Download as pdf or txt
Download as pdf or txt
You are on page 1of 39

.

9" ,ffis
$t Osll.
t. r@y EXPRESSION OF INTEREST
EEEE
DOCUMENT
(Nov-2019)
Updated on 20'h December, 2019
SUBMISSION DEADLINE EXTENDED: 17IH JANUARY. 2O2O

As a Part of
Shortlisting of Software Development Firms
For
DESIGNING, DEVELOPMENT, INSTALLATION AND COMMISSIONING OF
E.PROCUREMENT (E.PAK ACQUISITION & DISPOSAL) SYSTEM

Signature

lnitiated by: Asim Jaleel


Deputy Director (M&E) &"P
Ali Temoor
Deputy Director (HR)

Assisted by: Muhammad Khurshid


Deputy Director (Legal) \
Reviewed & Engineer Muhammad zubair
Finalized by: Director General (M&E) tL tq
Approved by: Dr. Fida Muhammad Wazir
Managing Director PPRA

PUBLIC PROCUREMENT REGULATORY AUTHORITY


1"t Floor, FBC Building, Sector G-5/2, lslamabad, Pakistan

Page 1 of 39
Page 2 of 39
1. INSTRUCTIONS TO APPLICANT FIRMS

1.1 BRIEF INTRODUCTION OF PPRA

Public Procurement Regulatory Authority (PPRA), hereinafter called as the


Authority, was established in the year 2002, under the Public Procurement
Regulatory Authority Ordinance 2002, for regulating procurement of goods,
services and works in the public sector and for matters connected therewith or
ancillary thereto. PPRA has a vision to become a world class regulatory body with
highly trained, competent and dedicated personnel working in unison with a zeal
to foster a procurement culture and to regulate the federal entities in order to
assure the implementation of the process of sustainable procurement whereby
organizers meet their needs for goods, services, works and utilities in a way that
achieves value for money on whole life basis in terms of generating benefits not
only to the organization, but also to society and the economy whilst minimising
the damage to the environment. The mission of PPRA is to develop and pursue a
comprehensive regulatory framework for the whole procurement cycle and
promote best practices in order to achieve the best value for money through
effective utilization of public funds and to cater for national, socio-economic and
environmental aspects in a fair, transparent and competitive manner. PPRA is
mandated with power to monitor the application and implementation of
procurement laws, along with monitoring of public procurement practices and
overall performance of procuring agencies.

To accomplish these tasks with true letter and spirit, it is essential to maintain the
data of the whole procurement cycles of all the procuring agencies.

1.2 OBJECTIVE OF EOI

The Authority, as measure to improve governance, management, transparency,


accountability and quality of public procurement, and to ensure an effective
Monitoring & Evaluation System, invites the applications from well reputed,
competent and experienced software development firms, in order to prepare a
shortlist of top ranked software development firms for “Designing, development,
installation and commissioning of e-Procurement (e-Pak Acquisition &
Disposal System)”.

1.3 FINANCES FOR THE PROJECT:

The e-Procurement is supported under Public Financial Management System “Program


for Results” (PforR) under the aegis of World Bank (DLI-3 of World Bank document linked
with e-Procurement) having sufficient funds available for designing, developing,
installation and commissioning of e-Procurement (E-Pak Acquisition and Disposal)
System.

1.4 ELIGIBLE APPLICANTS

Page 3 of 39
1. In order to be eligible, the firm(s) should be registered or incorporated as per
the law of the land where it originates, and submit the valid Registration or
Incorporation Certificate, Income Tax Clearance/Submission Certificate.

2. In addition, the applicant shall submit ‘Self Declaration’ mentioning their


eligibility, non-conflict of interest, non-receipt of any punishment while doing
software development business or any other business including any kind of
debarment by any Governmental or national or international organizations and
litigation history (if any).

3. In case of Joint Venture, the lead partner shall be the Software Development
Firms, whereas other partner(s) should be Software Development firm or
Information Technology Firms or Software Implementation Firms. Any other
composition or constitution shall not be entertained; and each partner firm
shall submit the eligibility documents mentioned in Section 1.81.

4. In case of a Joint Venture, all the partner firms shall submit Joint Venture
Agreement between the JV partners duly signed by authorized signatories &
stamped with company seal of each member of JV & clearly mentioning name
of the lead firm, name of JV partners, role and responsibility of each JV
partner, share percentage of each members, and names and signatures of the
authorized signatories. A power of attorney of authorized signatories in the JV
from their respective firms with signature and seal of each member in the JV is
also required.

5. Firms are not allowed to enter into more than one joint venture for the job. The
total number of firms including the lead firm shall not exceed a maximum of
three in a joint venture.

6. The minimum share percentage of the lead firm should be at least 40% and
that of each of the other JV partners should be at least 20%.

7. If the firm or any member of the joint venture fails to submit the above
documents or does not meet any of the above mentioned eligibility criteria, the
firm or JV, as the case may be shall be considered as ineligible and will NOT
be considered for further evaluation.

8. In case, JV is shortlisted, the individual firm(s) constituting the JV shall not be


allowed to submit the subsequent proposals, unless the firm(s) establishes to
the satisfaction of the Authority that they still meet the shortlisting criteria.

1.5 GENERAL INSTRUCTIONS TO THE APPLICANTS

1.5.1 Clarification on EOI Documents

A prospective applicant firm requiring any clarification on this EOI document may
seek clarification by contacting the Authority during working hours on all working
days prior to three days of the deadline for submission of the completed EOI
document at the address mentioned below:

Page 4 of 39
Engineer Muhammad Zubair
Project Manager/Director General (M&E)
Public Procurement Regulatory Authority (www.ppra.org.pk)
1st Floor, FBC Building, Sector G-5/2, Islamabad, Pakistan
Tel:-+92-51-9202254; Email: engineerzubair@yahoo.com

1.5.2 Amendments in EOI Document:

At any time prior to the deadline for the submission of the EOI document but not
later than 3rd of January, 2020, the Authority may amend the EOI clauses, for any
reason, whether on its own initiative or in response to a clarification requested by
an applicant. Any of such amendments shall be notified on the website of the
Authority, and to all those applicants who had filed/submitted an application
before such date through e-mail mentioned on the outside of the envelope
containing such application. All such applicants shall be required to acknowledge
the receipt of any amendment within three business days of such receipt, and
consequently shall be allowed to submit the revised application; otherwise, the
Authority shall assume that the information contained in the amendment has
already been taken into account by the applicant in its already filed application. All
other prospective applicants (who still haven’t filed/submitted EOI application till
the time of notification of amendment), or if their application is still on the way
(through courier service), shall make necessary changes in their applications if
necessary/required.

In all these cases, only the amended/revised applications shall be opened on last
day of submission, and the initial applications shall be returned unopened.

1.5.3 Cost of Preparation of EOI and Liability:

Applicant firm shall bear all costs associated with the preparation and submission
of the EOI document. The Authority will, in no case, be responsible or liable for
these costs, or have any other liability to any Applicant, regardless of the conduct
or outcome of the EOI process. The Authority shall have no obligation to any
Applicant to reimburse any costs incurred in preparing a response to this EOI.

1.5.4 Confidentiality of the Document

If an Applicant believes that any portion of the submittal is to be treated in


confidence, he shall identify such information clearly in the submittal. The
Authority will make every effort to treat such documents in confidence as far as
possible.

1.5.5 Joint Liability for Joint Venture Firms

By submitting an EOI in joint venture, the Applicant represents that, if qualified


and if awarded the contract after the RFP process, the Applicant with its
constituent members shall be jointly responsible to perform the obligations of
such contract. Further liability and working of the Joint Venture shall be
elaborated in subsequent RFP Document.

Page 5 of 39
1.6 SUBMISSION OF EXPRESSION OF INTEREST

1.6.1 Scaling & Marking:

The Applicant shall seal the original completed EOI in an envelope and marked
as "Expression of Interest”. The envelope shall clearly mention the title of Job,
and indicate the name and complete address (including e-mail) of the Applicant
firm. The envelope shall be addressed to:

Engineer Muhammad Zubair, Project Manager/DG (M&E)


Public Procurement Regulatory Authority (PPRA)
1st Floor, FBC Building, Sector G-5/2, Islamabad, Pakistan- Postal Code: 44000
Tel:- +92-51-9202254; Email: engineerzubair@yahoo.com

1.6.2 Deadline for Submission

1. The completed EOI document must be submitted to the Authority through courier
at the address specified in section 1.5.1 before 12:00 Hours, Pakistan Standard
Time (GMT +5) on 17th of January, 2020 (Friday).
2. The completed EOI documents received by the Authority after the deadline shall
be considered late and shall be summarily rejected.
3. If the deadline specified herein falls on a government holiday, the deadline shall
be extended automatically to the next working day at the same hours.

1.6.3 Withdrawal of EOI document

An Applicant shall not be permitted to withdraw the EOI Application after the EOI
submission deadline. In case of shortlisting, the applicant shall be bound to
submit the proposals in response to the RFP; and in case of failure, the Authority
may debar the applicant (firms) for a period of not more than two (02) years for
participating in any tender by itself and the procuring agencies in its jurisdiction.

1.7 PUBLIC OPENING OF THE EOI DOCUMENT

The completed EOI documents received by the due date and within the time
specified in section 1.6.2, shall be opened at 15:00 Hours on the same day, in the
presence of the applicants or their authorized representatives who so ever wish to
attend the opening event. Absence of the applicants or their authorized
representative(s), however, shall not obstruct or prevent the opening of the EOI in
any way. Applicants’ each designated representative must bring a letter from the
applicant stating that he/she is authorized to represent the applicant for the public
opening of the EOI document. Applicants or their authorized representatives who
are present at the time of opening shall sign in a register evidencing their
presence.

During the opening, an authorized representative of the Authority shall read out
the names of the applicants who have submitted the completed EOI document
and then will open the submitted EOI envelopes.

Page 6 of 39
1.8 SHORTLISTING PROCESS

The Authority shall shortlist the Applicant Firms based on the eligibility
parameters and evaluation criteria prescribed herein after. Anything not
mentioned in this document regarding the EOI process shall be governed by the
prevailing Public Procurement Rules and Regulations issued by the Authority.

At the first stage screening of the application shall be made in accordance with
eligibility parameters, and then evaluation of the applications shall be made in
accordance with the Evaluation Criteria.

1.8.1 First Screening of Applications as per Eligibility Parameters (1st Stage)

The basic eligibility parameters are as follows:

A. Eligibility Requirements:

S. No. Eligibility Criteria

Certified Copy of Valid Incorporation Certificate as a Software


1. Development/Software Implementation/IT Firm, as per the laws of the
land in which it originates.

Copy of Valid NTN/STRN or VAT Registration Certificate(s) whichever


2. applicable.

Certified Copy of Tax Clearance Certificate of previous Fiscal Year or


3. extension letter for present Fiscal Year with Tax Clearance Certificate
of previous to previous Fiscal Year

Audit report of last three (03) consecutive fiscal years.


4. Requirement may be relaxed, as determined by the Authority.

Copy of ISO Certification for Quality Management System. (preferably


5. ISO 9001: 2015 or equivalent)
Requirement may be relaxed, as determined by the Authority.

Self-Declaration Form of mentioning their eligibility, non-conflict of


6. interest, non-receipt of any punishment while doing software
development business or any other business including any kind of
debarment by any Governmental or national or international
organizations and litigation history (if any).

In case of Joint Venture, the lead partner shall be the Software


7. Development Firms, whereas other partner(s) should be Software
Development firm or Information Technology Firms or Software
Implementation Firms. Any other composition or constitution shall not
be entertained; and each partner firm shall submit the eligibility
documents mentioned in Section 1.81.

Note:

a) In case of Joint Venture, each member of the JV shall submit the above
eligibility documents.
Page 7 of 39
b) The total number of firms including the lead firms shall not exceed a maximum
of three in a joint venture.
c) The same firm is not allowed to enter into more than one Joint Ventures.
d) In addition, in case of Joint Venture, following documents shall be provided:
i. Joint Venture Agreement of the partner firms duly signed by authorized
signatories & stamped with company seal of each member of joint venture
& clearly mentioning name of the lead firm, name of JV partners, role and
responsibility of each member, share percentage of each members, name
of the authorized signatories. The original signature of authorized
representatives & stamp of companies should be in each page of JV
agreement. The digital signature or digital stamp shall not be accepted. (In
any case, the firms are not allowed to enter into more than one joint
venture for same job).
ii. Power of attorney of authorized signatories of JV agreement from their
respective firm with signature & stamp for each member of JV. Such
Power of attorney of authorized signatories of JV agreement shall have
been issued by executive head of organization such as Managing
Director, CEO or Chairperson, etc. The digital signature or digital stamp
shall not be accepted.
iii. The minimum share percentage of the lead firm should be at least 40%
and that of other JV partners should be at least 20%.
iv. Power of attorney to lead firm by JV partners.

If a partner firm or any member in the joint venture fails to submit the above
documents or does not meet any of the above mentioned criteria, the firm/ JV
shall be considered as in-eligible and will NOT be considered for further
evaluation.

1.8.2 Evaluation of EOI Document of Eligible Firms

Only eligible firms (i.e. after meeting eligibility criteria) shall be evaluated against
score based evaluation criteria. In case of a JV, the evaluation will be done on
cumulative basis. However, cumulative basis will not be applied for financial
capability of the firm in presenting the minimum average annual turnover. The
criteria for the evaluation of EOI documents are tabulated on the following page:

EVALUTION CRITERIA TABLE


Note: EOI score shall be carried forward during the RFP stage and shall be given 40 percent
weightage in the technical score during evaluation of technical proposal submitted by the
shortlist applicants.
Explanations: Few explanations are added on 22nd November, 2019 regarding Evaluation
Methods.
Amendments: As defined in Section 1.5.2, few amendments have been made on 29th
November, 2019, in the evaluation criteria on the feedback from stakeholders and local
vendors. These amendments include reduction of some financial limits in Part-A and
reduction of passing marks in Part-C, introduction of one post in Annex-I in addition to few
minor changes.
Explanation 1:
Description of Past Projects whether performed independently or as a JV Partner (with %
share) shall be explained in last column of Forms B-1, C-1 and C-3.
Explanation 2:
Page 8 of 39
No double benefit shall be granted for the projects of specific experience if referred in
duplication (both in specific and general experience forms).

CRITERIA MARKS DOCUMENT


(Max) S
REQUIRED
A. FINANCIAL CAPABILITY 20
Pass Marks: 10
1. Turnover figure for last consecutive three (03) years: 20 Information
If turnover of each of three (03) consecutive previous years to be
is equal to or more than US$ 3.0 Million– 10 Marks provided on
prescribed
For each additional 0.5 Million, two (02) additional marks
Form A-6
shall be awarded upto attaining the maximum marks.
In case, the turnover for any one or two of consecutive
previous three (03) years is less than the threshold of US$
3.0 Million, however, the average of these consecutive last
three (03) years is equal to or more than US$ 3.0 Million, the
same ten (10) Marks shall be granted, and so on.
Note: JV shall be considered as Single Entity for
establishment of turn over requirement.
Example A (for Single Firm or JV as Single Entity):
Turn Over ≥US$ 4.5 M & ≤5.0 M (3 times additional 0.5
Million above the threshold of 3.0 M)
Marks Obtained = 10 + (2 X 3) = 10 + 6 =16
B. GENERAL WORK EXPERIENCE 20
Pass Marks=10
1. Duration of Incorporation: 10 Certificate of
The applicant firm or the Constituents of JV (as the case incorporation
may be) shall be registered or incorporated as a Software
Development/Implementation or IT Firm. Five (05) marks
shall be granted in case of five (05) years’ experience after
registration or incorporation; whereas for each additional
year, 0.5 additional mark shall be added, up to the total of
attaining maximum marks.
Example A (for Single Firm):
Experience of firm is 13 years:
Marks obtained: 5 + 8(0.5) = 5 + 4 = 9
Example B (for 03 Partner JV):
Partner A (40% share): ≥15 years’ experience
Partner B (30% share): 13 years’ experience
Partner C (30% share): 4 years’ experience
Marks Obtained = 0.4{(5 +0.5 X 10) + 0.3{(5 + 0.5 X 8)} +
0.3 {(0 + 0 X 2) = 0.4(10) + 0.3(9) + 0.3(0) = 4 + 2.7 + 0 =
6.7
2. Past Experience: 10 Information
Past Experience of projects of software to be
developments/implementation. If customer reference provided on
prescribed
confirms the successful completion of the project, 1 marks
Form B-1 &
shall be awarded for each project of ≥US$ 0.2 Million, upto Form B-2
attaining of maximum assigned marks.
Example A (for Single Firm):
Single Firm with 6 projects carried out independently
whereas 4 project as 60% Partner of previous JV:
Marks obtained: (1 X 6) + 0.6 (1 X 4) = 6 + 0.6(4) = 8.4

Page 9 of 39
Example B (for 03 Partner JV):
Example: Three (03) JV Partners
Partner A (with any shares): 4 projects (independently)
Partner B (with any share): 6 projects (independently)
Partner C (with any share): 4 projects (as other previous
JV with share of 40 %)
Marks Obtained = {(1 X 4)} + {(1 X 6)} + {(0.4(1 X 4)}
= 4 + 6 +1.6 = 11.6 ≡ 10
C. SPECIFIC WORK EXPERIENCE (excluding that of Part-B 40
above)
Pass Marks=16
1. Software Development Projects of Same Nature: 20 Information
Past Experience of completed projects of software to be
developments of same nature i.e. Procurement related provided on
prescribed
software. Two (02) marks shall be awarded in case of each
Form C-1 &
software development project of ≥US$ 0.2 Million or Form C-2
equivalent for the suppliers and vendor; whereas four (04)
marks shall be awarded for each software development
project of ≥US$ 0.4 Million or equivalent completed with
Governmental procuring entities or International
Organizations, up to the maximum of 20 Marks. The same
shall be acceded to if Reference Letter for successful
completion is provided.
Explanation 3:
Projects with Govt. Procuring Entity or Intl. Org ranging ≥0.2
Million US$ to ≤0.4 Million US$ shall be awarded 2 Marks.
Example A (for Single Firm):
7 projects (3 as independently with Govt. Procuring Entity, 2
with vendor as 40 % partner of previous JV and 2 with Govt.
Procuring Entity as 30% previous JV partner)
(4 X 3) + 0.4(2 X 2) + 0.3 (4 X 2)} = 12 + 1.6 + 2.4 = 16.0
Example: Three (03) JV Partners:
Partner A (with any shares): 2 projects (with vendors
independently)
Partner B (with any shares): 3 projects (1 with vendor and
2 with Govt. Procuring Entity independently)
Partner C (with any shares): 4 projects (2 with vendor as
40 % previous JV partner and 2 with Govt. Procuring Entity
as 30% previous JV partner)
Marks Obtained = {(2 X 2)} + {(2 X 1) + (4 X 2)} + {(0.4(2 X
2) + 0.3 (4 X 2)} = (4) + (10) + (4.0) = 18.0
2. Projects of Enterprise E-Procurement Solutions: 20 Information
Specific Experience of providing e-Procurement Solutions to be
(from Planning to Close out of the Contracts including provided on
prescribed
Contract Management) to any Central Procurement Units of
Form C-3 &
any State or to National Procurement Regulators, including Form C-4
designing, development, installation and commissioning of
the e-procurement projects.
For each project, ten (10) marks shall be granted for
complete full scale enterprise e-procurement solution of
complete procurement cycle; whereas seven (07) marks
shall be granted for full scale enterprise e-procurement
Page 10 of 39
solution for partial procurement cycle as defined below:
Complete Procurement Cycle starts from planning and
ends at close out of contract including contract management
(as defined in the scope of work defined in section-2)
Partial Procurement Cycle starts from planning and ends
at award of the contract as defined in scope of work defined
in section-2)
Explanation 4:
The company implementing Off-the-Shelf Solution with
essential customization shall be awarded fifty (50) percent of
the marks prescribed above.
Example A (for Single Firm):
2 projects (complete procurement cycle as a 60% of
previous JV Partner) and 1 projects (partial procurement
cycle carried out independently)
Marks Obtained = 0.6(10 X 2) + (7 X 1) = 12 + 7 = 19
Example: Three (03) JV Partners:
Partner A (with any shares): 2 projects (complete
procurement cycle as a 60% of previous JV Partner)
Partner B (with any shares): 4 projects (partial
procurement cycle as 40% of previous JV Partner)
Partner C (with any shares): No such project
Marks Obtained = {0.6(10 X 2)} + {0.4 (7 X 4}) +{ 0}
= (12) + (11.2) + (0) = 23.2 ≡ 20
D. HUMAN RESOURCES CAPABILITY 20
Pass Marks: 10
1. Minimum Qualification and Experience of the personnel of 20 Information
the firms is specified in the Annexure-I. to be
In case of higher qualification of minimum 30 credit hours, provided on
prescribed
the same may be considered as substitute of two (2) years
Form-D-1 &
of experience in case of MS or M. Phil Degree, whereas the Form-D-2
Ph.D degree in the relevant field may be considered as
substitute of four (4) years’ experience.
In case, the designated professional doesn’t possess
relevant qualification, but has relevant expertise, skills and
competence due to his/her experience, the six (6) years of
experience may be considered as substitute of Bachelor’s
Degree and two (02) years as substitute of Master’s Degree;
and hence the same adjusted experience shall be deducted
for awarding marks.
Explanation for Firms/JVs (added on 22nd Nov, 2019):
Marks shall be awarded considering the JV as single entity.
Grant Total 100

1.8.3 2nd Screening of EOI Applications (2nd Stage)

Each applicant must 'pass' each and every criterion (i.e., referred at S. No. A, B,
C & D). Pass Marks for each and every criteria is 50% except S. No. C which is
40% of the allocated Full Marks. Any Applicant not complying or fulfilling with any
one of these eligibility criteria will be disqualified from further cumulative
evaluation and shortlisting.

Page 11 of 39
1.8.4 Evaluation of EOI Documents (3rd Stage)

In the 3rd stage, the applicants passed in the 2nd stage, will be further evaluated
based on the cumulative score of Evaluation Table. Applicants obtaining at least
60% marks in the EOI evaluation process shall be considered for shortlist. Only
top six (06) ranked applicants shall be qualified and allowed to participate in RFP
process, subject to any further verification for the information submitted by them.
However, if the number of eligible applicants is less than five (05), all the eligible
firms shall be allowed to participate in RFP process.

1.8.5 Clarification during Evaluation by the Authority

During the evaluation, the Authority may require the applicant for necessary
clarifications or substantiation of the information furnished. The Applicant shall
furnish the necessary clarifications expeditiously by post/courier/fax/e-mail or by
any other means of communication to Authority’s address.

If the Applicant fails to provide timely clarification or substantiation of the


information furnished, the Authority may declare such applicant as unqualified for
shortlist and reject his/her application.

1.8.6 Rejection of EOI Document of Applicant

The Authority reserves the right to reject all EOI applications. The Authority shall
upon request communicate to any applicant who submitted EOI application, the
grounds for its rejection, but is not required to justify those grounds. The Authority
is not liable for any losses to Applicants due to such rejection.

Making any misrepresentation or furnishing of any false or wrong information,


document or evidence by any firm or joint venture, as the case may be, may
result in rejection of the EOI document of the firm or their joint ventures. In
addition in such cases, legal action shall be taken as per prevailing law, in
addition to debarment of the firm(s) to participate in any procurement in the
jurisdiction of the Authority, for the time determined by the Authority on the basis
of the gravity of misrepresentation or false or wrong information.

1.8.7 Notice of Result of Evaluation

All applicants irrespective of the qualified or non-qualified and short listed or non-
shortlisted will be notified in writing the result of evaluation of qualification in due
course of time.

Applicants listed in the short-list will be considered as qualified firm and will be
invited to participate in the Request for Proposal process.

1.8.8 Tentative Timelines:

Page 12 of 39
Following is the tentative timeline for the procurement proceedings till the award
of contract. The timeline for activities at S. No. 5 to 8 are subject to change.

S.No. Activity Description Tentative date

01. Advertisement for EOI 17th Nov 2019


(National Print Media, Daily ‘Jang” & ‘Dawn’)
Advertisement for EOI 30th Nov-1st Dec,
(International Print Media, Financial Times) 2019

Corrigendum for EOI 22nd December,


2019
(National Print Media, Daily ‘Jang” & ‘Dawn’)
Advertisement for EOI
24th December,
(International Print Media, Financial Times)
2019

02. Last date for the Submission of EOI 17th Jan 2020

03. Notification of shortlisted applicants 27th Jan 2020

04. Issuance of RFP document to shortlisted 31st Jan, 2020


applicant firms

05. Submission of RFP documents 2nd Mar, 2020

06. Issuance of Evaluation Report 20th Mar 2020

07. Technical Negotiations with the top ranked 27th March 2020
firm

08. Contract signing with selected firm 31st March 2020


(along with stand still period for enforcement of the
contract linked with Grievance Redressal)

2. BRIEF OF THE SCOPE OF THE ASSIGNMENTS/PROJECT:

PPRA hereby invites the applications from reputed and experienced software
development firms/JVs; incorporated as per the laws of the lands where it
originates, and registered with concerned tax authorities and appropriate fora, for
the purpose of providing services for “Designing, Development, Installation
and Commissioning of e-Procurement (e-Pak Acquisition & Disposal)
System” and to show their interest for providing the required services as
described in this document. The selected Firm/Service Provider shall minimally
be required to:

a) provide the detailed implementation plan and working methodology;


b) determine the hardware requirements for the effective implementation of “e-
Pak Acquisition & Disposal System”, having compatibility with software to
be developed by the firm in accordance with the functional requirements
defined by PPRA as a part of RFP Document;

Page 13 of 39
c) design, develop, install and commission the system, as per the defined time
frame;
d) integrate standard security protocols for data encryption, and protection of
data from cyber-attacks including hacking;
e) design/conduct Knowledge Transfer Sessions for capacity building of the
Authority; and
f) provide the post-commissioning maintenance services for the period of 3-
years.
E-procurement shall be a web-based customized solution for an e-procurement
system titled as “e-Pak Acquisition and Disposal System” encompassing the
complete procurement life cycle from planning to close out of contracts, and
record all procurement activities and related information. All public procurement
and disposal activities shall be processed through standard entries in the “e-Paki
Acquisition & Disposal System” ensuring the principles of procurement and
implementing the Public Procurement Regulatory Frame Work; and the same
shall be an integrated system composed of minimally following sub-
systems/modules:
1. e-VR – Electronic Vendors’ Registration:
The system shall generate Government Primary Suppliers’ database that shall
collect, validate and disseminate supplier’s data. The system shall be able to
create accounts in the system for the designated personnel of the Authority, the
Procuring Agencies and those of registered vendors (for creating and updating
their profiles), and to allow access to such information and functionalities not
available to the general public.
2. e-Procurement Agencies’ Registration:
The system shall include details about all the ministries, authorities, divisions and
their attached bodies, owned and controlled by the Government. The system shall
be able to create accounts in the system for the designated personnel of the
Authority and the Procuring Agencies (for creating and updating their profiles),
and to allow access to such information and functionalities not available to the
general public.
3. e-Procurement Planning:
The system shall be able to make procurement plans in accordance with the
inputs of the Procuring Agency for goods, works and services and disposal of
assets.
4. e-Purchasing:
The system shall be designed for different types of petty procurements, and shall
be able for preparation of requisitions and the management of the corresponding
quotations, along with acceptance of quotations after comparative evaluation and
generation of purchase orders. After the delivery of goods and services, system
shall be able to generate delivery receipt/note, which shall allow for the
submission of an invoice and it’s settling through electronic payment system.
5. e-Tendering System (including e-Publishing/Notification/ Documentation):
The system shall be able to generate procurement documentation i.e. Standard
EOIs, Standard Prequalification Documents, Standard Bidding Documents,
Page 14 of 39
Standard RFPs, along with generation of e-advertisements on standard format for
respective categories of procurement. Moreover, the system shall be able to
publish the notices on the e-procurement system so that they are available for
interested parties to view. Notifications shall be sent to users who have registered
and subscribed to be alerted when tenders for respective category of procurement
are launched as well as when particular actions are required by them as a part of
the procurement workflow.
6. Encrypted Tender Submission System (including EOI & Prequalification
processes):
The system shall be able to submit inquiries and responses in addition to
electronic submissions of bids in response to tender publication. The response
may also contain information regarding required securities and guarantees.
Tender shall be stored in e-procurement database in encrypted form and
traceable by the authorized person(s) after expiry of submission deadline.
7. e-Evaluation Matrix:
The system shall automatically generate the eligibility and evaluation matrices in
case of EOI or Prequalification of interested parties. Moreover, after the
decryption of submitted bids, whether or not the prequalification or short listing is
done, the system shall be able to evaluate the technical and financial proposal to
the extent possible by artificial intelligence; whereas, there shall be the option of
manual entries for that part(s) of technical evaluation that cannot be made
through artificial intelligence tools.
The system shall have the ability to link with PPIRS, and be linked with that
system after having sufficient data in PPIRS, as prescribed by the Authority.
8. Grievance Redressal System:
The system shall have two sub-system; one for the prospective bidders who could
not participate in the procurement proceedings due to any difficult or
discriminatory conditions as prescribed in Procurement Regulatory Frame Work,
and the second for those, who are participating or participated in the process, and
have reservations on the processes. Both the systems shall provide access to all
the registered or participant firms, as the case may be with respect to each sub-
system. The system shall provide access to the designated Chair of the
Grievance Redressal System to notify the parties to the proceedings (including
Procuring Agency Evaluation Committee or any approving authority), and has the
option for recording the proceedings by the Grievance Redressal Committee, and
conveying the decision to the grieved or affected parties.
9. e-Contract Award System:
The system shall be linked with Evaluation Matrix and Grievance Redressal
System, so as to identify the best evaluated bidder to issue notification or Letter of
Intent to award the contract to the successful bidder with or without any
negotiations, as allowed and prescribed by the Authority in its Public Procurement
Regulatory Framework.

Page 15 of 39
10. e-Contract Management System (including Framework
Agreements/Contracts):
The system shall be able to minimally manage the following:

i. Preparation of Contract Documentation in accordance with General and


Particular Conditions of Contract;

ii. Standard entries for Change Administration during execution of contract;

iii. Standard entries for tracking Critical Path Method or any equivalent
technique such as PERT, as the case may be, to track the deliverables of
the project/contract;

iv. Key Performance Indicators as per the main parameters of Project


Monitoring & Evaluation and generation of Periodic Evaluation Reports;

v. Standard entries for the results of quality tests during execution of contracts
in case of Works and IT/Software Projects;

vi. Standard entries for the issuance of Control Point Inspection Reports and
corresponding Non-Conformance Notices issued after the inspection of
selected control points or general surveillance conducted by consultant
supervisor or Client Engineers or the designated Inspector of the Authority,
and standard entries for rectification and resolution of such non-
conformances;

vii. Standard entries for acceptance of the deliverables as per the technical
specifications and prescribed acceptance criteria during construction,
installation and commissioning phases of the Projects in case of works and
Software IT Projects;

11. e-Payment System:


System shall be able to accept the submission of running bills having linkages
with the milestones and acceptance of deliverables; and payment of such running
bills through e-payment system. The system shall generate Defect Liability
Certificate, and be able to issue the brief Project Completion Report.
12. e- Searching:
The system shall have the ability to search for information regarding procurement
category-wise tender search, awards, bid openings, catalogues, users, and
organizations.
13. e-Catalogue Management:
The system shall be able to create and update the catalogue automatically or
manually and workspace as well as the ability to browse catalogues and manage
the cart. It shall include activation or deactivation of catalogue.
14. EPLS – Excluded Parties List System:

Page 16 of 39
The system shall be able to record the proceedings and consequent results for
debarment of the firm as prescribed in Procurement Regulatory Framework. The
system shall also maintain the database of such debarred firms along with the
details of offences for which they were penalized and duration of such debarment.
The system shall be linked with e-Evaluation Matrix (or Matrices) for determining
the eligibility of the applicants or bidders.
15. PPIRS – Past Performance Information Retrieval System:
The system shall be able to incorporate the past performance of the
contractors/consultants, during execution of the contract, against various
performance indicators. The system shall be linked with e-Evaluation Matrix (or
Matrices) for determining the eligibility and providing input for e-evaluation.
16. Regulatory Monitoring & Evaluation System:
The system shall be able to generate the trends in the form of various types of
graphs, statistical analysis tools and generate brief reports to support the
objectives and priorities of Monitoring & Evaluation Wing of PPRA.

3. PREPARATION OF EOI APPLICATION

The EOI document shall be structured in accordance with the outlines given in the
EOI forms and must contain accurate and complete information as requested by
the Authority.
The EOI document shall have no interlineations or overwriting, except as
necessary to correct errors made by the applicant firm itself. Any such correction
must be initiated by the person authorized to sign the application and stamped
with the firm’s seal.

3.1 Forms FOR EOI

The completed EOI documents to be submitted by Applicants shall comprise of


the following documents:
FORM TYPE DESCRIPTION/ CONTENTS
Letter Head of the General Information about the Organization
Applicant Firm
Form A-1 Letter of Submission
Form A-2 Joint Venture Information, if applicable
(Attach JV Agreement and Power of Attorney); and Share the
percentages of Lead and other partner(s)
Form A-3 Self-Declaration Form
Form A-4 Eligibility Documents
(Attach Incorporation Certificate, NTN/STRN Certificates and
VAT Certificates whichever are applicable.
Income Tax Clearance or Income Tax Clearances Submission
Certificates and other related documents)
Form A-5 Identification of the Applicant Firm(s)
Form A-6 Financial Capability of the Applicant Firm(s)
Page 17 of 39
(Attach Audit Reports of last three (03) consecutive fiscal years
Form B-1 General Work Experience of the Firm in the last ten (10) years

Form B-2 Details of the works stated in Form B-1


Form C-1 Specific Work experience of the firm in the last ten (10) years, as
per the Evaluation Criteria Table (excluding the general works
experience mentioned in Forms B-1 & B-2)
Form C-2 Details of the works stated in Form C-1
Form C-3 Past Experience regarding specific e-procurement Solutions, as
prescribed in the Evaluation Criteria Table
Form C-4 Details of the works stated in Form C-3
Form D-1 Details of Key Personnel/ Professionals
Form D-2 Resume of Prime & Alternative Candidates
Form-E Summary Sheet: Current Contract Commitments/ Works in
Progress
Form-F Litigation History (of last seven years contracts)

Note: The EOI documents should be prepared and submitted in above mentioned
sequence along with supporting documents with respective Forms.

3.2 DESCRIPTION OF EOI FORMS

3.2.1 General Information & Financial Capacity:

The applicant shall provide a Letter of Submittal with completed forms as provided
in the Format Forms A-D as prescribed in this document. All necessary
information shall be presented to demonstrate the firm or joint venture’s eligibility,
capability and experience including the details of the professionals to be deployed
for the Project.
Form A-1: Letter of Submission
The applicant shall submit with the EOI a submittal letter with name and full
contact information of the authorized representative. The letter shall be signed by
an authorized person of the firm or lead firm in case of joint venture and shall be
stamped by the company's seal. The format of submittal letter is given in Form A-
1 of the EOI document. The letter shall also include the title of the project.
Form A-2: Joint Venture Information
In case of Joint Venture, the applicant shall submit duly signed by authorized
signatories & stamped with company seal of each member of joint venture &
clearly mentioning name of the lead firm, name of JV partners, role and
responsibility of each member, share percentage of each members, name of the
authorized signatories. The original signature of authorized representatives &
stamp of companies should be in each page of JV agreement. The digital
signature or digital stamp shall not be accepted. The authorized signatories of JV
agreement should hold power of attorney from the irrespective firm. Such Power
of attorney of authorized signatories of JV agreement shall have been issued by
executive head of organization such as Managing Director, CEO or Chairperson,
etc.
Form A-3: Self Declaration Statement by the Applicant(s)
The applicant shall submit a Self-Declaration mentioning that applicant(s) is not
ineligible to participate in this procurement process, that the applicant(s) does/do
not have any conflict of interest in the proposed assignment, and that the

Page 18 of 39
applicant firm has not received any punishment while doing software
development business or any other business including any kind of debarment by
any Governmental or national or international organizations and litigation history
(if any), in last seven years. The self-declaration letter shall be signed with
original signature of an authorized person of the applicant firm and shall be
stamped by the company’s seal. The format of the self-declaration letter is given
in Form A-3 of this EOI document. In case of JV, each individual firm shall submit
Self-Declaration either separately or jointly by signing each member of JV
mentioning information requested in Self-Declaration.
Form A-4: Eligibility Documents
The applicant shall complete form A-4 and submit supporting documents for the
eligibility requirements(s). The supporting documents will be in the form of
certified copies of incorporation certificate, NTN/STRN and VAT Certificates
whichever applicable, in addition to Income Tax Clearance Certificates.
Form A-5: Identification of the Firm
The background information of the applicant firm shall be presented in the
prescribed Form A-5.
Form A-6: Financial Capability of the Firm
The financial capability of the applicant firm(s) shall be presented in the
prescribed Form A-6 of this EOI document. The financial status of the applicant
firm shall be supported with audited reports of last three (03) consecutive fiscal
years.
3.2.2 General & Specific Work Experience
The experience of the firm should be supported with evidence/proof in the form of
work completion certificates showing the project size, value of contract, time
duration and date of completion of the assignment, as appropriate. The
experience of the firm without such evidence/proof will not be considered for
evaluation.
Form B-1: General Work Experience of the Firm in the last ten (10) years
General experience of the applicant firm in the last ten (10) years as a Software
Development Firm, as prescribed in the Evaluation Criteria Table.
Form B-2: Details of the works stated in Form B-1
Complete Description of the projects referred in Form B-1 shall be described on
the prescribed format.
Form C-1: Past Experience of same nature of Projects
Specific experience of the applicant firm in the last ten (10) years as prescribed in
the Evaluation Criteria Table.
Form C-2: Details of the works stated in Form C-1
Complete Description of the projects referred in Form C-1 shall be described on
the prescribed format.
Form C-3: Past Experience regarding specific e-procurement Solutions
The projects regarding e-procurement solutions referring complete or partial
procurement cycle, as prescribed in the Evaluation Criteria Table.
Form C-4: Details of the works stated in Form C-3
Complete Description of the projects referred in Form C-3 shall be described on
the prescribed format.
Form D-1: Details of Key Personnel/ Professionals
The details of proposed Key Personnel/Professionals shall be presented on the
prescribed form D-1, as desired in Evaluation Criteria Table and Annexure-A.
Form D-2: Resume (Name of the Prime/Alternate Candidate)
The Resume of prime Key Personnel/Professionals, including any alternate
professionals, if needed, shall be presented on the prescribed D-2.
3.2.3 Additional Forms

Page 19 of 39
Form E: Summary Sheet: Current Contract Commitments/ Works in
Progress
Applicants and each partner to an application should provide information on their
current commitments on all contracts that have been awarded, or for which a
letter of intent or acceptance has been received, or for contracts approaching
completion, but for which substantial Completion Certificate has yet to be issued.
Form F: Litigation History
Applicant, or each of the partners of a joint venture, as the case may be, shall
provide information on any history of litigation or arbitration resulting from
contracts executed in the last seven (07) years or currently under execution. A
separate form shall be used for each partners of joint venture.

FORM A-1
LETTER OF SUBMISSION

[Letterhead of the Applicant, In case of Joint Venture, of the Lead Firm)]

Date: ................................

To:
Project Manager/Director General (M&E)
Public Procurement Regulatory Authority
1st Floor, G-5/2,
Islamabad.

Dear Sir,
Being duly authorized to represent and act on behalf of ……………………………………
…………………………………………………………………………………………………
…………………………………………………………………………………………………
………………(hereinafter “the Applicant”), and having reviewed and fully understood all
the information provided in EOI, the undersigned hereby apply for qualification by the
Authority as a Software Development Firm for the “designing, development,
installation and commissioning of e-procurement (e-Pak Acquisition & Disposal)
System”.

1. The Authority and its authorized representative(s) are hereby authorized to verify the
statements, documents, and information submitted in connection with the submitted EOI.
This Letter will also serve as an authorization to any individual or authorized
representative of any institution referred to in the supporting information, to provide such
information deemed necessary and requested by you to verify statements and

Page 20 of 39
information provided in this EOI, or with regard to the resources, experience, and
competence of the Applicant.

2. The Authority and its authorized representative(s) are authorized to contact any of the
signatories to this letter for any further information.

3. This application has full understanding that all the decisions by the Authority related to
this EOI shall be final, binding and not subject to review. The Authority shall be under no
obligation to inform the applicant of the reasons for its decisions or actions.

4. The applicant hereby provides willingness and commitment to abide by all applicable
laws, regulations, and other requirements having the effect of law in the execution of this
project, if shortlisted and finally selected for the award of contract.

5. The applicant has full understanding that the Authority, being the Procurement
Regulatory Body, has the power to interpret any of the provisions of its Regulatory
Framework including PPRA Ordinance, 2002, PPRA Rules & Regulations, Orders,
Instructions or any form of Bidding Documents i.e. EOI or Prequalification or RFP
Document(s), including those of this Project.

6. If shortlisted by the Authority, the applicant shall not be permitted to withdraw the EOI
application submitted to the Authority, and shall be bound to submit the proposals in
response to the RFP. In case of failure, the Authority may debar the applicant firm(s) for
a period of not more than two (02) years for participating in any tender by itself and the
procuring agencies in its jurisdiction.

7. All further communication concerning this EOI proposal should be addressed to the
following person who is authorized to represent and to receive all communication on
behalf of the Applicant and its constituents.

[Person & Designation]


[Company]

[Address]

[Phone, Fax, Email]

Date: Signature & Designation of Applicant: Seal of the Firm

8. The undersigned declare that the statements made and the information provided in
the duly completed EOI proposal are complete, true and correct in every detail.

Signed

Name

Designation

For and on behalf of

(Name of Applicant or Lead Firm in the joint venture)


Page 21 of 39
FORM A-2
JOINT VENTURE INFORMATION

If the EOI is being submitted in Joint Venture, provide the following Joint Venture
information:

SN. Name of Complete Address of Liaison Person with Share in JV


Firm the Firms Contact Information Partnership
(%age)
1. Lead Firm

2. Partner
Firm:

3.

Note:
1. A maximum of three (3) firms can form a Joint Venture.
2. In case of a JV, the minimum share percentage of the lead firm should be at least 40%
and that of each of the other JV partners should be at least 20%. Also, the lead firm
should hold the power of attorney.

Attachment

1. Joint Venture Agreement or Letter of Intent for forming JV; subject to the condition
that the Proposals shall be submitted after the legal formation of JV.
2. Power of attorney of the signatory (ies)
3. Power of attorney to lead the JV

Date: Signature & Designation of Applicant: Seal of the Firm

Page 22 of 39
FORM A-3
SELF DECLARATION FORM
Date: ……………

To:
Project Manager/Director General (M&E)
Public Procurement Regulatory Authority
1st Floor, G-5/2,
Islamabad.

Sir,
We, the undersigned (u/s),
………………………………………………………………..(name of all the applicant
Firm/JV) declare that we are legally eligible to participate in the procurement process of
services for the .......................... (Title of Software Development Firm/ Service Provider).
We also declare that we do not have any conflict of interest in the said assignment. We
hereby also declare that we have not received any punishment while doing software
development business or any other business including any kind of debarment by any
Governmental or national or international organizations.
We also declare that we have provided the litigation history, of the last seven years.
Note: (If any member of the applicant firm is not eligible to participate in procurement
process or has conflict of interest in the said assignment or has received any
punishment while doing any business in the last seven years, the same must be clearly
mentioned in this form. Any history of litigation during the last seven years shall also be
declared here along with the relevant verdict.)

(Note: Each Firm of JV needs to submit Self Declaration either jointly or


individually with original signature and stamp of company together with EOI
document)

Date: Signature & Designation of Applicant: Seal of the Firm

Page 23 of 39
FORM A-4
ELIGIBILITY DOUCUMENTS
Fulfilment of Eligibility Requirements

Description Status of submitted Remarks


documents and their (if any)
position/reference in
the EOI Application
Complete Company profile and
Organizational Chart

Certified copy of Business


Incorporation Certificate (The
Applicants’ legal status including the
principal place of business)

Certified copy of Valid Incorporation


Certificate (of each member of JV) if
applicable

Link of Active Taxpayers List of


relevant Tax Authorities, and
NTN/STRN and VAT Certificates
(whichever applicable)

Certified copy of Income Tax


Clearance Certificate (of each member
of JV), in case of application by the JV

Certified copy of Audit report of last


three (03) consecutive fiscal years

Certified Copy of ISO Certification

Self-Declaration Form (in case of JV,


the firm shall submit Self Declaration
Form either separately or jointly by
signing each member of JV mentioning
required information

Joint Venture Agreement between the


JV Partners duly signed by authorized
signatories & stamped with company
seal of each member of joint venture &
clearly mentioning name of the lead
firm, name of JV partners, role and
responsibility of each member, share
percentage of each members, name of

Page 24 of 39
the authorized signatories (if
applicable)

Power of attorney of authorized


signatories of JV agreement from their
respective firm with signature & stamp
for each member of JV (if applicable).

Power of attorney to lead firm by JV


partners (if applicable)

Forms A-1 to A-6

Forms B-1 to B-2

Forms C-1 to C-4

Form D

Form E (Involvement in Current


Activities/Projects)

Form F (Litigation History)

In addition, provide the following information Description

Value Value Remarks


The total number of partner firms in joint
venture
Share percentage
Lead firm
JV partner firm-1
JV partner firm-2
The Average Annual Turnover in the last three
fiscal years among last three consecutive fiscal
years for each firm.
Lead firm
JV partner firm-1
JV partner firm-2

Date: Signature & Designation of Applicant: Seal of the Firm

Page 25 of 39
FORM A-5
GENERAL INFORMATION OF THE APPLICANT FIRM(S)

All individuals firms and each partner of a joint venture applying through EOI are
requested to complete the information in this form. Nationality related information is also
to be provided for foreign owners or applicants who are forming part of the joint venture.
1. Name of Firm

2. Head Office Address

3. Telephone

4. Fax

5. Incorporate Details:
Date of Incorporation:
No:
Date of last renewal:
Valid up to:
6. Name and address of contact person:
Name and Designation of Contact Person:
Address:
Telephone number (Office):
Telephone number (Residence) :
Mobile no:
Fax:
Email:
Nationality of Owners

Name Nationality

1.

2.

Date: Signature & Designation of Applicant: Seal of the Firm


Note: In case of a JV, provide similar information for each member in the joint venture
separately.

Page 26 of 39
FORM A-6
FINANCIAL CAPABILITY OF THE FIRM(S)

Full name of the Applicant Firm(s): _________________________________________

FINANCIAL STATUS
Turnover of last FY ______________ FY __________ FY ___________
three consecutive
fiscal years
Description

Amount in US$

Amount in words

Note:
1. Provide similar information for each member in case of joint venture.

2. Submit Audited Reports of last three (03) consecutive fiscal years to support the
above information.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 27 of 39
FORM B-1
GENERAL WORK EXPERIENCE OF THE APPLICANT FIRM(S)
S. N. Name of Location Client Year of Description of
the project value of completion relevant work
contract
(US$)
1.
2.

3.
4.
5.
6.
7.

Note: (1) Note: Provide above information for each member in case of a joint venture.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 28 of 39
FORM B-2
DETAILS OF THE WORKS STATED IN FORM B-1

(DETAILS OF THE WORKS SHOWN IN FORM B-1)


The following information should be provided in the format indicated for each reference
project for which your company was legally contracted.

Project Name: Country:


Project Location: Professional Staff Provided by the
Name of Client: Company:
Approximate value of Services: No. of Staff:
N. of Man-months:
Start Date: (Month/Year) Completion Date: No. of man-months of
(Month/Year) Professional Staff
provided by Associated
Firm(s).
Name of associated
firm(s) if any:
Name of Senior Staff
(Project
Director/Coordinator,
Team Leader) involved
and functions performed:
Detailed Narrative
Description of Project:
Detailed Description of
Actual Services Provided
by the Company:

Date: Signature & Designation of Applicant: Seal of the Firm

Page 29 of 39
FORM C-1
SPECIFIC WORK EXPERIENCE OF THE APPLICANT FIRM(S)
OF THE SAME NATURE (E-PROCUREMENT)

S. N. Name of Location Client Year of Description of


the project value of completion relevant work
contract carried out

1.
2.
3.
4.
5.
6.
7.

Note: (1) Note: Provide above information for each member in case of a joint venture.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 30 of 39
FORM C-2
DETAILS OF THE WORKS STATED IN FORM C-1

(DETAILS OF THE WORKS SHOWN IN FORMS C-1)


The following information should be provided in the format indicated for each reference
project for which your company was legally contracted.

Project Name: Country:


Project Location: Professional Staff Provided by the
Name of Client: Company:
Approximate value of Services: No. of Staff:
N. of Man-months:
Start Date: (Month/Year) Completion Date: No. of man-months of
(Month/Year) Professional Staff
provided by Associated
Firm(s).
Name of associated
firm(s) if any:
Name of Senior Staff
(Project
Director/Coordinator,
Team Leader) involved
and functions performed:
Detailed Narrative
Description of Project:
Detailed Description of
Actual Services Provided
by the Company:

Date: Signature & Designation of Applicant: Seal of the Firm

Page 31 of 39
FORM C-3
SPECIFIC WORK EXPERIENCE OF THE APPLICANT FIRM(S)
REGARDING E-PROCUREMENT SOLUTION

S. N. Name of Location Client value Year of Complete/ Description


the of contract completion Partial of relevant
project Procurement work
Cycle
1.
2.
3.
4.
5.
6.
7.

Note: (1) Note: Provide above information for each member in case of a joint venture.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 32 of 39
FORM C-4
DETAILS OF THE WORKS STATED IN FORM C-3

(DETAILS OF THE WORKS SHOWN IN FORMS C-3)


The following information should be provided in the format indicated for each reference
project for which your company was legally contracted.

Project Name: Country:


Project Location: Professional Staff Provided by the
Name of Client: Company:
Approximate value of Services: No. of Staff:
No. of Man-months:
Start Date: (Month/Year) Completion Date: No. of man-months of
(Month/Year) Professional Staff
provided by Associated
Firm(s).
Name of associated
firm(s) if any:
Name of Senior Staff
(Project
Director/Coordinator,
Team Leader) involved
and functions performed:
Detailed Narrative
Description of Project:
Detailed Description of
Actual Services Provided
by the Company:

Date: Signature & Designation of Applicant: Seal of the Firm

Page 33 of 39
FORM-D-1
DETAILS OF KEY PERSONNEL/PROFESSIONALS
S. Designation Name Qualification Full Total years Projects
No. (including time/part of currently
university & time experience involved in
year of
degree
obtained
after
graduation)
1

10

11

12

Note: Duly signed bio-data of personnel must be attached. Professional Degrees shall
be accredited by respective professional statutory body.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 34 of 39
FORM-D-2
Resume (Name of the Prime/Alternate Candidate)
(There is no mandatory requirement to mention alternate candidates)
Position Candidate [tick appropriate one]
Prime Alternate
Candidate Information 1. Name of 2. Date of Birth
Candidate
Professional Qualification

Present Employment Name of Employer

Address of Employer

Telephone Contact (manager/personnel officer)

Fax Telax

Job title of Year with present employer


candidate

Summarize professional experience in reverse chronological order. Indicate particular


technical and managerial experience relevant to the Project.
Month/ Company / Project/ Position/ Relevant technical and
Dates/years management experience

From To

1.

2.

3.

4.

5.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 35 of 39
FORM-E
Summary Sheet: Current Contract Commitments/ Works in Progress
Applicants and each partner to an application should provide information on their
current commitments on all contracts that have been awarded, or for which a letter of
intent or acceptance has been received, or for contracts approaching completion, but for
which substantial Completion Certificate has yet to be issued.
Value of Outstanding work Estimated
Name of Contract (equivalent Pak Rs. Million) Completion Date

1.

2.

3.

4.

5.

6.

Date: Signature & Designation of Applicant: Seal of the Firm

Page 36 of 39
FORM-F
Litigation History
Applicant, or each of the partners of a joint venture, as the case may be, shall provide
information on any history of litigation or arbitration resulting from contracts executed in
the last seven (07) years or currently under execution. A separate form shall be used for
each partners of joint venture.

Year Award for or Name of client, cause of disputed amount


against applicant litigation, and matter in dispute (current value Pak
Rupees or equivalent)

Date: Signature & Designation of Applicant: Seal of the Firm

Page 37 of 39
Annexure-I

Human Resources Capability


Note: One Mark shall be awarded for each position having ten (10) years’
experience, and 0.1 mark shall be deducted for lacking experience by one year
and so on.
Explanation: ≥6 Months’ experience shall be treated as 1 Year.
S. No. Key Positions & Qualification Remarks
Professionals
1. Project Manager MS Project On Position
Management
Max Marks: 1
with
background of
Computer
Science/
Computer
Engineering
2. Computer System 4-Years At least, there shall be
Architect(s) i.e. Technical Professional one (01) Technical
Architecture Specialist, Bachelor’s Architect Specialist.
Functional Architect, Degree in
Max Marks: 2
Database Architect. Computer
Science or
Computer
Engineering
3. Software Development 4 Years At least, there shall be
Team lead by Software Professional three (03) positions for
Development Manager Bachelor’s Software Developers.
Degree in
Including Web Analyst, Web Max Marks: 4
Computer
Designers, SharePoint
Science or
Developers, Configuration
Software
Management Specialist.
Engineering
4. Cyber/Network Security and 4- Years At least, there shall be
Digital Forensic (DF) professional one (01) position for
Specialist Bachelor’s Cyber Security and DF
Degree in Specialist.
Cyber Security
Max Marks: 1
and DF
5. Engineering Group & 4-Years At least, there shall be
Hardware Specialists Professional two (02) position for
Bachelor’s Engineering Group.
Degree in
Max Marks: 3
Computer or

Page 38 of 39
Electronics
Engineering
6. Business Analytics Team 4-Years At least, there shall be
including Business Bachelor’s one (01) position for
Intelligence Analyst, Degree in Business Analyst.
Business Subject Matter Business
Max Marks: 2
Expert, Data Analyst, Management
Technical Reports Writer
etc.
7. Quality Management Group Master’s At least, there shall be
having Quality Assurance Degree in one (01) position for
Specialists Quality Quality Management.
Management
Max Marks: 2
with
Engineering
background.
8. Project Management Group Master’s There shall be expertize
having experts in the fields Degree in of each field.
of: relevant fields
Max Marks: 3
with
i. HR Management;
background of
ii. Risk Management; Engineering or
Business
iii. Change Management; Management

9. Procurement Expert Bachelor’s There shall be at least


Degree in Civil (01) one position.
or Electrical or
Max Marks: 1
Mechanical
Engineering or
MS Degree in
Procurement
Management
preferably with
engineering
background of
any discipline.
10. Legal Experts Professional There shall be at least
graduate one (01) legal expert.
Degree in Law
Max Marks: 1

Page 39 of 39

You might also like