Â
In terms of Rules 48 of Public Procurement Rules, 2004 Grievance Redressal Committee (GRC) is notified for the subject procurement and notification copy is available on the procuring agency’s website and also available on EPADS v2.0 as well as Authority’s website at (www.ppra.org.pk).
Â
Pakistan Civil Aviation Authority (PCAA) (Pakistan Civil Aviation Authority (PCAA)), Joint Director
Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province).
+92-333-306-8035
asad.baber@pcaa.gov.pk
Â
The following specific data for the procurement of Consultancy Services to be procured shall complement, supplement, or amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail over those in ITB.
BDS Clause Number
ITB Number
Amendments of, and Supplements to, Clauses in the Instruction to Bidders
1
1.1
Name of Procuring Agency:Â Pakistan Civil Aviation Authority (PCAA) (Pakistan Civil Aviation Authority (PCAA))
The subject of procurement is:Â RFP For Engagement of Consultant For GAP Assessment of Quality Management System (QMS) And State Safety Program (SSP)
Financial year for the operations of the Procuring Agency:Â 2025-26
Name and identification number of the Contract: P31457Â
BDS Clause Number 2
ITB Number 1.2 & 9.1
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Friday, May 15, 2026
BDS Clause Number 3
ITB Number 4.1
The language of the proposals is: English
BDS Clause Number 4
ITB Number 6.1
Participation of Sub-consultants, Key Experts and Non-Key Experts in more than one Proposal is permissible? No
BDS Clause Number 6
ITB Number 7.1
Proposals shall be valid until 120 Days
BDS Clause Number 7
ITB Number 9.1
List of documents required along with the bid:
Certificate of Incorporation issued by the Securities and Exchange Commission of Pakistan (SECP) along Memorandum and Articles of Association, in the case of a company incorporated in Pakistan; orCertificate of Registration issued by the Registrar of Firms, in the case of a firm; orRegistration with FBR in case of sole proprietorship; orIn the case of a foreign entity, equivalent registration or incorporation documents issued by the competent authority in the country of incorporation, along with documentary evidence that the Bidder is authorized to conduct business in Pakistan or undertakes to obtain such authorization prior to commencement of the assignment.Notarized document(s) showing that the bidder is registered with the Federal Board of Revenue, have a valid National Tax Number and is included in Active Tax Payer List.Notarized document(s) demonstrating that the bidder is compliant with ISO/IEC 17021;Evidence showing that the bidder has an established operational presence in at least five (05) cities of Pakistan;Evidence of continuous business operations in Pakistan for a minimum of twenty-five (25) years.Notarized documentary proof of the bidder’s accreditation from Pakistan National Accreditation Council (PNAC) or a recognized international accreditation body, or equivalent.Notarized documentary evidence demonstrating that the bidder holds valid accreditation from UKAS (United Kingdom Accreditation Services).Notarized documentary evidence that the bidder is subject to regular internal audits in accordance with its PNAC and/or UKAS accreditation requirementsNotarized documents demonstrating the bidder’s relevant experience of at least fifteen (15) years of conducting Gap Assessments or similar assignments. Experience with Aviation Authorities or the aviation sector shall be preferred (company profile and history must be provided);An undertaking on oath, executed on non-judicial stamp paper of not less than PKR 100/-, certifying that the Bidder has not been blacklisted or debarred by any Government or semi-government organization / Department or foreign country, international organization or other foreign institution.An undertaking on oath, executed on non-judicial stamp paper of not less than PKR 100/- to the effect that the bidder has never indulged in corrupt, fraudulent or collusive practice in competing for contracts.BDS Clause Number 8
ITB Number 10.2
The Consultant’s Proposal must include the minimum Key Experts’ time-input of __________person-months.
For the evaluation and comparison of Proposals only: if a Proposal includes less than the required minimum time-input, the missing time-input (expressed in person-month) is calculated as follows:
The missing time-input is multiplied by the highest remuneration rate for a Key Expert in the Consultant’s Proposal and added to the total remuneration amount. Proposals that quoted higher than the required minimum of time-input will not be adjusted. ]
BDS Clause Number 9
ITB Number 105
The price shall be Fixed.
Price schedule will be provided according to the format defined and acquired. see section price schedule.
BDS Clause Number 10
ITB Number 11.1
The qualification criteria to establish the supply / production capability of the bidder.
see Eligibility Criteria
BDS Clause Number 11
ITB Number 7.6
Services and Their related documents:
See section Required Services and ToR
BDS Clause Number 12
ITB Number 8.1 & 8.2
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6
The Bid Security shall be in the form of: Pay Order Â
BDS Clause Number 13
ITB Number 13.1
Currency of the Bids shall be : PKR
BDS Clause Number 14
ITB Number 14.1
Proposal shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;
Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province).
Bids that are not submitted on EPADS v2.0 shall be disqualified.
The deadline for Bids submission is: Monday, May 25, 2026 11:00 AM
BDS Clause Number 15
ITB Number 15.1
The Bids opening shall take place on EPADS v2.0.
Day : Monday
Date:Â Monday, May 25, 2026
Time : 11:30 AM
BDS Clause Number 16
ITB Number 20
Selection technique adopted will be: Quality and Cost Based Selection (QCBS)
see Evaluation Criteria
BDS Clause Number 18
ITB Number 21.5
The Performance guarantee shall: 10.00%.
The Performance Guarantee shall be acceptable in the form of:Â Pay Order, Banker's Cheque, Bank Guarantee
BDS Clause Number 19
ITB Number 24.1
Grievence against this procurement shall be submitted online on EPADS v2.0.
| Bidder's Type | Required Registration |
|---|---|
|
Any |
NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP |
| Eligibility Criteria | Document |
|---|---|
| Each Bidder shall be required to meet all of the following mandatory eligibility requirements. Failure to provide satisfactory documentary evidence in respect of any of the requirements listed below shall render the Proposal non-responsive and liable to rejection without further evaluation. Notarized document(s) establishing the bidder is an incorporated company including; | Yes |
| 1.2 Certificate of Incorporation issued by the Securities and Exchange Commission of Pakistan (SECP) along Memorandum and Articles of Association, in the case of a company incorporated in Pakistan; or | Yes |
| 1.3 Certificate of Registration issued by the Registrar of Firms, in the case of a firm; or | Yes |
| 1.4 Registration with FBR in case of sole proprietorship; or | Yes |
| 1.5 In the case of a foreign entity, equivalent registration or incorporation documents issued by the competent authority in the country of incorporation, along with documentary evidence that the Bidder is authorized to conduct business in Pakistan or undertakes to obtain such authorization prior to commencement of the assignment. | Yes |
| 1.6 Notarized document(s) showing that the bidder is registered with the Federal Board of Revenue, have a valid National Tax Number and is included in Active Tax Payer List. | Yes |
| 1.7 Notarized document(s) demonstrating that the bidder is compliant with ISO/IEC 17021; | Yes |
| 1.8 Evidence showing that the bidder has an established operational presence in at least five (05) cities of Pakistan; | Yes |
| 1.9 Evidence of continuous business operations in Pakistan for a minimum of twenty-five (25) years. | Yes |
| 1.10 Notarized documentary proof of the bidder’s accreditation from Pakistan National Accreditation Council (PNAC) or a recognized international accreditation body, or equivalent. | Yes |
| 1.11 Notarized documentary evidence demonstrating that the bidder holds valid accreditation from UKAS (United Kingdom Accreditation Services). | Yes |
| 1.12 Notarized documentary evidence that the bidder is subject to regular internal audits in accordance with its PNAC and/or UKAS accreditation requirements | Yes |
| 1.13 Notarized documents demonstrating the bidder’s relevant experience of at least fifteen (15) years of conducting Gap Assessments or similar assignments. Experience with Aviation Authorities or the aviation sector shall be preferred (company profile and history must be provided); | Yes |
| 1.14 An undertaking on oath, executed on non-judicial stamp paper of not less than PKR 100/-, certifying that the Bidder has not been blacklisted or debarred by any Government or semi-government organization / Department or foreign country, international organization or other foreign institution. | Yes |
| 1.15 An undertaking on oath, executed on non-judicial stamp paper of not less than PKR 100/- to the effect that the bidder has never indulged in corrupt, fraudulent or collusive practice in competing for contracts. | Yes |
Quality and Cost Based Selection (QCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 70 | |
| Experience in Gap Assessment of QMS (ISO 9001) and/or SSP / SMS (ICAO Annex 19) | ||
| 02 Marks for each assignment related to QMS Gap Analysis. 02 Marks for each assignment related to SSP/SMS Assessment. Notarized Documentary Evidence / Certificates to be provided (Qualitative)(Doc Required) | 20 | |
| Experience of Firm in Public Sector / Regulatory Authorities (Preference for Aviation / Transport Sector) | ||
| 04 Marks for each Public Sector / Regulatory Authority. Notarized Documentary Evidence / Certificates to be provided (Qualitative)(Doc Required) | 20 | |
| Experience in Aviation Sector (e.g., CAA, Airlines, ANSPs, Aerodromes, GHAs, ATOs, Military Aviation etc.) | ||
| 05 Marks for each aviation related company Notarized Certificates of Aviation Organizations to be provided (Qualitative)(Doc Required) | 20 | |
| Qualification & Experience of Proposed Team (QMS + SSP Experts) | ||
| 02 Marks for each QMS Lead Auditor (Max 10 Marks) 02 Mark for each SSP / SMS Expert (Max 10 Marks) Notarized IRCA/ICAO approved certificates and CVs to be provided (Qualitative)(Doc Required) | 20 | |
| Audited Financial Statements for last three fiscal years for assessment of financial health. | ||
| 04 Marks for provision of 03 years audited financial statements 02 Marks for each of 03 years if turn over above 10 million in each year. Certified True Copies of Financial Audited Statements to be provided (Qualitative)(Doc Required) | 10 | |
| Relevant Training / Capacity Building Experience (QMS / SMS / SSP) | ||
| 01 Mark for each year of QMS Training Experience (Max 05) 01 Mark for each year of SSP/SMS Training Experience (Max 05). Notarized Certificates along with training material to be provided (Qualitative)(Doc Required) | 10 | |
Positions Without Lots :
| Position | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Engagement of Consultant For GAP Assessment of Quality Management System (QMS) And State Safety Program (SSP) |
Address: Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province). Schedule: 90 Quantity: 1 |
1 | 1000000 |
No
Positions Without Lots :
Position: Engagement of Consultant For GAP Assessment of Quality Management System (QMS) And State Safety Program (SSP)
TORs (Terms of Reference):
Available in the RFPÂ
For Individual Positions
| # | Position Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
Â
Â
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
Number of GC Clause
Amendments of, and Supplements to, Clauses in the General Conditions of Contract>
Number of GC Clause 3.1
The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan
Number of GC Clause 4.1
The language is English
Number of GC Clause 6.1 and 6.2
The addresses are:
The Procuring Agency is: Pakistan Civil Aviation Authority (PCAA) (Pakistan Civil Aviation Authority (PCAA)), Joint Director Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province).
The Consultant Address:
The title of the subject procurement is:RFP For Engagement of Consultant For GAP Assessment of Quality Management System (QMS) And State Safety Program (SSP)
Number of GC Clause 8.1
[Note: If the Consultant consists only of one entity, state “N/A”;Or
The Lead Member on behalf of the JV is ___________ ______________________________ [insert name of the member]
Number of GC Clause 9.1
The Authorized Representatives are:
The Authorized Representatives are:
For the Procuring Agency:
Pakistan Civil Aviation Authority (PCAA) (Pakistan Civil Aviation Authority (PCAA)), Joint Director
Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province).
+92-333-306-8035
asad.baber@pcaa.gov.pk
For the Bidder:
Name: ………………………
Designation: ……………..
Address: ……………………………..
Number of GC Clause 11.1
[Note: If there are no effectiveness conditions, state “N/A”]OR
List here any conditions of effectiveness of the Contract]
The effectiveness conditions are the following: [insert “N/A” or list the conditions]
Termination of Contract for Failure to Become Effective:
The time period shall be _______________________ [insert time period, e.g.: four months].
Commencement of Services:
The number of days shall be_________________ [e.g.: ten].
Confirmation of Key Experts’ availability to start the Assignment shall be submitted to the Procuring Agency in writing as a written statement signed by each Key Expert.
Expiration of Contract:
The time period shall be ________________________ [insert time period, e.g.: twelve months].
Number of GC Clause 23.1
No additional provisions.
The following limitation of the Consultant’s Liability towards the Procuring Agency can be subject to the Contract’s negotiations:
Number of GC Clause 24.1
The insurance coverage against the risks shall be as follows:
(a) Professional liability insurance, with a minimum coverage of ______________________ [insert amount and currency which should be not less than the total ceiling amount of the Contract];
Number of GC Clause 33. Removal of Experts or Sub-consultants
[Note to Procuring Agency: include the following for supervision of infrastructure contracts (such as Plant or Works) and for other consulting service where the social risks are substantial or high, otherwise delete.]
Price adjustment on the remuneration …………….. [insert “applies” or “ does not apply”]
[If the Contract is less than 18 months, price adjustment does not apply.
If the Contract has duration of more than 18 months, a price adjustment provision on the remuneration for foreign and/or local inflation shall be included here. The adjustment should be made every 12 months after the date of the contract for remuneration in foreign currency and – except if there is very high inflation in the Procuring Agency’s country, in which case more frequent adjustments should be provided for – at the same intervals for remuneration in local currency. Remuneration in foreign currency should be adjusted by using the relevant index for salaries in the country of the respective foreign currency (which normally is the country of the Consultant) and remuneration in local currency by using the corresponding index for the Procuring Agency’s country. A sample provision is provided below for guidance:
Payments for remuneration made in [foreign and/or local] currency shall be adjusted as follows:
      {or }
where
Rf is the adjusted remuneration;
Rfo is the remuneration payable on the basis of the remuneration rates (Appendix C) in foreign currency;
If is the official index for salaries in the country of the foreign currency for the first month for which the adjustment is supposed to have effect; and
Ifo is the official index for salaries in the country of the foreign currency for the month of the date of the Contract.
      {or    }
where
Rl is the adjusted remuneration;
Rlo is the remuneration payable on the basis of the remuneration rates (Appendix D) in local currency;
Il is the official index for salaries in the Procuring Agency’s country for the first month for which the adjustment is to have effect; and
Ilo is the official index for salaries in the Procuring Agency’s country for the month of the date of the Contract.
The currency of payment shall be the following: PKR
[The advance payment could be in either the foreign currency, or the local currency, or both; select the correct wording in the Clause here below. The advance bank payment guarantee should be in the same currency(ies)]
The following provisions shall apply to the advance payment and the advance bank payment guarantee:
Following is the guidance for Dispute Resolution
Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder.
Arbitrator’s fee:
The fee shall be specified in Pak Rupees, as determined by the Arbitrator, which shall be shared equally by both parties.
Appointing Authority for Arbitrator:
By the Mutual Consent or in accordance with the provisions of Arbitration Act, 1940, in case the parties fail to reach a consensus on the name of sole arbitrator, any party may submit an application to the Chief Justice Islamabad High Court for appointment of sole arbitrator. The Chief Justice IHC may appoint a former judge of any High Court or Supreme Court as the sole arbitrator to resolve the dispute between the parties.
Rules of procedure for arbitration proceedings:Â
Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator.
Place of Arbitration and Award:
The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties.
Date: [insert date (as day, month and year)]
Bid No.:P31457
To: Pakistan Civil Aviation Authority (PCAA) (Pakistan Civil Aviation Authority (PCAA)), Joint Director Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province).
Â
Â
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred  for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
Â
This CONTRACT (hereinafter called the “Contract”) is made the [number] day of the month of [month], [year], between, on the one hand, [name of Procuring Agency or Recipient] (hereinafter called the “Procuring Agency”) and, on the other hand, [name of Consultant] (hereinafter called the “Consultant”).
Â
[If the Consultant consist of more than one entity, the above should be partially amended to read as follows: “…(hereinafter called the “Procuring Agency”) and, on the other hand, a Joint Venture consisting of the following entities, each member of which will be jointly and severally liable to the Procuring Agency for all the Consultant’s obligations under this Contract, namely, [name of member] and [name of member] (hereinafter called the “Consultant”).]
WHEREAS
NOW THEREFORE the parties hereto hereby agree as follows:
The following documents attached hereto shall be deemed to form an integral part of this Contract:
In the event of any inconsistency between the documents, the following order of precedence shall prevail: the Special Conditions of Contract; the General Conditions of Contract, including Attachment 1; Appendix A; Appendix B; Appendix C and Appendix D; and Appendix E. Any reference to this Contract shall include, where the context permits, a reference to its Appendices.
2.        The mutual rights and obligations of the Procuring Agency and the Consultant shall be as set forth in the Contract, in particular:
(a)Â Â Â Â Â Â the Consultant shall carry out the Services in accordance with the provisions of the Contract; and
(b)Â Â Â Â Â Â the Procuring Agency shall make payments to the Consultant in accordance with the provisions of the Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written.
For and on behalf of [Name of Procuring Agency]
[Authorized Representative of the Procuring Agency – name, title and signature]
For and on behalf of [Name of Consultant or Name of a Joint Venture]
[Authorized Representative of the Consultant – name and signature]
[For a joint venture, either all members shall sign or only the lead member, in which case the power of attorney to sign on behalf of all members shall be attached.]
For and on behalf of each of the members of the Consultant [insert the name of the Joint Venture]
[Name of the lead member]
[Authorized Representative on behalf of a Joint Venture]
[add signature blocks for each member if all are signing]
Â
Contract                          Number:  Contract                              Value:  Contract Title:
Dated:
Â
[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee etc. paid  or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described as consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.
[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.
[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.
Â
To:     Pakistan Civil Aviation Authority (PCAA) (Pakistan Civil Aviation Authority (PCAA)), Joint Director Headquarter B-6, KDA Scheme-1, Karsaz, Gulshan-e-Iqbal Sub-Division, Karachi East (District), Karachi (Division), Sindh (Province).
Â
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
Â
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
Â
AND WHEREAS we have agreed to give the Bidders guarantee:
Â
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarÂantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Â
This guarantee is valid until the: [insert date]
Â
Â
Signature and seal of the Guarantors
Â
Â
_____________________________________________________________________
[name of bank or financial institution]
Â
Â
_____________________________________________________________________
[address]
Â
Â
_____________________________________________________________________
[date}
Fin Form 1 Attached
Fin Form 2 Attached
Fin Form 3 attached
Fin Form 4 attached
Form Attached
Fin. Proposal Submission Form attached
Integrity Pact attached
Scope of Work is attached.
All must provide acknowledgment and full compliance on the attached AppendixÂ