Public data workspaceRead-only tender record
Public tender

Contractor Sought for Renovation and Interior Works at Sindh Business Facilitation Center in Karachi

REQUEST FOR QUOTATION (RFQ) HIRING OF CONTRACTOR / FIRM FOR RENOVATION, INTERIOR & MEP WORKS OF SINDH BUSINESS FACILITATION CENTER (SBFC), CLIFTON – KARACHI REF: No. PK-SID-530225-CW-RFQ ISSUE DATE: 31st December 2025 M/S ____________________ The Government of Sindh (the Client) has received financing from World Bank (…

Source ID: WB-OP00419815

Estimated value

$95,000

As published by the source; may be updated by the buyer.

Scope overview

REQUEST FOR QUOTATION (RFQ) HIRING OF CONTRACTOR / FIRM FOR RENOVATION, INTERIOR & MEP WORKS OF SINDH BUSINESS FACILITATION CENTER (SBFC), CLIFTON – KARACHI REF: No. PK-SID-530225-CW-RFQ ISSUE DATE: 31st December 2025 M/S ____________________

  • The Government of Sindh (the Client) has received financing from World Bank (the Bank) in the form of a credit towards the cost of the Competitive and Livable City of Karachi (CLICK) Project. The Project Director, Project Implementation Unit, CLICK, Karachi, the implementing agency of the Client, intends to apply a portion of the proceeds of this credit to eligible payments under the Purchase Order / Contract for which this RFQ is issued.
  • The Project Director, Project Implementation Unit – CLICK, now invites quotations from firm registered with the relevant tax authorities, for the Renovation, Interior Works, Electrical & Public Health (PH) works of the Sindh Business Facilitation Center (SBFC), Clifton – Karachi, as per attached scope of work and BOQ.
  • The deliverables must be completed within 12 weeks from the date of this work order.
  • The quoted rates must be inclusive of all applicable taxes and levies. However, in case SST / GST is applicable, it should be clearly mentioned separately in the quotation and on the Price Schedule.
  • The received quotations will be evaluated as per the ‘RFQ’ method of procurement in accordance with the World Bank Procurement Regulations for IPF Borrowers 2020, available on the World Bank website.
  • The quotation, along with complete details of the bidder’s profile, relevant renovation experience, and supporting documents, may be addressed and submitted to the office of the Project Director (PIU) – CLICK at the address given below, on or before 12th January 2026 by 03:00 PM.
  • The quotation must remain valid for at least thirty (30) days from the date of submission.
  • The deliverables against the required works shall be subject to inspection and approval of Senior Automation Specialist–CLICK.
  • All payments will be made through crossed cheque within thirty (30) days of receipt of the Contractor’s invoice, duly supported with completion certificates verified by the Senior Automation Specialist–CLICK.
  • Retention / Performance Security: @ 7.5% of the invoiced amount shall be retained as performance security till 29th May 2026. The retained amount will be released upon satisfactory performance duly verified by Senior Automation Specialist-CLICK.

Project Director (CLICK) Sindh Investment Department Government of Sindh Address: First Floor, Block B , FTC Building, Shahra-e-Faisal, Karachi Telephone: +92-21-99207512-14 RENOVATION & INTERIOR WORKS SINDH BUSINESS FACILITATION CENTER (SBFC), CLIFTON – KARACHI The Sindh Business Facilitation Center (SBFC) at Clifton is being established as a centralized, modern, citizen-facing facility to support investors, entrepreneurs and businesses through a one-window environment. To meet functional, safety and aesthetic requirements, the existing premises are to be renovated and upgraded through comprehensive Civil, Interior Design (ID), Electrical, and Public Health (PH) works. The renovation works shall include, but not be limited to, dismantling, civil alterations, flooring & tiling, partitions, ceilings, joinery & built-in furniture base, painting, plumbing fixtures, piping & drainage, and electrical distribution, lighting and low current provisions as detailed in Annexure–A: Renovation & Interior BOQ. OVERALL OBJECTIVE OF THE ASSIGNMENT The overall objective of this assignment is to renovate, upgrade and fit-out the SBFC Clifton facility into a fully functional, safe, accessible and modern business facilitation center that:

  • Provides a professional front-facing environment for investors and businesses.
  • Supports efficient service delivery by SBFC staff and partner agencies.
  • Meets applicable building, electrical, safety and PH standards.
  • Is aligned with the design intent, layouts and BOQ issued by CLICK / Consultant.
  • SUB-OBJECTIVES
  • Execute all Civil & ID works in accordance with approved drawings, finishes schedules and Annexure–A BOQ, including dismantling, masonry, plaster, tiling, flooring, ceilings, partitions, joinery and finishes.
  • Install all Public Health (PH) fixtures and piping, including water supply, sewerage, drainage and grease traps for tea points and toilets, as per specifications.
  • Install complete Electrical LV system, including power distribution, lighting, small power outlets, and provisions for low-current systems, in accordance with safety standards and approved layouts.
  • Ensure strict adherence to quality standards, safety protocols and workmanship as per specifications and applicable codes.
  • Coordinate effectively with CLICK PIU, Consultant, and other vendors (e.g., IT and equipment suppliers) to ensure smooth interfaces and timely completion.
  • Ensure minimal disturbance to surrounding occupants / building, maintain site safety and cleanliness throughout the execution period.
  • Provide as-built documentation, test reports, warranties and O&M manuals upon completion.
  • SCOPE OF WORK

The Contractor shall be responsible for end-to-end execution of all works under this assignment, including the following major components (as per Annexure–A: Renovation & Interior BOQ): 4.1 Civil & Structural / Dismantling

  • Controlled dismantling and removal of existing slab portions, masonry walls, glass partitions, floor tiles, skirting, old finishes, plumbing fittings, and electrical fixtures as per drawings.
  • Safe handling, segregation of reusable items (to be handed over to Client) and proper disposal of debris as directed by Engineer.
  • Construction of new block masonry, lintels, supports and MS girders where required.
  • Plastering, base screeds, levelling, self-levelling compound and termite proofing.

4.2 Partitions, Ceilings & Finishes

  • Gypsum board partitions with rockwool insulation, gypsum cladding, pelmets and drop boxes for glass.
  • Tempered glass partitions and doors, plywood partitions and laminated power columns.
  • False ceilings (gypsum and 2’x2’ tile type) with provisions for AC grills, lights and access panels.
  • Floor finishes, including porcelain tiles, carpet tiles, anti-static vinyl, and PVC skirting.
  • Marble work for steps, ramps, tea points and thresholds.
  • Painting and coatings with specified shades and systems.

4.3 Joinery & Built-in Elements

  • Tea point laminate cabinets, printer cabinets, janitorial shelving, filing cabinets, reception counter, cushion benches and other joinery as per BOQ and drawings.
  • Installation of fiber glass pots, plants, picture frames, environmental graphics, frosted films, roller blinds and 3D acrylic logo as specified.

4.4 Public Health (PH) Fixtures & Fittings

  • Provision and installation of SS sinks, mixers, soap dispensers, tissue dispensers, geysers, European WCs, vanities, Muslim showers, wash basin mixers, toilet paper holders, towel rails, mirrors, hand dryer etc., as per PH BOQ.
  • Water supply piping (PPR) including valves and all accessories.
  • Sewerage and drainage piping (uPVC), floor traps, cleanouts, grease traps and all required fittings.
  • Making connections to landlord sewerage line, testing and commissioning.

4.5 Electrical & Allied Works (LV)

  • Installation of Main Distribution Board (MDB), LDBs, PDBs, ACDB and sub-main cabling.
  • Internal wiring for lighting and power, including conduits, cable trays, earthing and bonding.
  • Installation of LED panel lights, downlights, emergency lights, exit signs and lighting controls as per layout.
  • Provision of socket outlets, counter power boxes, dedicated points for ACs, white goods, IT and equipment.
  • Provisions (conduits, back boxes, power) for low-current systems (data, voice, fire alarm, CCTV, PA), to be integrated with separate vendors under Annexe–B & C.

The detailed item-wise description and quantities are given in Annexure–A: Renovation & Interior BOQ, which forms an integral part of this RFQ and the resulting Contract.

  • RISK MANAGEMENT, MONITORING & COORDINATION
  • The Contractor shall identify and report risks related to site constraints, structural conditions, services clashes, supply chain and safety.
  • A basic work program / bar chart shall be submitted and updated fortnightly.
  • Regular site meetings and inspections will be conducted with CLICK PIU / Consultant to monitor progress, quality and safety.
  • DELIVERABLES AND TIMELINES

From date of Contract signing Sr. No. Deliverable Timeline 1 Mobilization & Detailed Work Program (including methodology, safety plan, QA/QC plan) Within 1 week 2 Completion of Dismantling & Civil Alterations (including rough plaster, base screeds) Within 4 weeks 3 Completion of Partitions, Ceilings, Piping & First Fix Electrical (concealed works) Within 8 weeks 4 Completion of Flooring, Tiling, Joinery, PH Fixtures & Second Fix Electrical Within 10 weeks 5 Final Finishes, Testing & Commissioning, Snag Rectification & Handover Within 12 weeks

  • DURATION OF ASSIGNMENT

The total duration of the assignment shall be twelve (12) weeks from the date of Contract signing, subject to site access and approvals. The Contractor shall plan resources to comply with this timeframe. PRICE SCHEDULE (To be filled by Bidder – Lump Sum amounts based on Annexure–A BOQ. GST, if applicable, must be shown separately.) S. NO DESCRIPTION Unit Quoted Amount in PKR (Lump Sum) 1 Dismantling & Site Preparation Works (as per Annexure–A, Section A) Comprehensive Solution ________ 2 Civil Works – Masonry, Plaster, Screeds, Termite Treatment, Waterproofing (Section B) ________ 3 Partitions & Cladding – Gypsum, Glass, Plywood, Power Columns (Section C) ________ 4 Ceiling Works – Gypsum & Tile Ceilings (Section D) ________ 5 Floor Finishes – Porcelain Tiles, Carpet Tiles, Vinyl & Skirting (Sections E & F) ________ 6 Marble Works – Steps, Ramps, Countertops, Thresholds (Section F) ________ 7 Doors – Glass, PVC, Laminated & Fire Rated (Section G) ________ 8 Acoustic Panels & Wall Claddings (Section H) ________ 9 Joinery & Built-in Furniture – Tea Points, Printer Cabinets, Filing, Reception, Benches (Section J) ________ 10 Graphics, Frosted Films, Blinds, Logo, Frames (Section K) ________ 11 Paint & Coatings – All Areas (Section M) ________ 12 Fiber Pots, Plants & Misc. Items (Sections N & P) ________ 13 PH Fixtures – Sinks, WCs, Vanities, Geysers, Accessories, Hand Dryer (PH BOQ Part-1) ________ 14 Water Supply Piping – PPR, Valves & Fittings (PH BOQ Part-2) ________ 15 Sewerage & Drainage – uPVC, Floor Drains, Cleanouts, Grease Traps (PH BOQ Part-3) ________ 16 Electrical Works – MDB, DBs, Wiring, Lighting, Sockets, Earthing & Provisions for Low-Current ________ Add Taxes (if any):

  • GST (if applicable): PKR __________
  • Other Taxes (if any): PKR __________

GRAND TOTAL VALUE INCLUDING ALL TAXES: PKR __________________ UNDERTAKING TO BE SIGNED BY THE BIDDER We hereby declare that: (a) All the information and statements made in this Proposal are true and we accept that any misinterpretation or misrepresentation contained in this Proposal may lead to our disqualification by the Client and/or may be sanctioned by the Bank. (b) This Proposal shall be valid for 30 days from the date of submission. (c) We have no conflict of interest. (d) We confirm our understanding of our obligation to abide by the Bank’s policy in regard to corrupt and fraudulent practices. (e) We undertake to observe the laws against fraud and corruption, including bribery, in force in Pakistan. (f) Our Proposal is binding upon us and subject to any modifications resulting from the Contract negotiations. (g) We undertake, if our Proposal is accepted and the Contract is signed, to initiate the Works related to the assignment no later than 10 days from the date of Contract. (h) We understand that CLICK-SID is not bound to accept any Proposal that CLICK-SID receives. (i) We have fully understood the required scope of works, specifications, BOQs and other conditions of this RFQ document and the contents of the draft contract. (j) We confirm that we have the technical competence, relevant experience and management capacity to execute renovation, interior, electrical and PH works with total quality and on time. Authorized Signature (in full and initials): __________________________ Name and Title of Signatory: ______________________________________ Name of Company: _____________________________________________ Date: ___________________ Annexure A - BOQ – Interior, Civil & Joinery Works S. No. Item / Description (Short) Unit Qty Rate (Rs.) Amount (Rs.) A. DISMANTLING WORKS A-00 Cutting & dismantling existing RCC slab Sft 149 A-01 Dismantling existing block masonry Sft 148 A-04 Removal of existing glass partition Sft 49 A-05 Dismantling existing tile floor & external steps Sft 5,384 A-07 Dismantling existing skirting Rft 690 A-09 Removal of old internal paint Sft 7,152 A-10 Removal of existing plumbing accessories/fixtures Job 1 A-10 (b) Removal of existing electrical works (DBs, lights, ACs, networking) Job 1 B. CIVIL WORKS B-01 8”×12” H-section MS girder with fabrication & painting Rft 38 B-02 4” thick solid block masonry (1000 psi) Sft 1,057 B-03 RCC lintel 1:2:4 Cft 12 B-04 Steel reinforcement in RCC lintel (G-60) Kg 400 B-05 New wall plaster ½”–¾” (1:4) Sft 2,214 B-06 Base floor plaster (1:4) Sft 5,382 B-07 Sand/scrap filling, compacted Cft 250 B-08 PCC 1:2:4 screed (2”–3” thick) Cft 200 B-09 Repair plaster for chiseled conduits / wall leveling Job 1 B-010 Self-levelling compound (epoxy) Sft 250 B-11 Water proofing to toilets & tea point (walls & floor) Sft 776 B-10 Termite proofing (under floors/behind cabinets) Sft 2,083 C. PARTITIONS & CLADDING C-01 100mm gypsum board dry wall partition with insulation Sft 1,019 C-02 Single-side gypsum wall cladding Sft 1,189 C-03 12mm tempered glass wall partition Sft 350 C-04 8mm plywood partition Sft 34 C-05 12mm glass partition matching existing Sft 454 C-06 Power column (laminated board cladding) Sft 32 C-07 Gypsum board drop box for glass partition Sft 175 C-10 Gypsum pelmet for roller blinds Sft 132 D. CEILING FINISHES D-01 Gypsum board false ceiling Sft 530 D-02 2’×2’ gypsum board false ceiling (washrooms, electric room, etc.) Sft 594 E. FLOOR FINISHES E-01 Carpet tiles (office area) Sft 362 E-02 Prayer area carpet Sft 84 E-03 Anti-static vinyl floor (electrical & IT room) Sft 79 E-04 PVC skirting (4” high) Rft 1,317 F. TILE WORKS F-01a Porcelain floor tile 2’×4’ (main floor) Sft 4,485 F-01b Porcelain floor tile 2’×4’ (bath floors) Sft 213 F-01c Porcelain wall tile 2’×4’ (bath walls) Sft 1,159 F. MARBLE WORKS F-02a Pre-polish marble steps & ramp (Ocean Grey) Sft 345 F-02b Tea point marble top & splash back Sft 207 F-03 Marble thresholds Sft 288 G. DOORS G-01 12mm tempered glass doors (single/double leaf) Sft 101 G-02 PVC doors incl. aluminum frame Sft 109 G-03 Laminated doors (ZRK) Sft 117 G-04 Fire-rated metal door (2 hr) Sft 24 H. ACOUSTIC & WALL PANELS H-01 Fabric acoustic wall panels Sft 405 H-02 Laminate wall cladding Sft 288 H-03 Plywood cladding with polish finish Sft 110 J. JOINERY & BUILT-IN FURNITURE J-01a Tea point laminate cabinets JD-01 Sft 232 J-01b Tea point cabinets JD-01a Sft 73 J-01c Tea point cabinets JD-01b Sft 73 J-02 Printer area laminate cabinets Sft 225 J-04 PVC janitorial closet shelves Sft 132 J-06a Cushion bench JD-03 Job 1 J-06b Cushion bench JD-04 Job 1 J-06c Cushion bench JD-05 Job 1 J-06d Cushion bench JD-06 Job 1 J-06e Cushion bench JD-08 Job 1 J-05a Filing cabinets JD-07 Sft 215 J-05b Filing cabinets JD-07a Sft 161 J-05c Filing cabinets JD-09 Sft 81 J-08 Reception counter (MDF + deco paint + marble top) Job 1 K. FROSTED FILMS, GRAPHICS & BLINDS K-01 Frosted film on glass (FS-01) Sft 502 K-02 Environmental graphics/vinyl (EG-01 & EG-13) Sft 654 K-03 Cutout text vinyl (VTX-01) Sft 100 K-04 3D acrylic logo Job 1 K-06 Picture frames 2’×3’ incl. graphics No 2 K-07 Roller blinds (perforated) Sft 676 M. PAINT FINISHES M-01a Paint PT-01 (Natural White) Sft 16,925 M-01b Paint PT-02 (Grey Fur) Sft 750 M-01c Paint PT-03 (Moody Forest) Sft 625 M-01d Paint PT-04 (Blue Heaven) Sft 450 M-01e Paint PT-05 (Tile Red) Sft 275 M-01f Paint PT-05 (Black) Sft 350 M-01g Enamel spray paint Sft 250 N. FIBER GLASS POTS & PLANTS N-01 Fiber glass pots 24” dia (Type PO-01) No 20 N-02 Fiber glass pots 24” dia (Type PO-02) No 5 N-03 Plants 5–6 ft height incl. filling & marble crush No 25 P. MISC ITEMS P-01 Repairing of aluminum windows/ventilators Sft 425 P-02 SS railing with mesh infill Rft 20 A.3 – Public Health Fixtures Sr. Description Unit Qty Material Rate (PKR) Install Rate (PKR) Amount (PKR) 1.01 SS Tea Point Sink – single bowl with drainboard, mixer, valves, traps, fittings & accessories Nos 4 1.02 Sink Mixer 15mm Nos 4 1.03 Soap Dispenser (Tea Points) Nos 4 1.04 Tissue Paper Dispenser Nos 4 1.05 Electric Geyser 6 Litre Nos 5 1.06 Main Sewer Connection to Landlord Sewer Job 1 1.07 European WC – wall-mounted with concealed cistern & flush plate, P/S trap & fittings Nos 7 1.08 Vanity Wash Basin incl. RCC slab & 20mm marble top, fittings & traps Nos 5 1.09 Muslim Shower with double bib cock Nos 7 1.1 Wash Basin Mixer 15mm Nos 5 1.11 Soap Dispenser (Toilets) Nos 5 1.12 Toilet Paper Holder Nos 7 1.13 Towel Bar / Rail ¾” Nos 5 1.14 Imported Beveled Mirrors 5mm with backing Sft 80 1.15 Sewer/Waste Piping Connection in Duct Job 1 – 1.16 Electric Hand Dryer Job 1 – Sr # Part-2: WATER SUPPLY Unit Qty. Rate (Rs.) Installation (Rs.) 2.1 Providing, fixing, jointing and testing Polypropylene Random (PPR) pipes, DADEX or approved equivalent, pressure pipe for cold/hot water as per DIN 8077-8078,PN-20 for pipes and DIN 16962,PN-25 for fittings (polyfusion welded joints) inside building including fittings and specials (sockets, tees, elbows, bends, crosses, reducers, adaptor, plugs and union etc.) supported on walls or suspended from roof slab or run in chases including pipe hangers, supports, cutting and making good the chases and holes, complete in all respects. 25mm dia Rft 210 32mm dia Rft 180 40mm dia Rft 100 50 mm dia Contractor to Verified from LL site engineer Rft 100 2.2 Providing and installing ball valves of following nominal dia, DADEX/SCON/KITZ make or approved Equaivalent, including jointing, fitting, painting, testing, complete in all respects to match with PPR and PE pipes of following diameters. 32 mm Nos. 6 Part-3: SEWERAGE & DRAINAGE 3.1 Providing, laying, fixing and testing uPVC soil, waste, vent and rain water as per ISO 3633:1991 or equivalent BS specifications including uPVC fittings with solvent cement jointing or rubber ring joints,DADEX Or Approved Equivalent make as approved by the Engineer complete in all respects, including clamps, bends, tees, Y-tees, cowls, reducers, sleeves, clean out, waterproof sleeves, roof drain, etc., embedded in floors and walls, clamped to walls, suspended from slab (common hanger shall be used for pipe hanging and fiber glass tray under pipes), painted MS horizontal and vertical pipe hangers of approved design making requisite no. of holes and making good the same complete in all respect as per specifications and drawings. 2" i.d Rft 60 3" i.d Rft 185 4" i.d Rft 325 3.2 Providing, laying, fixing and testing floor drain (multifloor trap) uPVC including extension grating and stainless steel cover grating , P-trap best quality local make Porta or Approved Equivalent as approved Engineer, complete in all respect as per specifications and drawings. Nos. 19 3.3 Providing and fixing clean out with threads ferule fixed in pipe with the help of solvent, as shown on drawing, complete in all respects as per specifications and drawings. 3" i.d Nos. 2 4" i.d Nos. 4 3.2 Supply, Installation, Testing of Grease Traps of Holding capacity 8 gallons (approx size= 12"X18"X12") including all accessories & fiitings required for its operation asper drawings,specifications & standards. Nos. 4 Electrical Works C.1 – LV POWER DISTRIBUTION & PANELS Sr. Description Unit Qty Unit Rate (PKR) Amount (PKR) 1.01 Main LV Panel / MDB (Incoming from landlord meter, outgoing feeders to DBs; MCCB, MCBs, busbar, metering, enclosure, labels, complete) No 1 1.02 Lighting Distribution Boards (LDBs) – 3-phase, complete with MCBs, enclosure, labels No 2 1.03 Power Distribution Boards (PDBs) – 3-phase, for sockets & equipment No 2 1.04 AC Distribution Board (ACDB) – 3-phase, for HVAC circuits No 1 1.05 Sub-main XLPE/PVC Armoured Cables from MDB to DBs, including terminations & cable trays (25–70mm², as per design) Lot 1 1.06 Earth Pits (Chemical / GI plate type) with earth bus, test link, watering arrangement No 3 1.07 Main Earthing & Bonding – GI strip/cable from pits to MDB/DBs & metallic equipment Lot 1 1.08 Cable Trays & Ladder (for main routes above ceiling) including supports, hangers, accessories Lot 1 C.2 – LIGHTING SYSTEM Assumptions: SBFC requires modern office lighting (recessed panels + downlights), ~350–400 lux on workplane in public and office areas. Sr. Description Unit Qty Unit Rate (PKR) Amount (PKR) 2.01 2’×2’ Recessed LED Panel Lights, 36–40W, 600×600mm, 110–240V, PF>0.9, 50,000 hrs (main halls, offices, meeting room) No 100 2.02 6–8” Round LED Downlights, 12–18W (reception, corridors, tea point, waiting area accent) No 40 2.03 LED Strip / Cove Lighting (reception feature wall, signage areas) including drivers & accessories Rft 100 2.04 Emergency LED Lights with built-in battery (3 hrs backup) – along exits and critical paths No 20 2.05 Exit Signage – double-sided LED “EXIT” signs with pictogram No 6 2.06 Lighting Control – switches, dimmers (where applicable), keypads, including wiring & boxes Lot 1 2.07 Lighting Wiring – PVC insulated copper cables in conduits/trunking, junction boxes, accessories for complete lighting circuits Lot 1 C.3 – SMALL POWER & SOCKET OUTLETS Based on 15 counters, manager room, 9 officer tables, meeting room, reception, printers, pantry/tea point, IT rack, white goods & equipment. Sr. Description Unit Qty Unit Rate (PKR) Amount (PKR) 3.01 13A Twin Socket Outlets (general purpose across office, officers, meeting room, reception, IT room) No 100 3.02 Counter Power Boxes with integrated 2×13A sockets + data outlets (for facilitation counters) No 15 3.03 Dedicated 20A Socket Outlets for AC Indoor Units No 12 3.04 Dedicated Power Points for Heavy Loads (photocopier, printers zone, tea point fridge, coffee machine, microwaves, water dispensers, server rack) No 20 3.05 Power Points for TV/LED Screens & Digital Signage (75” + 55” displays) No 10 3.06 Power Wiring – PVC insulated copper cables in conduits/trays for all socket circuits, including back boxes, accessories Lot 1 C.4 – LOW-CURRENT SYSTEMS C.4.1 – Data & Voice Cabling (Active network equipment is covered under IT & Equipment BOQ; this section covers passive cabling & outlets.) Sr. Description Unit Qty Unit Rate (PKR) Amount (PKR) 4.01 Cat-6 UTP Data Outlets (RJ-45) – at counters, officers, manager, meeting room, reception, printers No 60 4.02 Cat-6 UTP Voice/Telephone Outlets – at counters, officers, manager, meeting room, reception No 30 4.03 Cat-6 UTP Cables – supply & pulling from outlets to IT rack (structured cabling) including labels, management Box 12 4.04 24/48-Port Patch Panels Cat-6 (loaded) – for data & voice No 4 4.05 Surface / Flush Mount Faceplates & Back Boxes for data/voice outlets No 90 4.06 Cable Trunking / Raceways for low-current wiring (above ceiling / skirting) Lot 1 C.4.2 – Fire Alarm System Sr. Description Unit Qty Unit Rate (PKR) Amount (PKR) 4.11 Addressable Fire Alarm Control Panel (2–4 loops) with battery backup No 1 4.12 Addressable Smoke Detectors with bases No 35 4.13 Addressable Heat Detectors (tea point, electrical/IT rooms, pantry) No 8 4.14 Manual Call Points (MCPs) with protective covers No 10 4.15 Fire Alarm Sounder cum Beacon (audible + visual) No 15 4.16 Fire Alarm Cables (1.5mm² FRLS, 2/4-core) in conduits/trays Lot 1 C.4.3 – Public Address (PA) / Voice Evacuation Sr. Description Unit Qty Unit Rate (PKR) Amount (PKR) 4.21 PA Amplifier / Mixer (sized for SBFC floor) No 1 4.22 Ceiling Speakers (uniformly distributed in public & office areas) No 30 4.23 Paging Microphone at Reception / Control Desk No 2 4.24 Speaker Cables, terminations & controls Lot 1 Agency: Sindh Investment Department Procurement method: Request for Quotations Notice type: Invitation for Bids Status: Published Value: 95000.0 USD

Statusopen
CategoryWorks
CountryPakistan
Publish dateJan 8, 2026
Submission deadlineJan 12, 2026
Estimated value$95,000
Notice typetender_notice
Sourceworld-bank-global
BuyerSindh Investment Department
Buyer websitehttps://projects.worldbank.org/
City

Buyer & contacts

Public read-only access
Contact fields are visible publicly. Use the workspace for exports, buyer tracking, and alerts.
Open workspace
Emailbehzadmemon@hotmail.com
OrganizationSindh Investment Department

Documents

Public document access
Source documents are listed publicly. Use the workspace for OCR, search, and one-click packs.
Open workspace
  • Pakistan - SOUTH ASIA- P161402- Competitive and Livable City of Karachi Project - Procurement Plan

    Attachment

    Download
  • Pakistan - SOUTH ASIA- P161402- Competitive and Livable City of Karachi Project - Procurement Plan

    Attachment

    Download
  • Pakistan - SOUTH ASIA- P161402- Competitive and Livable City of Karachi Project - Procurement Plan

    Attachment

    Download
  • Pakistan - SOUTH ASIA- P161402- Competitive and Livable City of Karachi Project - Procurement Plan

    Attachment

    Download

Tags & Signals

renovation contractorinterior worksbusiness facilitation centerKarachi developmentcivil workselectrical installationpublic health systemsWorld Bank project
Unlock actions

Keep reading for free. Pay only when you need workspace actions.

This record stays public. Upgrade only when you want alerts, exports, OCR packs, and autopilot workflows inside the private workspace.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.