Subcontractor or its
employees, must not engage in any of the
17. Amendments: The present Contract for Services may following conduct: Trafficking in persons (as
be amended or revised by mutual agreement as defined in the Protocol to Prevent, Suppress,
recorded by an exchange of letters between the and Punish Trafficking in Persons, especially

[PAK/ISB/2022/002]
Page 15
Women and Children, supplementing the UN afforded the employee whistleblower rights and
Convention against Transnational Organized protections provided under 41 U.S.C. § 4712.
Crime) during the period of this Contract; The Contractor must not require its employees
or sub-contractors to sign or comply with
Procure a commercial sex act during the period of this internal confidentiality agreements or
Contract .Use forced labor in the performance of the statements that prohibit or otherwise restrict
Contract; or employees or sub-contractors from lawfully
Commit acts that directly support or advance trafficking reporting waste, fraud, or abuse related to the
in persons, including the following acts: performance of this contract to RI or to USAID’s
Office of the Inspector General.
Destroying, concealing, confiscating, or The Contractor must notify current employees and
otherwise denying an employee access to sub-contractors that prohibitions and restrictions of
that employee's identity or immigration any preexisting internal confidentiality agreements
documents; or statements covered by this provision, to the
Failing to provide return transportation or extent that such prohibitions and restrictions are
pay for return transportation costs to an inconsistent with the prohibitions of this provision,
employee from a country outside the are no longer in effect.
United States to the country from which If RI, USAID or other authorized officials of the US
the employee was recruited upon the end Government determines that the Contractor is not in
of employment if requested by the compliance with the requirements of this provision,
employee, unless: (a) exempted from the RI may, at its sole discretion, suspend or terminate
requirement to provide or pay for such the contract. Further, RI may, at its sole discretion,
return transportation by RI under this decide not pay a portion or all of amounts invoiced
award; or (b) the employee is a victim of or expenditures incurred, as applicable, by the
human trafficking seeking victim services Contractor with funds provided under this contract,
or legal redress in the country of and also may require the Contractor to refund a
employment or a witness in a human portion or all of any amounts paid to the Contractor
trafficking enforcement action; under this contract.
Soliciting a person for the purpose of Terms in this clause will have the meaning defined in
employment, or offering employment, by this section or as defined in 2 CFR 200.
means of materially false or fraudulent “Internal confidentiality agreement or
pretenses, representations, or promises statement” means a confidentiality
regarding that employment; agreement or any other written
Charging employee’s recruitment fees; or statement that the Contractor requires
Providing or arranging housing that fails any of its employees or sub-contractors
to meet the host country housing and to sign regarding nondisclosure of
safety standards. recipient information, except that it does
not include confidentiality agreements
Contractor agrees to report in a timely manner to RI arising out of civil litigation or
any credible information from any source that confidentiality agreements that
alleges the contractor or any sub-contractor has Contractor employees or sub-contractors
engaged in any of the prohibited activities identified sign at the behest of a US government
in this provision. Reports should also be made to RIs agency.
integrity hotline at [email protected] or to the The Contractor must include this provision,
human trafficking hotline +1 844 888 FREE(3733) or including this paragraph (e), in sub awards and
email [email protected] sub-contracts funded under this contract.

24. Mandatory Disclosures. Contractor must


23. Whistleblower Protection Program. disclose, in a timely manner and in writing to
The Contractor must inform its employees Relief International and to the USAID Office of
working under this contract in the predominant Inspector General all violations of federal
native language of the workforce that they are criminal law involving fraud, bribery or gratuity

[PAK/ISB/2022/002]
Page 16
violations potentially affecting the Federal
Award. 28. Mandatory Principles a). For the duration of the
Disclosures must be sent to: Relief contract the Contractor and its staff shall respect
International’s Country Director, or via email to human rights and undertake not to offend the
[email protected] political, cultural and religious mores of the
Disclosures to USAID must be sent to: beneficiary state. In particular and in accordance
U.S. Agency for International Development with the legal basic act concerned, tenderers who
Office of the Inspector General have been awarded contracts shall respect core
P.O. Box 657, Washington, DC 20044-0657 labor standards as defined in the relevant
Phone: 1-800-230-6539 or 202-712-1023 International Labor Organization (ILO) conventions
Email: [email protected] (such as the Conventions on freedom of association
URL: https://oig.usaid.gov/content/usaid- and collective bargaining; Abolition of forced and
contractor-reporting-form compulsory labor; Elimination of forced and
compulsory labor; Abolition of child labor). b.) The
25. Anti-Discrimination and Equal Opportunity. Contractor must at all times act impartially and as a
USAID policy requires that the contractor not faithful adviser in accordance with the code of
discriminate against any beneficiaries in conduct of its profession. c.) RI reserves the right to
implementation of this contract, such as, but suspend or cancel project financing if corrupt
not limited to, by withholding, adversely practices of any kind are discovered at any stage of
impacting, or denying equitable access to the the award process and if the contractor fails to take
benefits provided through this contract on the all appropriate measures to remedy the situation.
basis of any factor not expressly stated in the For the purposes of this provision, "corrupt
contract. This includes, for example, race, color, practices" are the offer of a bribe, gift, gratuity or
religion, sex (including gender identity, sexual commission to any person as an inducement or
orientation, and pregnancy), national origin, reward for performing or refraining from any act
disability, age, genetic information, marital relating to the award of a contract or
status, parental status, political affiliation, or implementation of a contract already concluded
veteran's status. Nothing in this provision is with Relief International. d.) Relief International
intended to limit the ability of the contractor to reserves the right to suspend or cancel the contract,
target activities toward the assistance needs of where the award procedure proves to have been
certain populations as defined in the contract subject to substantial errors, irregularities or fraud.
Where such substantial errors, irregularities or fraud
26. Flow Down Required. The Contractor agrees to are discovered after the award of the Contract,
incorporate the terms of “Donor Required Relief International may refrain from concluding the
Terms and Conditions - USAID” word-for-word Contract.
in all of its sub-contracts funded under this
Contract, if any 29. Complete Contract: This document constitutes the
complete and exclusive Contract between the
parties, superseding all representations, proposals or
27. Authority & Binding Effect: By his or her signature promises whether oral or written, and all other
below, each signatory hereto represents and communications between the parties, relating to the
warrants that he or she is duly authorized to enter subject of this Contract.
into this Contract on behalf of the party he or she
purports to represent such that, upon execution and 30. Inconsistency between the English Version and
delivery, this Contract shall be a binding obligation of Translations: In the event of inconsistency between any
each party. This Contract shall be binding upon and terms of this Contract for Services and any translation
inure to the benefit of each party’s legal into another language, the English language meaning
representatives, successors and permitted assigns. shall control.

[PAK/ISB/2022/002]
Page 17
ANNEX E
BILL OF QUANTITIES
RI to complete

Description of Good Quantity


# Summary of the requested good /service
/ Service for bid required

2-Ply,size 3.1’x 2.1, weight 830 to 870g with


1 Kids Blanket 500
Packing Box

Size 7’ x 4.8’,weight 3.7 to 4.1 kg with


2 Polyester Quilts 500
packing

Polyester pillows with cotton , weight 1000


3 Pillow 500
Gram with packing

Plastic woven Floor Mate Size 15’x12’ not


4 Floor/plastic mate 500
less than 7 kg(Fresh Plastic)

High quality DP-LED Rechargeable Torch, 90


Lumen, LED Power 1-W,
5 Rechargeable/ light 500
800 mAh, Max Runtime 8 -9 Hour with
Packing Box

Oral-B or equivalent Tooth Brush 3d


6 Tooth Brush 500
Advantage White,/Shield Angular

Colgate /Sparkle or equivalent, Weight 200


7 500
Tooth Paste Gram

Bonus or equivalent Washing Powder Touch 500


8 Washing Powder,
Of Freshness Downy 1 kg,
for Clothes,

Max/Vim or equivalent Soap Anti-germ Dish,


9 Utensil Soap, 500
Wash Bar (265gm)

New Robin or equivalent Liquid Bleach


10 Liquid Bleach 500
(fragrant) 500ml

Size 27 X 54 Bath Towel, Weight 400-500


11 500
Towel, Gram, Good Quality

12 Wiper Floor Wiper Standard Floor Wiper 23” 500

[PAK/ISB/2022/002]
Page 18
13 Garbage bag, Blue Garbage Bag Roll (Size: 18x26), 500

Size 2 with 40 piece weight (lbs) 12-18 and


14 Diapers 500
size 3 with 40 pieces weight (lbs)16-28

15 Water Cooler 20 liter plastic water cooler 500

Plastic water set, 7 pieces, ( 1 hot & cold


16 Water set 500
water jug, 6 glasses)

1 hotpot, 6 plates, 6 table spoon, 1 tea pot, 6


17 Kitchen set tea cups, 1 vegetable knife, 1 cooking pot of 500
good stainless metal quality

2 kg portable empty LPG gas cylinder with


18 Gas cylinder Stove 500
gas stove

Kids sweater / 2 small & 3 medium size, weight 280 to 320


19 500
Clothes grams Not Uniform Color

Poly packing Bag/Sack can carry 25 kg


20 Packing 500
capacity with RI Logo

SCOPE OF WORK
 Relief International Operations department is soliciting information and pricing from responsible,
competent, and qualified vendors for the purchase and partial delivery of 500 NFI kits in Peshawar.
 Vendors are advised to assess and include all associated costs in transportation such like loading and
unloading cost.
 Cost of NFI kits will remain the same till the 100% delivery of all kits. There will be no change in cost of
any single or whole items once contract signed with Relief International.
 Selected vendor will be responsible for the safe custody of kits. Relief International and representative
are not responsible for any lose/damage/theft or rob until kits received and acknowledged by the RI and
its representative on delivery note or GRN.
 Loading and unloading of each kit will be the responsibility of the selected vendor.
 Pre-inspection of kits would be conducted by Relief International team and have right to reject
completely or partial delivery if nonconformity in quality and quantity found during the inspection or
during the delivery at warehouses.

Your offer should clearly indicate:

 Unit price: as per attached, (price schedule format)


[PAK/ISB/2022/002]
Page 19
 All Prices should be inclusive of all applicable taxes (if any vendor is exempted from any tax, must share
the tax exemption letter at time of quotation submission)
 Validity of the prices must be 90 calendar days.
 Detailed specifications and brand name (if different from stipulated specifications):

[PAK/ISB/2022/002]
Page 20

You might also like