Tender Notice 18042023 Testing Service
Tender Notice 18042023 Testing Service
The sealed bids complete in all respects as prescribed and required under
this Tender Document must be delivered into Tender Box, placed at
Reception/Information Desk of Supreme Court of Pakistan at Islamabad, not later
than 11:00 am on last date of submission of bids. Bids submitted late or incomplete
shall not be considered/entertained.
(Khurram Shahzad)
Assistant Registrar
(Administration)
Tel No.:- 051-9218833
TENDER NOTICE
REQUEST FOR PROPOSAL (RFP) FOR HIRING TESTING AGENCY TO
CONDUCT A TEST(S) FOR RECRUITMENT IN SUPREME COURT OF
PAKISTAN (SCP)
Sealed bids/Proposals are invited from well reputed registered Testing Agencies to
conduct test(s) for recruitment of regular posts in Supreme Court of Pakistan. Bids, which
would be evaluated on Quality and Cost Based Selection method, should be submitted on
“Single Stage two envelope procedure" basis as laid down in Rule 36 (b) of PPRA Rules,
2004 and delivered into Tender Box, placed at Reception/Information Desk of Supreme
Court of Pakistan at Islamabad before 11:00 am on 05.05.2023. The “Technical
Proposals" will be opened on the same date at 11:30 am in the presence of bidders or
their representatives.
1. One sealed envelope containing two sealed envelopes having clearly marked as
"Technical Proposal" and "Financial Proposal'' is to be submitted by each Testing
Agency.
2. Testing Agency should be a registered agency in Pakistan, if established in private
sector, duly supported with an attested copy of registration certificate from SECP.
3. The Testing Agency shall have minimum 4 years experience of conducting
recruitment tests in public sector organizations and have relevant questionnaire
data with software to ensure transparency.
4. Expertise and profile of the Testing Agency to conduct such type of recruitment
tests should be attached.
5. The Testing Agency should not have been black-listed by any Government/Semi
Government department/autonomous body or private company for which an
affidavit on Stamp Paper duly signed by the Head of the testing agency should be
attached with the bid.
6. The Testing Agency should have their offices at Islamabad and complete postal
addresses, telephone numbers, fax numbers and E-mail address etc. shall also be
attached with the bid for confirmation purposes.
7. The Testing Agency should have NTN and STRN Certificates issued from FBR,
Proof of Active Payer List (ATL) from the web-site of FBR will have to be
provided with the bid.
8. Full Rate/fee per candidate for each cadre (of which 50% to be paid by the
candidate and 50% by SCP in terms of Establishment Division’s OM
No.F.53/1/2008-SP dated 18.08.2017) for holding recruitment tests should be
quoted inclusive of all taxes. These rates shall be valid till completion of the
recruitment process.
9. The successful bidder will have to arrange test(s) at Islamabad, all the provincial
capitals and at any other station as mutually agreed between the SCP and the
Testing Agency within the stipulated period as per agreement, which will be
signed with the bidder subject to final approval of the Authority.
10. Copy of the Bidding document can be downloaded from
www.supremecourt.gov.pk and www.ppra.org.pk.
11. The Authority may reject any or all bids at any time prior to the acceptance of bid
in terms of Rule 33 of PPRA Rules. 2004.
SUPREME COURT OF PAKISTAN
BIDDING DOCUMENTS
Expression of Interest
1
CONTENTS
1. Introduction of Employer 3
2. Objective of EoI 3
3. Invitation to Bid 3
4. Instructions to Bidders 3
14. Affidavit 28
2
1. Introduction of employer
Supreme Court of Pakistan (SCP) is established under The Constitution of Pakistan, 1973.
The Supreme Court of Pakistan is the highest appellate court of the country and the court of last
resort. It is the final arbiter of the law and the Constitution.
Through this Expression of Interest (EoI), SCP intends to hire an experienced testing agency
for selection of best human resource to work in the Supreme Court of Pakistan establishment in
an efficient and transparent manner. The objectives of this EoI document are as follows:
3. Invitation to Bids
4. Instructions to Bidders
To shortlist the eligible organizations, SCP invites bids on Quality and Cost Based Selection
method in conjunction with “Single Stage-Two Envelope” bidding procedure from registered
firms/organizations/companies.
SCP will adopt “Quality and Cost Based Selection” method under “single stage-two
envelope” bidding procedure as laid down in Rule 36 (b) of PPRA Rules 2004. The bidders shall
submit the technical and financial proposals in two separate envelopes; one envelope constraining
financial proposal shall be marked as “Financial Proposal” and 2nd envelop marked as “Technical
Proposal”. In the first instance, the “Technical Proposal” shall be opened and the envelope marked
as “Financial Proposal” shall be retained unopened in the custody of the SCP. SCP shall evaluate
the requirements proposed in the Technical Proposal, without reference to the price and shall
reject any proposal which does not conform to the specified requirements. During the technical
evaluation no amendments in the technical proposal shall be permitted. Financial bids of un-
3
successive bidders will not be opened. A bidder has to obtain a minimum threshold of 70 points to
qualify in the technical evaluation. If a bidder does not qualify in technical evaluation, his financial
bid will not be opened. After evaluation and approval of technical proposals, the SCP shall open the
financial proposals, in the presence of the technical responsive bidders, on a date/time to be
announced by Competent Authority. The financial bids found technically non-responsive shall be
returned un-opened to the respective bidders.
ii. Technical and Financial proposals should be submitted in separate envelopes. The word
“Technical Proposal” and “Financial Proposal” shall be clearly written on the top left corner of
respective envelopes.
iii. Technical Proposals will be opened on the prescribed last date of submission of bids at 11:30
am in the presence of the bidders or their authorized representatives who wish to witness
tender opening. After the Technical evaluation, Financial Proposals of only technically
qualified organizations/companies shall be opened in the presence of their representatives on
the date and time to be announced subsequently.
v. Financial proposal must be accompanied with a bid security of by Rs.10,000/- in the form of
Bank Draft in the favour of Registrar, Supreme Court of Pakistan failing which bid will not be
considered.
f. Income Tax registration certificate, NTN Certificate, Sales Tax Certificate and SECP
registration certificate.
vii. The bid validity period shall be valid till completion of whole recruitment process.
viii. The firm shall deliver services within 90 days after signing of the contract.
x. Bids received through Fax/Telex/Email and after due date/ time will not be considered.
xi. Income Tax & GST will be deducted as per rules. However, GST, if applicable, will be the
responsibility of the bidder.
xii. If the bidders fail to provide satisfactory services within agreed period or are found to be
indulging in corrupt or fraudulent practices, the SCP shall proceed against the bidder under the
relevant rules.
xiii. The SCP may constitute a Redressal Grievance Committee to redress the written complaint of
bidder(s) received within 10 days after the announcement of the bid evaluation report and for
any other issue which may need to be resolved. The Committee may investigate and decide the
complaint within 15 days on the receipt of the complaint and mere fact of lodging of a
complaint shall not warrant suspension of procurement process.
xiv. SCP has right to amend or add any condition(s) mentioned in this document.
xv. SCP reserves the right to reject any or all the proposals, submitted in response to this tender
notice prior to acceptance.
The technical evaluation committee will evaluate the technical proposal. The testing agency
scoring less than 70% marks in technical evaluation will be declared disqualified and their financial
proposal will be returned unopened.
The technical proposals of the qualifying firms/institutions will be given 80% weightage as per
below formula:
Tw = Ts*0.80 (Where Tw is Technical Weightage and Ts is the Technical Score of the firm, as
per Technical Proposal Evaluation Criteria as per Annex-A).
5
The weights given to the Technical (T) and Financial (F) proposals are:
T = 80%
F = 20%
The lowest priced Financial proposal (Fm) will be given a financial score (Fs) of 100
points. The financial score (Fs) of the other Financial proposals will be computed as per the
formula i.e. Fs = 100*Fm/F, in which Fs is the financial score, Fm is the lowest total amount
and F is the total amount mentioned in the proposal under consideration (Serial No.8).
The proposals will be ranked according to their combined Technical and Financial
Scores using the weights (T&F) in the formula i.e. S = Ts * T (%) + Fs * F (%)
9. The testing agency must clearly quote post-wise applicable fee (inclusive of taxes) to be
charged per candidate for each vacant post (based on the test requirements for each post). The total
amount calculated, as per Annex-B shall be used for evaluation of the financial proposal. The
technical and financial proposals shall accompany the letter as per Annex-C.
7
2.2 MCQ Based Test : 65 Marks
A: English (16 marks)
i. Comprehension (04 marks)
ii. Active Passive (04 marks)
iii. Correct use of Tenses (04 marks)
iv. Antonym and Synonyms (04 marks)
B: Analytical Reasoning (10 marks)
C: MS Office (09 marks)
i. MS Word (02 marks)
ii. MS Excel (02 marks)
iii. MS Power Point (02 marks)
iv. Internet (02 marks)
v. Email (01 marks)
D: LAW (30 marks)
i. The Principles of Criminal Law (02 marks)
ii. English Jurisprudence (03 marks)
iii. The Pakistan Penal Code (03 marks)
iv. The Constitution of Pakistan, 1973 (03 marks)
v. The Law of Contract (03 marks)
vi. The Code of Civil Procedure, 1908 (03 marks)
vii. The Code of Criminal Procedure, 1898 (03 marks)
viii. The Qanun-e-Shahadat Order 1984 (03 marks)
ix. The Limitation Act, 1908 (03 marks)
x. The Arbitration Act, 1940 (02 marks)
xi. The Court Fee Act, 1870 (02 marks)
2 Assistant Protocol 1. WRITTEN TEST : 100 MARKS
Officer (BPS-16) 1.1 Descriptive Type Test : 30 marks
A: Essay Writing (20 marks)
B: Letter Writing (10 marks)
8
3 Software 1. PROGRAMMING/DEVELOPMENT (WEB /
Developer APP / DESKTOP)
(Web/Mobile 1.1. Programming Fundamentals: (05 Marks)
Apps) i. Understanding of programming concepts such as
variables, data types, control structures, functions.
1.2. Web Development: (10 Marks)
(BPS-16) i. Frontend technologies such as HTML,CSS3,
Bootstrap, JavaScript, Vuejs, Angular
ii. Backend technologies such as PHP, Python, .Net etc,
(On contract) Frameworks ( Laravel, codeigniter, Django, Flutter )
1.3. Mobile App Development: (10 Marks)
i. Ios/Android App development concepts.
ii. Understanding of App development iii.
Frameworks/Languages
iv. Fluter / DART
v. React – Native
vi. Kotlin / Java etc.
1.4. Structured and Object Oriented Programming
(10 Marks)
i. Memory concepts. operators, control structures,
selection structures, Array & functions/methods,
classes & data Abstractions, inheritance,
encapsulation and polymorphism.
1.5. Data Structures and Algorithms (10 Marks)
i. Pseudo language, Functions, Iteration, Recursion,
Time/Complexity Analysis, Stacks Queue, hashing.
linked list, Searching; Sequential. Binary, Soiling
Algorithms, Graphs Algorithms, Tree Algorithms,
Trees, ADTs, Implementation using
Structured/object oriented languages.
1.6. Software Engineering: (10 Marks)
i. Software Engineering Concepts, Software life cycle,
Software Design Methodologies: Structured/Object
oriented, Software documentation and Management,
CASE tools.
1.7. Data Base Management: (10 Marks)
i. DB Concepts ( Data Models, E-R Models, Relational
Database concepts, SQL, Normalization). DB
management Tools such as mysql, sql server,
monogo DB, oracle.
1.8. Testing / Debugging / QA: (05 Marks)
i. Testing concepts ( unit testing, integration testing )
ii. QA concepts
iii. Debugging Tools ( i.e vscode, visual studio, eclipse,
xcode )
1.9. Source Control / Security: (05 Marks)
i. SC Management concepts
ii. SC Tools ( Git, SVN )
iii. Source control management workflows ( Git flow )
13
1.2 Troubleshooting: (Marks: 10)
i. Identifying/rectifying connectivity/ installation/
configuration issues in network/systems.
ii. Identifying/rectifying performance issues.
16
iii. Authorization
iv. Authentication
v. Encryption
E: Video conferencing / others (15 Marks)
i. Basic concepts of video conference (Marks: 4)
ii. Know-How about the equipment required for VC
(Marks:3)
iii. Communication, Problem Solving and analytical
skills (Marks: 3)
iv. English Language Skills (Comprehension, Tenses,
essay/letter writing etc.) (Marks: 5)
7. Protocol Assistant 1. WRITTEN TEST : 100 MARKS
(BPS-14) 1.1 Descriptive Type Test : 30 marks
A: Essay Writing (20 marks)
(On contract) B: Letter Writing (10 marks)
17
2.2 MCQ Based Test : 70 marks
A: English (20 marks)
i. Comprehension (05 marks)
ii. Active Passive (05 marks)
iii. Correct use of Tenses (05 marks)
iv. Antonym and Synonyms (05 marks)
B: MS Office (25 marks)
i. MS Word (05 marks)
ii. MS Excel (05 marks)
iii. MS Power Point (05 marks)
iv. Internet (05 marks)
v. Email (05 marks)
C: Analytical Reasoning (10 marks)
D: Office Procedures of Federal & Provincial
Governments (15 marks)
i. Office filing procedure (07 marks)
ii. Correspondence, noting (08 marks)
9 Caretaker 1. Basic Knowledge of the duties (30 marks)
(BPS-11) 2. MCQ Based Relevant Test (30 marks)
3. IQ Skill (20 marks)
4. Essay Writing (20 marks)
10 Telephone 1. Basic Knowledge of the duties (30 marks)
Operator (BPS-9)
2. MCQ Based Relevant Test (30 marks)
3. IQ Skill (20 marks)
4. Essay Writing (20 marks)
11 Library Clerk 1. SKILLS TEST:-
(BPS-9) A: Typing speed 35 wpm
18
C: Analytical Reasoning (5 marks)
12 Transcript Writer 1. SKILLS TEST:-
(BPS-9) A: Typing speed (English/Urdu)
(10+10=20 marks)
2. Basic Knowledge of the duties (20 marks)
2. MCQ Based Relevant Test (30 marks)
3. IQ Skill (10 marks)
4. Essay Writing (20 marks)
13 Urdu Typist 1. SKILLS TEST:-
(BPS-8) A: Typing speed 40 wpm (Urdu)
19
2.2 MCQ Based Test: 70 marks
A: English (20 marks)
v. Comprehension (05 marks)
vi. Active Passive (05 marks)
vii. Correct use of Tenses (05 marks)
viii. Antonym and Synonyms (05 marks)
B: MS Office (30 marks)
vi. MS Word (07 marks)
vii. MS Excel (07 marks)
viii. MS Power Point (07 marks)
ix. Internet (05 marks)
x. Email (04 marks)
C: Analytical Reasoning (10 marks)
D: Office Procedures of Federal & Provincial
Governments. (10 marks)
ii. Office filing procedure (05 marks)
iii. Correspondence, noting (05 marks)
15 Electrician 1. Basic Knowledge Practical Test of
(BPS-7) Electrician/Electronics (50 marks)
2. MCQ Based Relevant Test: 30 marks
3. IQ Skill (20 marks)
16 Dispatch Rider 1. Practical Driving Test (40 marks)
(BPS-5) 2. Basic Knowledge Practical Test of Auto
Mechanical Test (10 marks)
3. MCQ Based Test: 50 marks
A: Driving Skills (20 marks)
B: Traffic Rules (20 marks)
C: IQ Skill (10 marks)
17 Naib Qasid (BPS- Written Test (Primary School Level)
2) 1. Manners (40 marks)
2. IQ Skills (40 marks)
3. General Knowledge (20 marks)
18 Cleaner Written Test (Primary School Level)
(BPS-2) 1. Manners (40 marks)
2. IQ Skills (40 marks)
3. General Knowledge (20 marks)
19 Chowkidar Written Test (Primary School Level)
(BPS-2) 1. Manners (40 marks)
2. IQ Skills (40 marks)
3. General Knowledge (20 marks)
20
20 Mali Written Test (Primary School Level)
(BPS-2) 1. Manners (40 marks)
2. IQ Skills (40 marks)
3. General Knowledge (20 marks)
xv) The questions in test paper should be in varying order to minimize the chances of copying
answers. The selection of test center, seating arrangement and quality/quantity of Invigilators
should be such that a conducive test environment is created. Furthermore, the selection of
invigilators should be such that there is no conflict of interest.
xvi) The selected executing agency shall, on demand, provide an authentic and legible copy of
application form, question paper & any candidate’s answer sheet to SCP after announcement
of the written and skill test result.
xvii) The selected executing agency shall provide a final merit list of the candidates as per merit
criteria provided by the SCP. Merit list will include all details including (but not limited to)
test marks, name of candidate, date of birth, gender, CNIC no., father name, employment
record, address, domicile, mobile no., alternate phone, fax and Email etc.
xviii) The selected executing agency shall be responsible for setting up a helpline to facilitate
potential candidates and answer their queries pertaining to registration and test(s).
xix) The selected executing agency shall facilitate visits of monitoring teams of SCP at all test
centers as well as organization offices, as and when required.
xx) The selected executing agency shall share all documents and data relevant with the selection
process in both hard copy and soft copy format.
xxi) Full Rates/fee per candidate for each cadre of which 50% to be paid by the candidate and 50%
by SCP in terms of Establishment Division’s OM No.F.53/1/2008-SP dated 18.08.2017 for
holding recruitment tests should be quoted inclusive of all taxes. These rates shall be valid till
completion of the recruitment process.
xxii) Payment of the 50% total of test fee shall be made only after submission of successful and
clear from all encumbrances test results by the agency to the satisfaction of the SCP.
xxiii) Technical Proposal shall be evaluated on the basis of Technical Evaluation Performa
attached with this tender document as at Annex-A. The Technical Proposal shall accompany
the letter as per Annex-C.
21
11. Important Note:
The competent authority may reject all bids or proposals at any time prior to acceptance of a
bid or proposal. The procuring agency shall upon request communicate to any bidder, the grounds for
its rejection of all bids or proposals, but shall not be required to justify those grounds. The SCP shall
incur no liability, solely, by virtue of invoking discretion provided under sub-rule (1) of Rule 33 of
PP Rules 2004, however, prospective bidders shall be informed in due course about the rejection of
bids if any (As per Rule 35 of PP Rules, 2004).
The SCP may, at any time prior to the deadline for submission of the Tender, at its own
initiative vested with exclusive discretion or in response to a clarification requested by bidder(s),
amend the Tender Document, on account of any reason, either to extend the deadline for the
submission of Bid or otherwise which shall be notified to all prospective bidder(s) where after all
such amendment(s) shall be considered part of the tender document and bidding on the bidder(s) as
per rules.
The SCP has right to increase or decrease number of posts and cadres.
22
Annex: A
Technical Proposal Evaluation Criteria
Sr. Description/Detail Points Tentatively Page # of
No. filled by the referred
the Bidder documentar
y proof
1 Full Profile of the Company in form of a 2
booklet/ Organizational Structure
(Maximum Points 2)
2 Experience of conducting recruitment tests (The ---
Agency falling short of 4 years experience are liable
to be rejected)
(Maximum Points 10)
Note: Copies of written proof be attached
(a) 4 years 4
(b) 5 to 6 years 5
(b) 7 to 9 years 7
(c) More than 10 years 10
3 Registration / Certification (Maximum Points 8)
Note: Copies of written proof be attached
(a) Active Tax Filer 1
(b) Active Sales Tax Filer 1
(c) SECP 1
(d) ISO 1
(e) NTN Certificate 1
(f) PRA Registration 1
(g) Never Blacklisted Certificate 2
4 Head Office & Provincial Headquarters
(Maximum Points 10)
Note: Copy of written proof be attached
(a) Only Islamabad 2
(b) Islamabad & Punjab 4
(c) Islamabad, Punjab, Sindh 5
(d) Islamabad, Punjab, Sindh, KPK 6
(e) Islamabad, Punjab, Sindh, KPK, 7
Balochistan
(f) Islamabad, Punjab, Sindh, KPK, 10
Balochistan AJK & GB
5 Number of Permanent Staff (Maximum Points 10)
Note: Copies of agreements/appointment orders
or any other proof be attached
(a) Upto 50 3
(b) Upto 100 5
(c) 101 – 200 7
(d) More than 201 10
6 Qualified Staff (Maximum Points 10)
Note: Copies of agreements/appointment orders
or any other proof be attached
(a) Permanent Ph. D staff upto 2 1
numbers
(b) Permanent Ph. D staff between 3 – 4 2
numbers
23
(c) Permanent Ph. D staff more than 5 5
numbers
(d) Permanent staff holding Master 1
degree upto 10 numbers
(e) Permanent staff holding Master 2
degree between 11 – 20 numbers
(f) Permanent staff holding Master 5
degree more than 21 numbers
7 Audited financial statements for last two 2
years (2020 & 2021) (Maximum Points 2)
Note: Copies of reports be attached
8 Financial Strength/ Audited Financial Statement/
Certified Accounts/ Statements showing Cash
balances in the relevant years. (Maximum Points
13)
Note: Copies of statements be attached
(a) Amount Rs. 5-15 Millions 5
(b) Amount Rs. 16 – 30 Millions 8
(c) Amount above Rs. 30 Millions 13
9 Conformity to the Schedule of requirements/TORs
and other conditions of the bid documents of
handling recruitment process of Courts:- (Maximum
Points 20)
(a) Only Lower Courts 3
(b) Only High Courts 7
(c) Only Supreme Court 10
(d) Supreme Court + High Courts + 20
Lower Courts
10 Government Projects Handled during the last 04
years (Maximum Points 15)
Note: A certificate/proof be attached
(a) Upto 5 Projects 5
(b) Upto 10 Projects 7
(c) Upto 20 Projects 10
(d) Upto 35 Projects 12
(e) Upto 50 & above 15
11 Total Points 100
12 Qualifying Points 70
The Technical Proposal Evaluation Criteria shall initially be filled by the interested bidder
along with referencing & attaching of required documents to be verified by the employer. The
technical evaluation of bidders will be carried out first and on the basis of which, financial bids will
be evaluated. Minimum points for qualification of technical proposal evaluation are 70%.
24
Annex-B
S.No. Post with BS No. of posts Fee to be charged Total charges per
(A) per candidate candidate
(B) C = (A x B)
1. Judicial Assistant (BS-16) 6
2. Assistant Protocol Officer 1
(BS-16)
3. Software Developer 2
(Web/Mobile Apps) (BS-16)
4. Software Developer (Artificial 1
Intelligence/Machine
Learning) (BS-16)
5. Network Technician/ Video 5
Link Operator (BS-15)
6. Protocol Assistant (BS-14) 1
7. User Support Technician 2
(BS-14)
8. Stenotypist (BS-14) 10
9. Telephone Operator (BP-9) 4
10. Library Clerk (BS-9) 1
11. Transcript Writer (BS-9) 1
12. Urdu Typist (BS-8) 2
13. LDC (BS-7) 17
14. Caretaker (BS-11) 1
15. Electrician (BS-7) 1
16. Dispatch Rider (BS-5) 2
17. Naib Qasid (BS-2) 9
18. Chowkidar (BS-2) 3
19. Mali (BS-2) 1
20. Cleaner (BS-2) 3
Total amount = (Sum of column C)
Note: The total amount calculated on the basis of the above table shall be used for evaluation of
the financial proposal.
25
Annex – B (1)
26
Annex - C
Sir,
We, the undersigned, offer to conduct the “Conduct of Written Test / Skill Test /
Psychological Test” for Supreme Court of Pakistan in accordance with your Request for Proposal,
and our Technical and Financial Proposals in two separate sealed envelopes is attached herewith.
Our Technical and Financial Proposal shall be binding upon us up to expiration of the validity
period of the proposals as required in the EoI.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Firm:
Address:
27
Annex-D
AFFIDAVIT
(of Rs.200/-)
We, [Name & address of the Agency], do hereby declare on solemn affirmation that:
1. We have not been blacklisted from any Government/semi Government
department/autonomous body or private company.
2. We have not been involved in any litigation with any client during the last three years.
3. We acknowledge that we have read, understood and accepted the tender document.
4. We understand that the SCP shall have the right, at his exclusive discretion, to require,
in writing, further information or clarification of the tender, from any or all the
contractor(s).
28
Annex - E
AGENCY PROFILE