Standard Bidding Document

đź“‘ Procurement Notice (NIT)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

PROCUREMENT NOTICE

PROCUREMENT OF NON-CONSULTANCY SERVICES

 

  1. The Commericial Wing (PASSCO) has reserved Funds for the procurement planned for FY 2025-26. The Commericial Wing (PASSCO) intends to apply part of the proceeds of this Fund to cover eligible payments under the contract for the “HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES”
  2. The Commericial Wing (PASSCO) invites Bids through EPADS v2.0 from eligible Bidders registered on EPADS v2.0 for provision of Non-Consultancy Services.
  3. Single Stage-One Envelope Procedure of Principal Method of Procurement (i.e. Open Competitive Bidding) will be used by adopting Least Cost Based Selection (LCBS)Technique for the subject procurement, in line with the Public Procurement Rules, 2004  and any Regulations, and Instructions issued by the Authority (from time to time).
  4. All Bids must be accompanied by a Bid Security described in Bid Security Section in Bidding Document in the form of  Pay Order, Banker's Cheque, Bank Guarantee or Bid Securing Declaration on the prescribed format described.
  5. E-Bidding documents, containing detailed terms & conditions, specifications and requirements etc. are available on e-Pak Acquisition and Disposal System (EPADS) at https://vendors.epads.gov.pk/.
  6. The e-bids, prepared in accordance with the instructions in the e-Bidding documents, must be submitted through EPADS v2.0 on or before Monday, May 25, 2026 12:00 PM. E-bids will be opened on the same day at Monday, May 25, 2026 12:30 PM. Manual submission of Bids shall not be entertained.  Those vendors who have not yet registered on the new version of EPADS v2.0, may register themselves on https://vendors.epads.gov.pk/. A tutorial to explain the registration process is available at https://www.youtube.com/watch?v=MNW6T38v7tc

7. 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).

 

Commericial Wing (PASSCO), General Manager
PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore
+92-429-920-1466
gm.comm@passco.gov.pk

đź“‘ Instructions to Bidders (ITB)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

A. Introduction 

  1. Scope of Bids
    1. The Procuring Agency (PA), as indicated in the Bids Data Sheet (BDS) invites Bids through EPADS v2.0 for the provision of Non-Consultancy Services for as specified in the BDS and in Section  Evaluation Criteria, Specifications & Schedule of Requirements. The name, identification, and number of items/deliverables are provided in the BDS. Single Stage-One Envelope procedure of the open competitive method shall be used. The successful Bidders will be expected to provide the services within the specified period and timeline(s) as stated in the BDS.
  2. Source of Funds
    1. Source of funds is referred in Clause-1 of Invitation for Bids.
  3. Fraud & Corruption
    1. As defined under Rule 2(1)(f) of the Public Procurement Rules, 2004.
  4. Eligible Bidders
    1.  A bidder is eligible to participate in a procurement process if the bidder:
      1. possesses or has access to the technical competence, financial resources, equipment and other physical facilities, personnel, managerial capability, experience and reputation necessary to complete the procurement contract;
      2. has the legal capacity to enter into a procurement contract;
      3. is not insolvent, in receivership, bankrupt or being wound up and its activities or affairs are not suspended or being administered under any Act, by a court or by a judicial officer;
      4. is not the subject of legal proceedings for any of the matters mentioned in sub-rule (c);
      5. has fulfilled or has made substantial arrangements satisfactory to the relevant authorities, to fulfil its obligations to pay taxes and social security (where applicable) other contributions of its employees; and
      6. has not, or in the case of a company, its owners and beneficial owners, directors or officers have not, been convicted of a criminal offence related to:
        1. its professional conduct; or
        2. a bidder (or, in the case of a company, its key individuals such as owners, beneficial owners, directors, or officers) must not have engaged in any prohibited practice, such as fraud, corruption, collusion, or coercion, within the time period stated in the bidding documents, which can be up to three years before the start of the procurement process. Additionally, the bidder must not have been debarred (i.e., banned) from participating in public procurement processes in Pakistan or by any international organization or country. If they have, they are ineligible to participate in the current bidding.
    2. The procuring agency may require a bidder participating in the procurement process to provide the prescribed documentary evidence or other information to satisfy itself that the bidder is qualified in accordance with the criteria in sub-clause (1).
    3. A procuring agency shall set out in the bidding document all the criteria for qualification to be applied in accordance with sub-clause (1).
    4. Except as permitted under the Ordinance, Rules and Regulations, the procuring agency shall not establish a criterion for eligibility of a bidder that:
      1. discriminates against or among a bidder or against categories of bidders; or
      2. is not required for the performance of the procurement contract; or
      3. is not related to the avoidance or management of legal, reputational or economic risk to the procuring agency unless it is in the national interest to do so, and the criteria is set out in the bidding documents.
    5. A procuring agency shall assess the eligibility of a bidder for participation in the procurement process against the criteria for qualification under sub-clause (1).
    6. In the case of a joint venture, consortium, or association, all members shall be jointly and severely liable for the execution of the contract in accordance with the terms and conditions of the contract. The joint venture, consortium, or association shall nominate a lead member as nominated in the BDS,
    7.  who shall have the Authority to conduct all business for and on behalf of any and all the members of Joint venture, consortium, or association during the bidding process, and in case of award of contract, during the execution of the contract.
    8. The appointment of the lead Member  in the joint venture, consortium, or association shall be confirmed by submission of valid power of Attorney to the procuring agency.
    9. Subject to the limits specified in the BDS, the procuring agency may allow bidders to participate in the form of a Joint Venture (JV). However, each party in the JV must individually meet the eligibility criteria specified in the BDS
    10. No Bidder can be a sub-contractor while submitting a Bids individually or as a member of a joint venture in the same Bidding process.
  5. Qualification of the Bidder
    1. All Bidders shall provide in Section VI, Bid Forms, a preliminary description of the proposed work method and schedule, including drawings and charts, as necessary.

B. Bidding Documents

  1. Contents of Standard Bidding Document
    1. The Services required, bidding procedure, and terms and conditions of the contract are prescribed in the bidding document. In addition to the Invitation for Bids, the bidding document which should be read in conjunction with any addendum issued in accordance with ITB 6.1 include:

      Section I -Invitation to Bid
      Section II Instructions to Bidders (ITB)
      Section III Bid Data Sheet (BDS)
      Section IV Eligible Countries
      Section V Evaluation Criteria, Specifications, Schedule of Requirements, and Technical Specifications.
      Section VI Bidding Forms
      Section VII Fraud & Corruption
      Section VIII – Material & Non-material deviation
      Section IX  General Conditions of Contract (GCC)
      Section X  Special Conditions of Contract (SCC)
      Section XI  Contract Forms
    2. The Bidder is expected to examine all instructions, requirements, forms, terms and specifications in the bidding documents. Failure to furnish all the information required in the bidding document will be at the Service provider’s risk and may result in the rejection of his bids.
  2. Clarifications
    1. Clarifications of the bidding documents may be requested in writing through EPADS v2.0 by any bidder up to three days prior to the deadline for the submission of bids.

      The procuring agency shall respond promptly and in writing to any request by a bidder for clarification of the bidding documents and, in any event, no later than two days prior to the deadline for the submission of bids or proposals. 

      Responses to requests for clarification shall be communicated simultaneously and in writing to all bidders participating in the procurement proceedings.

      No bidder shall be allowed to alter or modify his bid after the bids have been opened however, the procuring agency may seek and accept clarification to the bid that do not change the substance of the bid, through EPADS v2.0.
    2. Procuring Agency's response will be uploaded on the EPADS v2.0, including a description of the inquiry.
    3. Should the Procuring Agency deem it necessary to amend the bidding document as a result of a clarification, it shall do so following the procedure under ITB 8 .
    4. If indicated in the BDS, the bidder’s designated representative is invited at the bidder’s cost to attend a pre-bid meeting at the place, date and time mentioned in the BDS. During this pre-bid meeting, prospective bidder(s) may request clarification(s) regarding the schedule of requirements, the Evaluation Criteria or any other aspects of the bidding document.
    5. Minutes of the pre-bid meeting, if applicable, including the text of the questions asked by bidders, and the responses given, together with any responses prepared after the meeting will be uploaded on EPADS v2.0. Any modification to the bidding document that may become necessary as a result of the pre-bid meeting shall be made by the Procuring Agency exclusively through the use of an Addendum pursuant to ITB 8 . 
    6. To assist in the examination, evaluation and comparison of Bids of the Bidders, the Procuring Agency may, ask any Bidder for a clarification of its bid including breakdown of prices, through EPADS v2.0. Any clarification submitted by a bidder that is not in response to a request by the Procuring Agency shall not be considered.
      No change in the prices or substance of the bid shall be sought, offered, or permitted.
      The alteration or modification in the bid which in any way affect the following parameters will be considered as a change in the substance of a bid:
      1. evaluation & qualification criteria;
      2. required scope of work or specifications;
      3. all securities requirements;
      4. tax requirements;
      5. terms and conditions of bidding documents; and
      6. change in the ranking of the bidders.
        From the time of bid(s) opening to the time of contract award, if any bidder wishes to contact the procuring agency on any matter related to the bid, it should do so in writing or through electronic form that provides record of the content of communication.
  3. Amendment of Bidding documents
    1. Before the deadline for submission of bids, the procuring agency for any reason, whether at its own initiative or in response to a clarification requested by a prospective bidder or pre-bid meeting may modify the bidding documents by issuing addendum.
    2. Any addendum issued including the notice of any extension of the deadline shall be part of the bidding document pursuant to ITB 8 .1 shall be uploaded on EPADS v2.0 as well as Authority’s website. The procuring agency shall promptly publish the addendum at the procuring agency’s website indicated in the BDS:

      Provided that the bidder who had either already submitted his bid, shall have the right to withdraw his already submitted bid and submit the revised bid, prior to the original or extended bid submission deadline.
    3. To give prospective bidders reasonable time in which to take an addendum/corrigendum into account in preparing their bids, the Procuring Agency may, at its discretion, extend the deadline for the submission of bids:

      Provided that the Procuring Agency shall extend the deadline for submission of bids, if such an addendum is issued within last three (03) days of the bid submission deadline.

C. Preparation of Bids

  1. Documents Constituting the Bids
    1. The bids prepared by the bidders shall constitute the following components: -
      1. Forms of bid and Bid Prices completed in accordance with ITB 10 and 11;
      2. Documentary evidence established in accordance with ITB 8 that services to be provided by the bidder are eligible services, and conform to the bidding documents;
      3. Documentary evidence established in accordance with ITB 9 that the bidder is eligible and/or qualified for the subject bidding process;
      4. Documentary evidence established in accordance with ITB 9.3 that the bidder has been authorized to provide the services;
      5. Bid security or Bids Securing Declaration furnished in accordance with ITB 14; and
      6. Any other document required in the BDS.
  2. Documents Establishing Eligibility of the Services and Conformity to bidding documents
    1. To establish the conformity of the Non-Consulting Services to the Bidding document, the bidder shall furnish as part of its bid the documentary evidence that services provided conform to the requirements.
    2. Standards for the provision of the Non-Consulting Services are intended to be descriptive only and not restrictive.
  3. Documents Establishing Eligibility and Qualification of the Bidder
    1. Pursuant to ITB 8, the bidder shall furnish, as part of itsbid, all those documents establishing the bidder’s eligibility to participate in the bidding process and/or its qualification to perform the contract if its bid is accepted.
    2. The documentary evidence of the bidder’s eligibility to bids shall establish to the satisfaction of the procuring agency that the bidder, at the time of submission of its bid, is from an eligible country as defined in Section-IV titled as “Eligible Countries”.
    3. The documentary evidence of the bidder’s qualifications to perform the contract if its bid is accepted shall establish to the satisfaction of procuring agency that:
      1. the bidder has the financial, technical, and supply/production capability necessary to perform the Contract, meets the qualification criteria specified in BDS.
      2. that the bidder meets the qualification criteria listed in the Bids Data Sheet.
  4. Form of Bid
    1. The bidder shall fill the Form of Bid furnished in the bidding documents. The Bid Forms must be completed without any alterations to its format and no substitute shall be accepted.
  5. Bids Prices
    1. The Bids Prices quoted by the bidder in the Forms of Bid and in the price schedule shall conform to the requirements specified or exclusively mentioned hereafter in the bidding document.
    2. All items in the Schedule of Requirements must be listed and priced separately in the Price Schedules. If a Price Schedule shows items listed but not priced and neither explicitly mentioned, their prices shall be construed to be included in the prices of other items.
    3. The Bid price to be quoted in the Forms of Bid in accordance with ITB 12 shall be the total price of the bid, excluding any discounts offered.
    4. The bidder shall indicate on the appropriate Price Schedule, the unit prices (where applicable) and total bid price of the services, it proposes to provide under the contract.
    5. Prices quoted by the bidder shall be fixed during the currency of the contract and not subject to variation on any account. A bid submitted with an adjustable price will be treated as non-responsive and shall be rejected pursuant to ITB 28, unless otherwise price adjustment is permissible under Conditions of the Contract.  (May be reviewed)
  6. Price Adjustment
    1. Price adjustment shall not be applicable on the contract with less then 12 months period.
    2. Procuring agency may increase the remuneration of the human resources involved in non-consultancy services upto maximum 15% on annual basis. 
    3. Procuring agency shall incorporate the provisions to allow wage rate in compliance with Federal Government’s minimum wage notification, subject to the condition that clause 11.2 shall not be applicable in that case.
  7. Bids Currencies
    1. Prices shall be quoted in Pakistani Rupees unless otherwise specified in the BDS.
  8. Bid Validity Period
    1. Bid(s) shall remain valid for the period specified in the BDS after the bid submission deadline prescribed by the Procuring Agency. A Bid valid for a shorter period shall be rejected by the Procuring Agency as non-responsive. The period of bid validity will be determined from the complementary bid securing instrument i.e. the expiry period of bid security or bid securing declaration as the case may be.
  9. Bid Security or Bid Securing Declaration
    1. Unless otherwise specified in the BDS, the bidder shall furnish as part of its bid, in the amount and currency specified in the BDS or Bid Securing Declaration on the format provided in Section VI (Bid Forms) The scanned copy of the Bids Security shall be uploaded in the EPADS v2.0 while submitting bid, whereas the original forms of Bid Security shall be submitted to the procuring agency before the bid submission deadline. The bidder who failed to submit the original bid security before the submission deadline shall be disqualified straightaway. 
    2. The Bid Security or Bid Securing Declaration is required to protect the Procuring Agency against the risk of Bidder’s conduct which would warrant the security’s forfeiture, pursuant to ITB 17.5
    3. The Bid Security shall be payable promptly upon written demand by the Procuring Agency in case any of the conditions listed in 14.5 are invoked.
    4. Unsuccessful Bidders’ Bid Security will be discharged or returned as promptly as possible after the award of contract, however in no case later than thirty (30) days after the expiration of the period of Bid Validity prescribed by the Procuring Agency pursuant to ITB 13. The Procuring Agency shall make no claim to the amount of the Bid Security, and shall promptly return the Bid Security document, whichever of the following that occurs earliest:
      1. the expiry of the Bid Security;
      2. the entry into force of a procurement contract and the provision of a Performance Guarantee, for the performance of the contract if such a guarantee, is required by the bidding document;
      3. the rejection by the Procuring Agency of all Bids;
      4. the withdrawal of the Bid prior to the deadline for the submission of bids, unless the bidding document stipulate that no such withdrawal is permitted.
    5. The Bid Security may be forfeited or the Bid Securing Declaration executed:
      1. if a bidder:
        1. withdraws its bid during the period of bid validity as specified by the Procuring Agency, and referred by the bidder in the Forms of Bid, except as provided for in the ITBs; or
        2. does not accept the correction of errors pursuant to ITB 26; or
      2. in the case of a successful bidder fails:
        1. to sign the contract in accordance with ITB 32; or
        2. to furnish Performance Guarantee in accordance with ITB 33.
    6. The bid security shall be valid for a period specified in BDS. Bids with shorter bid security validity period shall be rejected straight away.
  10. Alternative Bids by Bidders
    1. Alternatives will not be considered, unless specifically allowed for in the BDS.
    2. When alternative times for completion are explicitly invited, a statement to that effect will be included in the BDS and the method of evaluating different time schedules will be described in Evaluation and Qualification Criteria.
  11. Withdrawal, Substitution, and Modification of Bids
    1. Before Bids submission deadline, any bidder may withdraw, substitute, or modify his bid after it has been submitted.
  12. Format and Signing of Bids
    1. The bidder shall prepare and submit his bid with due diligence after carefully reading all the terms and conditions before submission through EPADS v2.0.
    2. Any interlineations, erasures, or overwriting shall be valid only if they are signed by the person(s) signing the forms of bid.

D. Submission of Bids

  1. Submission of Bids through EPADS v2.0 before Dead deadline
    1. The Technical and Financial Bids as the case may be, shall be submitted in the due portion of the EPADS v2.0, before bid submission deadline. The bid submission option shall be automatically disabled once the deadline is over.
    2. The Procuring Agency may, under exceptional circumstances and at its discretion, extend the deadline for the submission of bids by amending the Bidding Documents in accordance with ITB 8. In such a case, all rights and obligations of the Procuring Agency and the Bidders that were previously subject to the original deadline shall thereafter be subject to the revised deadline.

E. Opening and Evaluation of Bids

  1. Opening & Evaluation of Bids by the Procurement Cell
    1. As per Rule 10 of Public Procurement Rules, 2004
      (PA to establish a Procurement Cell which shall carryout  procurements a per Rule 10 of Public Procurement Rules, 2004)
  2. Opening & Evaluation of Bids by the Bid Evaluation Committee
    1. As per Rule 11 of Public Procurement Rules, 2004
      (PA to constitute odd number Bid Evaluation Committee for the purpose of bid opening and evaluation of all procurements with an estimated value up to two billion rupees)
  3. Third Party Validation
    1. In compliance with Rule 12 of Public Procurement Rules, 2004, the third-party validation committee or firm shall validate all procurements above five hundred million and up to two 2 billion rupees. The third-party validation shall be conducted at specifications, bidding documents preparation, technical (if any) & final evaluation stages.
  4. External Bid Evaluation Committee
    1. As per Rule 13 of Public Procurement Rules, 2004, procurements with an estimated value above two billion rupees shall be opened and evaluated by the Procuring Agency’s notified External Bid Evaluation Committee.
  5. Opening of Bids
    1. The Procuring Agency will open all bids through EPADS, in the presence of bidders’ or their representatives who choose to attend, and other parties with a legitimate interest in the bid proceedings at the place, on the date and at the time, specified in the BDS. The Bidders’ representatives present shall sign attendance sheet as proof of their attendance.
    2. The bids shall be opened one at a time, and the following read out and recorded: (a) the name of the bidder; (c) the presence of a bid security, if required; and (d) any other details as the procuring agency may consider appropriate.
    3. No bid will be rejected at the time of bid opening except for bids whose bid security has not been provided to the procuring agency before submission deadline.
    4. The procuring agency shall prepare minutes of the bid opening. The record of the bid opening shall include, as a minimum: the name of the bidder and the bid price, if applicable.
  6. Confidentiality
    1. Information relating to the examination, clarification, evaluation and comparison of bids and recommendation of contract award shall not be disclosed to bidders or any other person(s) not officially concerned with such process, until the time of the announcement of the respective evaluation report.
    2. Any effort by a bidder to influence the procuring agency processing of bids or award decision may result in the rejection of his bid.
  7. Preliminary Examination of Bids
    1. Prior to the detailed evaluation of bids, the procuring agency will determine whether each bid:
      1. meets the eligibility criteria defined in ITB 3;
      2. has been prepared as per the format and contents defined by the procuring agency in the bidding document;
      3. is accompanied by the required securities; and
      4. is substantially responsive to the requirements of the bidding document.
    2. The procuring agency will confirm that the documents and information specified under ITB 9,10 and 11 have been provided in the bids. If any of these documents or information is missing, or is not provided in accordance with the Instructions to Bidders, the bids shall be rejected.
    3. If a bid is not substantially responsive, it will be rejected by the procuring agency and may not subsequently be evaluated for complete technical responsiveness.
  8. Examination of Terms and Conditions, Technical Evaluation
    1. The procuring agency shall evaluate the technical aspects of the bids submitted in accordance with ITB 21, to confirm that all requirements specified in  Evaluation Criteria, Technical Specifications and Schedule of Requirements,prescribed inthe bidding document have been met without material deviation or reservation.
    2. If after the examination of the terms and conditions and the technical evaluation, the procuring agency determines that the bid is not substantially responsive in accordance with ITB 21, it shall reject the bids.
  9. Correction of Errors
    1. Bids determined to be substantially responsive will be checked for any arithmetic errors.  Errors will be corrected as follows: -
      1. if there is a discrepancy between unit prices and the total price that is obtained by multiplying the unit price and quantity, the unit price shall prevail, and the total price shall be corrected, unless in the opinion of the procuring agency there is an obvious misplacement of the decimal point in the unit price, in which the total price as quoted shall govern and the unit price shall be corrected;
      2. if there is an error in a total corresponding to the addition or subtraction of sub-totals, the sub-totals shall prevail and the total shall be corrected; and
      3. where there is a discrepancy between the amounts in figures and in words, the amount in words will govern.
      4. Where there is discrepancy between grand total of price schedule and amount mentioned on the Forms of bid, the amount referred in Price Schedule shall be treated as correct subject to elimination of other errors.
    2. The amount stated in the bid will be adjusted by the procuring agency in accordance with the above procedure for the correction of errors and, with the concurrence of the bidder that shall be considered as binding upon the bidder. If the Bidder does not accept the corrected amount, his bid will then be rejected, and the Bid Security may be forfeited or the Bid Securing Declaration may be executed in accordance with ITB 17.
  10. Conversion to Single Currency
    1. As per Rule 30(2) of Public Procurement Rules, 2004.
  11. Evaluation of Bids
    1. The procuring agency shall evaluate bids in accordance with Rule 30 of Public Procurement Rules, 2004 and compare only those bids determined to be substantially responsive, pursuant to ITB 24.
    2. In evaluating the Technical Bids of each Bidder, the Procuring Agency shall apply the evaluation criteria and methodologies specified in the Bid Data Sheet (BDS) and in accordance with the Statement of Requirements and Technical Specifications. No other evaluation criteria or methodologies shall be permitted.
    3. In case of tie of bids, the bidders shall be provided an opportunity to offer their best and final monetary offer through EPADS. However, in no case the rates shall be higher than the original financial bids.
    4. The Procuring agency evaluation of a bid will take into account:
      1. the bid price, excluding provisional sums and the provision, if any, for contingencies in the summary bill of quantities, but including day work items, where priced competitively;
      2. price adjustment for correction of arithmetic errors in accordance with ITB 26;
    5. converting the amount resulting from applying (a) and (b) above, if relevant, to a single currency in accordance with ITB 27;
    6. The estimated effect of the price adjustment provisions of the Conditions of Contract, applied over the period of execution of the Contract, shall not be taken into account in bid evaluation.
    7. If these bidding documents allow bidders to quote separate prices for different lots, and the award to a successful bidder of multiple lots, the methodology of evaluation to determine the lowest evaluated lot combinations in the Form of Bid, is specified in the BDS.
  12. Determination of Most Advantageous Bids
    1. Selection technique will be adopted for determining the Successful Bid  in accordance with the criteria referred in the BDS or prescribed in the separate section titled as Evaluation Criteria.
  13. Abnormally Low Financial Bids
    1. Procuring agency may reject a bid if it has determined that the price, in combination with other constituent elements of the bid, is abnormally low in relation to the subject matter of the procurement, such that it raises material concerns on the part of the procuring agency, as to the ability of the bidder to perform the procurement contract satisfactorily for the offered price.
      A procuring agency shall not reject a bid as abnormally low under sub-clause (1) above unless the procuring agency –
      1. requested in writing through EPADS from the bidder a written clarification of his bid, including a detailed price analysis of his bid price in relation to the subject matter of the procurement contract, scope, methodology, schedule, allocation of risks and responsibilities and any other requirements of the bidding document; and
      2. having taken account, the information provided by the bidder in response to a request under paragraph (a) and the information included in the bid, the procuring agency determines that the bidder has failed to demonstrate its ability to perform the procurement contract satisfactorily for the offered price.

        The procuring agency shall promptly communicate to the bidder concerned its decision to reject the bid, including the reasons for the decision.
  14. Rejection of Bids
    1. As per Rule 33 of the Public Procurement Rules, 2004
  15. Cancellation of procurement
    1. As per Rule 46 of Public Procurement Rules, 2004
  16. Single Responsive Bid
    1. The procuring agency may consider single responsive subject to underlying conditions of Rule 38(b) of the Public Procurement Rules, 2004.
  17. Alternate Dispute Resolution (ADR)
    1. As per Rule 66 of Public Procurement Rules, 2004
  18. Arbitration Clause
    1. (Appointing Authority for the Arbitrator shall be Chief justice of Honorable Islamabad High Court OR Managing Director (PPRA) OR Secretary (Ministry of Law & Justice),
  19. Fee of the Arbitrator
    1. The fee shall be specified in PKR as detrmined by the Appointing Authority and shall be shared equally by each party.
  20. Socio-economic development
    1. As per Rule 63 of Public Procurement Rules, 2004, PA to encourage the inclusiveness of small and medium enterprises, and marginalized groups by according preferences in line with the notified policies of the Federal Government
  21. Environmental objectives
    1. As per Rule 64 of the Public Procurement Rules, 2004, The procuring agency may seek to procure services with a reduced environmental impact throughout their life cycle when compared to services with the same primary function that may otherwise be procured.

F. Award of Contract

  1. Appointment of Contract Manager
    1. The procuring agency shall designate a Contract Manager for each procurement or class of procurement who shall manage the contract as per Rule 58 & 59 of the Public Procurement Rules, 2004.
  2. Criteria of Award
    1. The procuring agency will award the Contract to the bidder whose bid has been determined to be substantially responsive to the bidding document and who has been declared as Successful Bid .
  3. Procuring Agency’s Right to reject All Bids
    1. The procuring agency reserves the right to reject all the Bids and to annul the procurement process at any time prior to acceptance of the bid(s), without thereby incurring any liability to the affected bidder(s).
    2. Notice of the rejection of all bids shall be given promptly to all bidders that have submitted the bids. The procuring agency shall upon request communicate to any bidder the grounds for the rejection of his bid, but is not required to justify those grounds.
  4. Procuring Agency’s Right to Vary Quantities at the Time of Award
    1. The procuring agency reserves the right, at the time of contract award, to increase or decrease  not more than 15% of the original scope of related services originally specified in the Schedule of Requirements, provided that such variation does not exceed the percentage indicated in the Bid Data Sheet (BDS). This adjustment shall be made without any change in the unit price or other terms and conditions of the Bids and Bidding Documents.
  5. Notification of Award
    1. Prior to the award of contract, the procuring agency shall issue a Final Evaluation Report giving justification for acceptance or rejection of the bids.
    2. Bidder whose bid has been accepted, will be notified for the award by the Procuring Agency prior to expiration of the Bid Validity period through EPADS. The Letter of Acceptance will state the sum that the procuring agency will pay the successful bidder in consideration for the execution of the scope of works as prescribed by the Contract (hereinafter and in the Contract called the "Contract Price).
    3. The notification of award will constitute the formation of the Contract, subject to the condition that bidder furnish the Performance Guarantee and signing of the contract. 
  6. Signing of Contract
    1. Promptly after notification of award, Procuring Agency shall send the successful bidder the draft agreement, incorporating all terms and conditions as agreed by the parties to the contract. The successful bidder and the procuring agency shall sign the contract.
  7. Performance Guarantee
    1. After the receipt of the Letter of Acceptance, the successful bidder, within the specified time, shall deliver to the Procuring Agency a Performance Guarantee in the amount and in the form stipulated in the BDS and SCC, denominated in the type and proportions of currencies in the Letter of Acceptance and in accordance with the Conditions of Contract.
    2. Failure of the successful bidder to comply with the requirement of ITB 49.1 shall constitute sufficient grounds for the annulment of the award and forfeiture of the bid security, in which event the procuring agency may make the award to the next ranked bidder or call for new bids.
  8. Advance Payment
    1. The Procuring Agency will provide an Advance Payment as stipulated in the Conditions of Contract, subject to a maximum amount, as stated in the BDS.  The Advance Payment request shall be accompanied by an Advance Payment Guarantee in the form provided in Contract Forms.
  9. Arbitration
    1. The Arbitrator shall be appointed by mutual consent of the both parties as per the provisions specified in the SCC. 
  10. Corrupt & Fraudulent Practices
    1. Procuring Agencies (including beneficiaries of Government funded projects and procurement) as well as Bidders/Contractors under Government financed contracts, observe the highest standard of ethics during the procurement and execution of such contracts, and will avoid to engage in any corrupt and fraudulent practices. 

 G. Grievance Redressal & Complaint Review Mechanism

  1. Constitution of Grievance Redressal
    1. Procuring agency shall constitute a Grievance Redressal Committee (GRC) comprising of an odd number of persons with proper power and authorization to address the complaint. The GRC shall not have any of the members of Procurement Evaluation Committee. The committee must have one subject specialist depending the nature of the procurement.
  2. GRC Procedure
    1. Any aggrieved party or bidder as the case may be, may file grievance in accordance with Rule 48 of the Public Procurement Rules, 20  and Redressal of Grievance Regulations, 2022 

H. Blacklisting/ Debarment

  1. Procedure for Blacklisting/Debarment
    1. The procuring agency may initiate blacklisting proceedings against contractor/supplier in accordance with Rule-19 of the Public Procurement Rules, 2004 , Mechanism for Blacklisting, Debarment Regulations, 2024 and “procedure for filling and disposal of review petition under rule-19(3) of the Public Procurement Rules, 2004.

đź“‘ Bid Data Sheet (BDS)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

Bids Data Sheet (BDS)

The following specific data for the procurement of Goods 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

A. Introduction

BDS Clause Number 1
ITB Number 1.1

Name of Procuring Agency: Commericial Wing (PASSCO)

The subject of procurement is: HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Expected commencement date: Monday, June 15, 2026

BDS Clause Number 2
ITB Number 2.1

Financial year for the operations of the Procuring Agency: 2025-26

Name and identification number of the Contract: P30998 

BDS Clause Number 3
ITB Number 4.6

JV/Consortium or Association Allowed: Yes
Number of JV/Consortium Members: 5

B. Bidding Documents

BDS Clause Number 4
ITB Number 7.1

The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Thursday, May 14, 2026
Pre-Bid Meeting: Tuesday, May 12, 2026 12:00 PM
Venue: PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

BDS Clause Number 5
ITB Number 8.1

Any addendum, in case issued, shall be published on Commericial Wing (PASSCO) website  and on EPADS v2.0.

BDS Clause Number 6
ITB Number 9.1

List of documents required along with the bid:

  1. Application/ Letter of intent for participation in tendering process.
  2. The prospective bidder must possess a fleet of at least 20 vehicles (owned or leased) with a capacity of 10-wheeler or above , which shall be considered as evidence of the firm’s operational capacity and ability to execute and complete the transportation assignment efficiently and within the stipulated time. Vehicles should not be more than 20 years old. Attested copies of Registration Books of vehicles are mandatory.
  3. The bidder must have experience of transportation of wheat or similar commodities during the last three (03) years, having successfully handled a minimum quantity of 10,000 M. Tons from any Government or private organization. The experience shall be supported by verifiable documentary evidence including work completion certificates issued by the concerned department/organization.
  4. The Bidder must have office in Lahore with documentary Evidence
  5. The bidder must be registered with the Federal Board of Revenue (FBR) for Income Tax purposes and must possess a valid National Tax Number (NTN). The bidder must also be registered with the relevant tax authority for Sales Tax (FBR) and Services Tax (relevant Provincial Revenue Authority, as applicable). The bidder must be an active taxpayer on the Active Taxpayers List (ATL) of FBR at the time of submission of the bid.
  6. The bidder must have an average annual turnover of at least PKR 100 million during the last three (03) years, supported by audited financial statements / Bank statements / Tax Returns. 
  7. Declaration on Non-Judicial Stamp paper worth Minimum 200 as per the template Annex A
  8. Proof of Purchase of Tender Document issued by Passco
  9. Certifcate of Authorized representative

BDS Clause Number 7
ITB Number 11.1

The qualification criteria to establish the supply / production capability of the bidder.

see Eligibility Criteria

BDS Clause Number 8
ITB Number 7.6

Services and Their related documents:
See section Required Services and Scope of Work

BDS Clause Number 9
ITB Number 13.1 & 13.2

Price schedule will be provided according to the format defined and acquired.
see section price schedule.

BDS Clause Number 10
ITB Number 7.6.2

 Specifications:

see section of specifications.

C. Preparation of Bids

BDS Clause Number 11
ITB Number 13.5

The price shall be Fixed.

BDS Clause Number 12
ITB Number 15.1

Currency of the Bids shall be : PKR

BDS Clause Number 13
ITB Number 16.1

The Bids/Bid Validity period shall be: 120 Days

BDS Clause Number 14
ITB Number 17.1

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, Banker's Cheque, Bank Guarantee  

BDS Clause Number 15
ITB Number 17.3

The Bids security shall be valid for twenty-eight (28) days beyond the expiry of the Bids validity period specified in the bidding documents,  for example the bid validity is 180 days so the bid security shall be valid for  180+28 = 208 days.

BDS Clause Number 16
ITB Number 18.1

Alternative Bids to the requirements of the bidding documents will not be permitted.

D. Submission of Bids

BDS Clause Number 17
ITB Number 21.1

Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following;

PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

Bids that are not submitted on EPADS v2.0 shall be disqualified.

The deadline for Bids submission is: Monday, May 25, 2026 12:00 PM

E. Opening and Evaluation of Bids

BDS Clause Number 18
ITB Number 26.1

The Bids opening shall take place on EPADS v2.0.

Day : Monday

Date: Monday, May 25, 2026

Time : 12:30 PM

BDS Clause Number 19
ITB Number 32.1

Selection technique adopted will be: Least Cost Based Selection (LCBS)
see Evaluation Criteria

F. Award of Contract

BDS Clause Number 20
ITB Number 49.1

The Performance guarantee shall: 10.00%.

The Performance Guarantee shall be acceptable in the form of: Pay Order, Banker's Cheque, Demand Draft

21.

51.1

Arbitrator shall be appointed by mutual consent of the both parties.

G. Review of Procurement Decisions

BDS Clause Number 22
ITB Number 53.1

Grievence against this procurement shall be submitted online on EPADS v2.0.

Eligibility Criteria

Bidder's Type Required Registration

Any

NADRA CITIZENSHIP (CNIC/NICOP)

FBR (NTN)

FBR (GSTN)

Eligibility Criteria Document
Firm must be original principal/main company or the authorized agent of Principal/Main Company, documentary proof including principal/main Company’s license / registration certificate, to the effect that they are the original principal / main company of the required Services shall be provided. The firm shall provide the documentary evidence of its Transport capability to transport commodities. Yes
The prospective bidder must possess a fleet of at least 20 vehicles (owned or leased) with a capacity of 10-wheeler or above , which shall be considered as evidence of the firm’s operational capacity and ability to execute and complete the transportation assignment efficiently and within the stipulated time. Vehicles should not be more than 20 years old. Attested copies of Registration Books of vehicles are mandatory. Yes
The bidder must have experience of transportation of wheat or similar commodities during the last three (03) years, having successfully handled a minimum quantity of 10,000 M. Tons from any Government or private organization. The experience shall be supported by verifiable documentary evidence including work completion certificates issued by the concerned department/organization. Yes
The bidder must have an average annual turnover of at least PKR 100 million during the last three (03) years, supported by audited financial statements / Bank statements / Tax Returns  Yes

Evaluation Criteria

Least Cost Based Selection (LCBS)

Technical Marks100
Passing Marks60
Technical Evaluation Criteria
Financial Soundness (Financial Position) Last three-year average annual turnover, supported by audited fincnacial statements / Bank Staement/ Tax Returns (Qualitative)(Doc Required)

  Annual Average Turnover of PKR 400 Million or above of the last three years   (40)

  Annual Average Turnover of PKR 300 to 399.99 Million or above of the last three years   (30)

  Annual Average Turnover of PKR 200 to 299.99Million or above of the last three years   (20)

  Annual Average Turnover of PKR 100 to 199.99 Million of the last three years   (10)

40
Experience ofTransportation of wheat or related commodities during last three years from any Government or private organization. The experience shall be supported by verifiable documentary evidence including work completion certificates issued by the concerned department/organization. (Qualitative)(Doc Required)

  Experience of transportation services involving handling of 30,000 M. Tons or above during the prescribed period   (30)

  Experience of transportation services involving handling of 20,000 to 29,999 M. Tons during the prescribed period   (20)

  Experience of transportation services involving handling of 10,000 to 19,999 M. Tons during the prescribed period   (10)

  Experience of transportation services involving handling of less than 10,000 M. Tons during the prescribed period   (0)

30
The transport capability of the applicant/bidder shall be evaluated on the basis of the number of relevant transportation vehicles owned or leased by the respective applicant/firm/company/proprietor. Attested copies of Registration Books of vehicles shall be mandatory. (Qualitative)(Doc Required)

  Each additional vehicle exceeding 20 vehicles, with a capacity of 10-wheeler or above, shall be awarded 1 additional mark. The maximum marks allocated for transportation capacity shall be 30 marks.   (30)

  20 vehicles having capacity of 10-wheeler or above   (15)

30

Required Services

Positions Without Lots :

Position Delivery Schedule Quantity Bid Security
HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Address: PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

Schedule: 56 Quantity: 76816
76816 10000000

Related Services :

Yes

Services Specifications

Positions Without Lots :

Position: HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Specifications / Requirements:

The Tentative detail of 76815.814 M.Tons (±15%) Quantity of Imported and local wheat to be shifted from PASSCO Alipur zone to PASSCO godowns in Multan and Khanewal zones is attached at Annex B.

Scope of Work

1. Introduction:
PASSCO is working under the administrative control of Government of Pakistan, dealing with procurement and storage of food grains mainly wheat throughout the country. Currently it holds strategic reserves of wheat stocks (indigenous and imported) at National level.
Before the commencement of the rainy season, PASSCO intends to transfer approximately 76,815.814 M. Tons FAQ wheat stocks from PASSCO Alipur Zone to various Godowns located in PASSCO Multan and Khanewal Zones for safe storage. For this purpose, PASSCO intends to hire eligible well reputed Transport/ Logistic /transport contractor/firm for the transportation of FAQ wheat stocks from PASSCO Alipur Zone to different Godowns of PASSCO Multan and Khanewal Zones through a transparent, competitive, and PPRA-compliant procurement process. The Procurement Shall be conducted in accordance with PPRA Rules, 2004 through EPADS 2.0.
2. Objective:
The primary objective of this assignment is to ensure the safe preservation and protection of PASSCO wheat stocks from potential flood-related damage experienced during 2025 Floods and keeping in view the looming threats during  upcoming rainy season / Floods.
In view of the severe floods experienced in PASSCO Alipur Zone during the previous year, which caused significant damage and losses to wheat stocks, PASSCO intends to have a proactive approach by transferring approximately 76,815.814 M. Tons of FAQ wheat to prevent potential losses resulting to floods / rain from vulnerable storage locations in Alipur Zone to safer Godowns situated in PASSCO Multan and Khanewal Zones.
PASSCO aims to minimize the risk of losses arising from floods, rainwater intrusion, moisture, deterioration, pilferage, and other transit or storage-related hazards by ensuring the timely, safe, and efficient transportation of wheat stocks to secure storage facilities before the commencement of the rainy season. The assignment shall be executed through a transparent, competitive, and PPRA-compliant procurement process to ensure operational efficiency, accountability, and value for public resources.
3. Scope of Services:
The Transportation Contractor / Firm shall perform, inter alia, the following tasks:

  • The scope of transportation shall include loading, transportation, stitching of torn or cut bags, re-filling of any spilled wheat into the respective bags, unloading and proper stacking of wheat bags up to 18 layers in countable form, as well as Weighment charges at both loading and receiving ends, which shall be borne by the contractor/transporter, along with all ancillary and
    connected services required for safe handling of stocks. The contractor/transporter shall further be responsible for sewing, stitching, and repair of any damaged bags using new sutli/thread at its own cost after refilling the spilled wheat therein, so as to restore the bags and ensure safe, secure, and damage-free transportation of wheat stocks.
  • Once the wheat is loaded and taken over by the transporter, the transporter shall be fully responsible for the safe custody and protection of the wheat against rain, theft, pilferage, accident, damage, shortage, and any other transit-related risks until its safe delivery and unloading at the designated receiving center. The transporter shall ensure proper unloading of the wheat and obtain duly acknowledged receipt from the concerned Center Incharge at the receiving end.
  • The contractor/transporter shall arrange and provide sufficient covered trucks/vehicles for the timely transportation of wheat stocks. The tentative timeline for shifting the entire quantity of wheat shall be 45 days from the date of signing of the contract. The contractor/transporter shall ensure uninterrupted transportation operations and deployment of adequate vehicles to complete the assignment within the prescribed timeframe. In extreme cases, with proper justification the extension in lifting period can be allowed for further 15 days with the approval of MD Passco.
  • The Contractor shall ensure timely clearance of wheat stocks from the designated PASSCO centers in Alipur Zone and shall lift the allocated quantity strictly within the period specified in the respective allocations for delivery to the designated receiving Godowns of PASSCO Multan and Khanewal Zones.
  • The Contractor/Transporter shall maintain complete truck-wise details of all consignments transported and shall furnish the same to the concerned Zonal Heads along with the transportation bill, work completion certificate, duly acknowledged STNs, and any other relevant supporting documents as required by PASSCO for verification and processing of payments.

4. Terms and Conditions:

  • The rates shall be quoted as a whole on per metric ton inclusive of POL, all taxes, General Sales Tax (GST)/PST and other applicable taxes and duties, toll taxes, loading, unloading/stacking charges, axle weight issues,Labor Charges and all other related and connected services as defined above. If there is no mention of taxes, the offered / quoted price shall be considered as inclusive of all prevailing taxes/duties. The rates shall be quoted in Pakistani Rupees, for the transportation ofwheat from various Centers of PASSCO Alipur Zone to the designated Godowns of PASSCO Multan and Khanewal Zones.
  • The rate offered per metric ton shall be applicable for the entire quantity to be transported during the contracted period. Conditional offers or multiple rates shall not be accepted and shall be treated as non-responsive. Such bids shall be straightaway rejected.
  • The bidder shall carefully consider the prevailing market conditions, including inflation, fluctuations in fuel prices, and any other factors that may affect performance during the contract period while submitting the Bid. No request for enhancement of rates on account of market fluctuations, inflation, increase in fuel prices, or imposition/variation of any taxes shall be entertained at any stage during the currency of the contract.
  • The Contractor shall be bound to transport wheat strictly to the PASSCO Godowns as per the Allocation Letter. In case of any wrong delivery to any other station or unauthorized location, the Contractor shall, at his own risk and cost, be responsible to retrieve and deliver the wheat to the correct destination mentioned in the Allocation Letter. No additional transportation charges or any other compensation shall be payable for such rectification.
  • If, upon the expiry of the period specified in the Allocation, the Contractor fails to deliver the allocated quantity of wheat to the designated receiving station, PASSCO or any officer authorized by PASSCO shall have the right to make alternate arrangements for the lifting, transportation, and delivery of the remaining undelivered quantity at the risk and cost of the Contractor. Any additional or extra charges incurred on account of such alternate arrangements shall be recoverable from the defaulting Contractor and may be adjusted from his pending transportation bills and/or security deposit, without prejudice to any other rights or remedies available to PASSCO under the contract or applicable rules. The Contractor shall have no right to question, dispute, or challenge any alternate arrangements made by PASSCO in the event of his default, nor shall the Contractor raise any objection to any recoveries affected thereunder, which shall be final and binding upon the Contractor.
  • In addition, if the Contractor fails to lift the required quantity allocated for a specific destination within the specified period, the PASSCO shall have the right to take the appropriate action including black-listing of the Contractor for a period as deemed appropriate, without prejudice to any other rights or remedies available under the contract or applicable rules.
  • If the security deposit of the Contractor is found to be insufficient to cover the transportation charges of the left over quantity, PASSCO shall have the right to withhold and adjust payments from the Contractor’s pending transportation bills to the extent necessary to recover such dues, without prejudice to any other rights or remedies available to the PASSCO under the contract or applicable rules.
  • The Contractor/Transporter shall ensure timely delivery of loaded wheat to the designated PASSCO Godowns within the stipulated period. In case any truck loaded with wheat is lost in transit, or any shortage in weight or number of jute/PP bags due to negligence of the contractor during transit is ascertained at the receiving end, the Contractor shall be responsible to replace and deliver the short quantity within 10 days of loading. The cost of wheat and other connected items shall be recovered as per the recovery rates with mark-up prescribed/issued by PASSCO from time to time.
  • If the Contractor/ Transporter fails to lift the quantity specified in the allocation letter within the stipulated time, PASSCO may impose a penalty equivalent to 0.5% of the freight value per day on the unlifted quantity.
  •  In case the transportation of the remaining quantity is not resumed within twenty (20) days from the last date specified in the allocation letter, the Agreement shall be liable to cancellation, and the remaining quantity shall be transported at the risk and cost of the Contractor.
  • The successful bidder shall be responsible for payment of all applicable taxes, duties, levies, and charges including but not limited to Income Tax, Sales Tax, Toll Tax, Stamp Duty, and any other taxes imposed by the Federal or Provincial Government from time to time.
  • PASSCO reserves the right to reduce or increase the quantity at any stage of the tender, including after the commencement of the contract. Furthermore, PASSCO reserves the right to cancel the shifting of wheat at any time, either in light of Federal Government instructions or at its own discretion, without incurring any liability whatsoever to the prospective bidder(s) or contractor(s).

5. Responsibilities of the Contractor: 

The contractor will be responsible to:-

  • The contractor shall deploy authorized representatives at both the loading and unloading sites to coordinate with PASSCO staff and ensure timely completion of all required documentation at the originating and destination points.
  • The bidder shall quote a rate per Metric Ton for the entire quantity to be shifted, inclusive of all costs and expenses to be incurred in the execution of the contract.
  • Ensure provision of adequate transportation for shifting the tentative quantity of 76,815.814 Metric Tons of wheat from PASSCO Alipur Zone to PASSCO Khanewal and Multan Zones.
  • All vehicles shall be weighed at the nearest weighbridges at both loading and unloading points. The contractor shall bear all weighbridge charges at both ends. Preparation and maintenance of proper documentation and records regarding the weighment of wheat at both ends shall be the joint responsibility of the contractor and PASSCO staff at the respective PASSCO centers.
  • Submit bills along with all supporting documents to the Commercial Wing, PASSCO Head Office on a weekly basis against transportation services rendered. PASSCO shall process payment of bills at the earliest upon receipt, subject to written confirmation from the S&C Wing and the Field Wing.
  • Ensure that stocks are shifted expeditiously and are not unnecessarily delayed at loading points, during transit, or at destination points, so as to avoid any deterioration of wheat stocks. The contractor shall ensure that all wheat stock being transferred is adequately covered with tarpaulins to prevent any adverse effects from weather conditions.
  • Deliver the stocks to the designated PASSCO Godowns (within the geographical boundaries of PASSCO zones) under the contractor’s own arrangements, without any entitlement to compensation for vehicle replacement, route diversion, or delays arising due to road blockages or vehicle breakdown/casualty.
  • Apply for refund of the security deposit after expiry of the operational period of the agreement/contract, supported by NOCs issued by the Field Wing and confirmation by the S&C Wing based on the zones report, and subsequent to payment of the final bill by the PASSCO.

6. PASSCO will be responsible to:-

  • Deploy adequate managerial and supervisory staff at both loading and unloading points to coordinate with the contractor and relevant government departments for the proper receipt and handling of wheat stocks.
  • Obtain acknowledgements on STNs  from the contractor or his representative at the loading points.
  • Ensure strict implementation of the terms and conditions of the contract in letter and spirit without any failure. Any observation, complaint, or instance of non-performance or violation of the agreement by the contractor shall be promptly reported to the designated officer of PASSCO.
  • Issue “No Objection Certificate” for the release of security if the performance of contractor is satisfactory.

Price Schedule

For Individual Positions

# Position Title Quantity Unit Price (PKR) Total Price (PKR) Delivery Location Delivery Period / Year Country of Origin
1
2
For Lots
# Lot Title Total Lot Price (PKR) Country of Origin
1 [Lot 1 Title]

đź“‘ General Conditions of Contract (GCC)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

A. General

  1. Definitions
    1. Unless the context otherwise requires, the following terms whenever used in this Contract shall have the same meaning and shall be interpreted as  indicated
      1. “Applicable Law” means the laws and any other instruments having the force of law in the Government’s Country, or in such other country as may be specified in the Special Conditions of the Contract (SC), as they may be issued and in force from time to time;
      2. “The Contract” means an agreement enforceable by law;
      3. “The Contract Price” means the price payable to the Contractor under the Contract for the full and proper performance of its contractual obligations;
      4. “The Services” means the work to be performed by the Contractor pursuant to this Contract and as prescribed in the Specifications and Schedule of Activities included in the Contractor’s Bid;
      5. “Ancillary Services” means those services ancillary to the provision of Services, such as transportation and insurance, and any other incidental services, such as installation, commissioning, provision of technical assistance, training, and other such obligations of the Contractor covered under the Contract;
      6. “GCC” means the General Conditions of Contract contained in this section;
      7. “SCC” means the Special Conditions of Contract by which the GCC may be amended or supplemented;
      8. “Day” means calendar day unless indicated otherwise;
      9. “Effective Date” means the date on which this Contract comes into force and effect;
      10. “The  Contractor” means the individual or corporate body whose Bids to provide the Services has been accepted by the Procuring Agency;
      11. “The Project Site,” where applicable, means the place or places named in Bid Data Sheet and technical Specifications;
      12. “Government” means the Government of Pakistan;
      13. “Local Currency” means the currency of Pakistan;
      14.  “In Writing” means communicated in written form with proof of receipt;
      15. “Completion Date” means the date of completion of the Services by the Contractor  as certified by the Procuring Agency;
      16. “Foreign Currency” means any currency other than the currency of the country of the Procuring Agency;
      17. “Party” means the Procuring Agency or the Contractor, as the case may be, and “Parties” means both of them;
      18.  "Service" means any object of procurement other than goods or works;
      19. “Subcontractor” means any entity to which the Bidder subcontracts any part of the Services.
  2. Applicable Law
    1. The contract shall be governed and interpreted in accordance with the laws of Pakistan, unless otherwise specified in SCC.
  3. Language
    1. The Contract as well as all correspondence and documents relating to the Contract exchanged between the Contractorand the Procuring Agency, shall be written in the English language unless otherwise stated in the SCC.  Supporting documents and printed literature that are part of the Contract may be in another language provided these are accompanied by an accurate translation of the relevant passages in English, in which case, for purposes of interpretation of the Contract, this translation shall govern.
  4. Notices
    1. Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SCC.
  5. Location
    1. The Services shall be performed at such locations as the Procuring Agency may approve and as specified in SCC.
  6. Authorized Representatives / Authority of Member in charge
    1. Any action required or permitted to be taken, and any document required or permitted to be executed, under this Contract by the Procuring Agency or the Contractor may be taken or executed by the officials specified in the SCC.

B. Commencement, Completion, Modification, and Termination of Contract

  1. Effectiveness of Contract
    1. This Contract shall come into effect on the date the Contract is signed by both parties and such other later date as may be stated in the SCC.
  2. Commencement of Services
    1. The Contractor shall confirm availability of Key Experts and begin carrying out the Services not later than the number of days after the Effective Date specified in the SCC.
  3. Program schedule
    1. Before commencement of the Services, the Contractor shall submit to the Procuring Agency for approval a Program showing the general methods, arrangements, order and timing for all activities. The Services shall be carried out in accordance with the approved Program as updated.
  4. Starting Date/Expiration Date
    1. The Contractor shall start carrying out the Services Five (05) days after the date the Contract becomes effective, or at such other date as may be specified in the SCC.
    2. Unless terminated earlier pursuant to Clause GCC 14 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SCC.
  5. Entire Agreement
    1. This Contract contains all covenants, stipulations and provisions agreed by the Parties.  No agent or representative of either Party has authority to make, and the Parties shall not be bound by or be liable for, any statement, representation, promise or agreement not set forth herein.
  6. Modification
    1. Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any modification(s) or variation(s) made by the other Party.
    2. In cases of any modification(s) or variation(s), the prior written consent of the Procuring Agency is required.
  7. Force Majeure
    1. Definition
      For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Contractor and which makes a Contractor’s performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances.
    2. No Breach of Contract
      The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract in so far as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event.
    3. Extension of Time
      Any period within which a Contractor shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure.
    4. Payments
      During the period of their inability to perform the Services as a result of an event of Force Majeure, the Contractor shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.
  8. Termination
    1. By the Procuring Agency
      The Procuring Agency may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (e) of this Clause. In such an occurrence the Procuring Agency shall give at least thirty (30) calendar days’ written notice of termination to the Contractor in case of the events referred to in (a) through (d); at least sixty (60) calendar days’ written notice in case of the event referred to in (e);
      1. If the Contractor fails to remedy a failure in the performance of its obligations hereunder, as specified in a notice of suspension;
      2. If the Contractor becomes (or, if the Contractor consists of more than one entity, if any of its members becomes) insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or voluntary;
      3. If the Contractor fails to comply with any final decision reached as a result of arbitration proceedings;
      4. If, as the result of Force Majeure, the Contractor is unable to perform a material portion of the Services for a period of not less than sixty (60) calendar days;
      5. If the Procuring Agency, in its sole discretion and for any reason whatsoever, decides to terminate this Contract;
    2. By the Contractor
      The Contractor may terminate this Contract, by not less than thirty (30) calendar days’ written notice to the Procuring Agency, in case of the occurrence of any of the events specified in paragraphs (a) through (d) of this Clause.
      1. If the Procuring Agency fails to pay any money due to the Contractor pursuant to this Contract and not subject to dispute within forty-five (45) calendar days after receiving written notice from the Contractor that such payment is overdue;
      2. If, as the result of Force Majeure, the Contractor is unable to perform a material portion of the Services for a period of not less than sixty (60) calendar days;
      3. If the Procuring Agency fails to comply with any final decision reached as a result of arbitration;
      4. If the Procuring Agency is in material breach of its obligations pursuant to this Contract and has not remedied the same within forty-five (45) days (or such longer period as the Bidder may have subsequently approved in writing) following the receipt by the Procuring Agency of the Contractor’s notice specifying such breach.

C. Obligations of the Contractor

  1. General
    1. Standard of Performance
      1. The Contractor shall perform the Services and carry out the Services with all due diligence, efficiency and economy, in accordance with generally accepted professional standards and practices, and shall observe sound management practices, and employ appropriate technology and safe and effective equipment, machinery, materials and methods. The Contractor shall always act, in respect of any matter relating to this Contract or to the Services, as a faithful adviser to the Procuring Agency, and shall at all times support and safeguard the Procuring Agency’s legitimate interests in any dealings with the third parties;
      2. The Contractor shall employ and provide such qualified and experienced Experts and Sub-Contractors as are required to carry out the Services.
    2. Law Applicable to Services
      The Contractor shall perform the Services in accordance with the Contract and in accordance with the Law of Pakistan and shall take all practicable steps to ensure that any of its Experts and Sub-Bidders, comply with the Applicable Law. 
  2. Conflict of Interests
    1. Contractor Not to Benefit from Commissions and Discounts
      The remuneration of the Contractor shall constitute the Contractor’s sole remuneration in connection with this Contract or the Services, and the Contractor shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Contractor shall use their best efforts to ensure that the Personnel, any Subcontractors, and agents of either of them similarly shall not receive any such additional remuneration.
    2. Contractor and Affiliates Not to be Otherwise Interested in Project
      The Contractor agree that, during the term of this Contract and after its termination, the Contractor and its affiliates, as well as any Subcontractor and any of its affiliates, shall be disqualified from providing Services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.
    3. Prohibition of Conflicting Activities
      Neither the Bidder nor its Subcontractors nor the Personnel shall engage, either directly or indirectly, in any of the following activities:
      1. during the term of this Contract, any business or professional activities in the Government’s country which would conflict with the activities assigned to them under this Contract;
      2. during the term of this Contract, neither the Contractor nor their Subcontractors shall hire public employees in active duty or on any type of leave, to perform any activity under this Contract;
      3. after the termination of this Contract, such other activities as may be specified in the SCC.
  3. Insurance to be Taken Out by the Contractor
    1. The Contractor(a) shall take out and maintain, and shall cause any Subcontractors to take out and maintain, at its (or the Sub-contractors’, as the case may be) own cost but on terms and conditions approved by the Procuring Agency, insurance against the risks, and for the coverage, as shall be specified in the SCC; and (b) at the Procuring Agency’s request, shall provide evidence to the Procuring Agency showing that such insurance has been taken out and maintained and that the current premiums have been paid.
  4. Contractor’s Actions Requiring Procuring Agency’s Prior Approval
    1. The Contractor shall obtain the Procuring Agency’s prior approval in writing before taking any of the following actions:
      1. appointing such members of the Personnel not provided by the Contractor;
      2. changing the Program of activities; and
      3. any other action that may be specified in the SCC.
  5. Reporting Obligations
    1. The Contractor shall submit to the Procuring Agency the reports and documents in the numbers, and within the periods as prescribed by the Procuring Agency.
  6. Liquidated Damages
    1. Payments of Liquidated Damages
      The Contractor shall pay liquidated damages to the Procuring Agency at the rate per day stated in the SCC for each day that the Completion Date is later than the Intended Completion Date.  The total amount of liquidated damages shall not exceed the amount defined in the SCC.  The Procuring Agency may deduct liquidated damages from payments due to the Contractor.  Payment of liquidated damages shall not affect the Contractor’s liabilities.
    2. Correction for Over-payment
      If the Intended Completion Date is extended after liquidated damages have been paid, the Procuring Agency shall correct any overpayment of liquidated damages by the Contractor by adjusting the next payment certificate.  The Contractor shall be paid interest on the overpayment, calculated from the date of payment to the date of repayment, at the rates specified in SCC.
    3. Lack of performance penalty
      If the Contractor has not corrected a Defect within the time specified in the Procuring Agency’s notice, a penalty for Lack of performance will be paid by the Contractor. The amount to be paid will be calculated as a percentage of the cost of having the Defect corrected, assessed as specified in the Contractor
  7. Performance Guarantee
    1. Within the time stipulated in the acceptance letter from the Procuring Agency, the successful Bidder shall furnish the Performance Guarantee in shape and amount specified in SCC.
    2. The proceeds of the Performance Guarantee shall be payable to the Procuring agency as compensation for any loss resulting from the Supplier’s failure to complete its obligations under the Contract.
    3. The Performance Guarantee shall be denominated in the currency of the Contract, or in a freely convertible currency acceptable to the Procuring agency and shall be in the acceptable form as specified in SCC.
    4. The Performance Guarantee will be discharged by the Procuring agency and returned to the Supplier not later than thirty (30) days following the date of completion of the Supplier’s performance obligations under the Contract, including any warranty obligations, unless otherwise specified in SCC.
  8. Sustainable Procurement
    1. The Contractor shall conform to the sustainable procurement contractual provisions, if and as specified in the SCC.

D. Contractor’s Personnel

  1. Description of Personnel
    1. The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Contractor’s Key Personnel.  The Key Personnel listed by title as well as by name are hereby approved by the Procuring Agency.
  2. Removal and / or Replacement of Personnel
    1. Except as the Procuring Agency may otherwise agree, no changes shall be made in the Key Personnel.  If, for any reason beyond the reasonable control of the Contractor, it becomes necessary to replace any of the Key Personnel, the Contractor shall provide as a replacement a person of equivalent or better qualifications.
    2. If the Procuring Agency finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Contractor shall, at the Procuring Agency’s written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Procuring Agency.
    3. The Contractor shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.

E. Obligations of the Procuring Agency

  1. Change in the Applicable Law
    1. If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost of the Services rendered by the Contractor, then the remuneration and reimbursable expenses otherwise payable to the Contractor under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred in the SCC.
  2. Services and Facilities
    1. The Procuring Agency shall make available to the Contractor and the Experts, for the purposes of the Services and free of any charge, the services, facilities and property described in the Terms of Reference, at the times and in the manner specified in the Terms of Reference.
    2. In case that such services, facilities and property shall not be made available to the Contractor, the Parties shall agree on (i) any time extension that it may be appropriate to grant to the Contractor for the performance of the Services, (ii) the manner in which the Contractor shall procure any such services, facilities and property from other sources, and (iii) the additional payments, if any, to be made to the Contractor as a result thereof.

F. Payments to the Contractor

  1. Contract Price
    1. The price payable shall be in Pakistani Rupees unless otherwise specified in the SCC.
  2. Terms and Conditions of Payment
    1. Payments will be made to the Contractor according to the payment schedule stated in the SCC and as per actual invoice submitted by the Contractor.
    2. Unless otherwise stated in the SCC, the advance payment shall be made against the provision by the Contractor of a bank guarantee for the same amount, and shall be valid for the period stated in the SCC.  Any other payment shall be made after the conditions listed in the SCC for such payment have been met, and the Contractor have submitted an invoice to the Procuring Agency specifying the amount due.
  3. Quality Control Identifying Defects
    1. The principle and modalities of Inspection of the Services by the Procuring Agency shall be as indicated in the SCC. The Procuring Agency shall check the Contractor’s performance and notify him of any Defects that are found.  Such checking shall not affect the Contractor’s responsibilities.  The Procuring Agency may instruct the Contractor to search for a Defect and to uncover and test any service that the Procuring Agency considers may have a Defect. Defect Liability Period is as defined in the SCC.
  4. Correction of Defects, and Lack of Performance Penalty
    1. The Procuring Agency shall give notice to the contractor of any Defects before the end of the Contract.  The Defects liability period shall be extended for as long as Defects remain to be corrected.
    2. Every time notice a Defect is given; the contractor shall correct the notified Defect within the length of time specified by the Procuring Agency’s notice.
    3. If the contractor has not corrected a Defect within the time specified in the Procuring Agency’s notice, the Procuring Agency will assess the cost of having the Defect corrected, the contractor will pay this amount, and a Penalty for Lack of Performance.
  5. Settlement of Disputes Amicable Settlement
    1. The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.
  6. Dispute Settlement
    1. Arbitration
      If any dispute of any kind whatsoever shall arise between the procuring agency and the contractor in connection with or arising out of the Contract, including without prejudice to the generality of the foregoing, any question regarding its existence, validity or termination, or the execution of the contract, the parties shall seek to resolve any such dispute or difference by mutual consultation. If the parties fail to resolve such a dispute or difference even after negotiations or mediation, then the dispute shall be referred within fourteen (14) days in writing by either party to the Arbitrator, with a copy to the other party.
      Any dispute in respect of which a notice of intention to commence arbitration has been given, in accordance with GCC sub-clause 32.1, shall be finally settled by arbitration. Arbitration may be commenced prior to or after completion of the Contract. Arbitration proceedings shall be conducted in accordance with Arbitration Act 1940.
      Notwithstanding any reference to arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless otherwise agreed. The Procuring Agency shall continue to pay the Contractor any undisputed amounts due under the Contract during the resolution of any dispute.

đź“‘ Special Conditions of Contract (SCC)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

SECTION VIII. SPECIAL CONDITIONS OF CONTRACT

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

Definitions

The Procuring Agency is: Commericial Wing (PASSCO), General Manager PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

The Supplier is:

The title of the subject procurement is:HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Number of GC Clause 2

Applicable/Governing Law:

The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan

Number of GC Clause 3

Language:

The language of the Contract, all correspondence and communications to be given, and all other documentation to be prepared and supplied under the Contract shall be in English.

Number of GC Clause 4

Notices:

The addresses for the notices are:

Procuring Agency: 

Commericial Wing (PASSCO), General Manager
PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore
+92-429-920-1466
gm.comm@passco.gov.pk

Contractor/ Bidder: 

 [Name, address and telephone number].

The Contractor/ Bidder’s Representative(s)

[Name, address, telephone number and e-mail address]

Number of GC Clause 6.1

The Authorized Representatives are:

For the Procuring Agency:

Commericial Wing (PASSCO), General Manager
PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore
+92-429-920-1466
gm.comm@passco.gov.pk

For the Bidder:

Name: ………………………

Designation: ……………..

Address: ……………………………..

Number of GC Clause 7

Effectiveness of the contract

The Contractor/Bidder shall be effective within ….. days from the date of signature of the Contract by both parties

Number of GC Clause 8

Commencement of Contract:

The Contractor/ Bidder shall provide Non-Consultancy Services from the effective date of contract.

Number of GC Clause 10.2

Expiration of Contract:

The time period shall be ………………….

Number of GC Clause 14

Termination

In the event of termination of the contract due to any reason as already defined in the General Conditions of Contract, the Bidder shall be responsible for providing to the Authority the Goods till the time of alternate arrangements.

Number of GC Clause 16

Conflict of Interest:

The Procuring Agency reserves the right to determine on a case-by-case basis whether the Bidder should be disqualified from providing goods or services due to a conflict of a nature described in Clause GCC 17.

Number of GC Clause 20

Liquidated Damages

If the Bidder fails to provide services as required under the contract or in case of any data loss/data breach or any incident compromising the data security or other such failures related to any services, the Bidder shall pay to the Procuring Agency as Liquidated Damages at a rate of 0.50% to 10.00% of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority.

Number of GC Clause 21

Performance Guarantee:

The amount of performance guarantee shall be 10.00% of the contract price in acceptable form of Pay Order, Banker's Cheque, Demand Draft

Number of GC Clause 27

Currency of Payment:

All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees.

Number of GC Clause 28

Payment terms:

Payment will be made to the Bidder against the procured Goods and services according to the actual invoice or running bills submitted by the Bidder against the services provided within the time given in the conditions of the contract.

Number of GC Clause 29

Identifying Defects:

The Authority reserves the right at any time to inspect the premises of the provider to inspect the goods and monitor the goods being provided.

Delivery & Documents

Payment: The contractor shall submit bills on the company’s letterhead, duly supported by all necessary valid documents and reports, to the Commercial Wing, PASSCO Head Office, Lahore on a weekly basis.2. Payments shall be made after submission / production of bills supported by Allocation letter issued by concerned Zonal heads of the Field Wing and confirmation by the S&C Wing based on the zones report. Paymment Schedule will be decided with mutual consent before signing of the contract.

The contractor shall submit the following documents along with a covering letter duly signed and stamped:a. Invoice/ bill as per the agreed rate.b. Sales Tax Invoice (if applicable).c. Original acknowledged STNs d. Original truck bilty/transport receipts. e. Copy of NTN f. Copy of the signed agreement g. Copy of award letter.h. Any other document(s) as may be required by PASSCO from time to time.

Risk and Cost: If the contractor fails to complete his contractual obligation and / or proves to be incapable of successfully completing the contractual obligations / non-implementation of any of the clauses and sub-clauses of this bid documents. The same services will be carried out through any agency or contractor at the entire risk and cost of the defaulting contractor, and PASSCO reserves the right to rescind the agreement forfeit the security and imposes penalties, accordingly.

In this account, expenses / expenditure incurred by PASSCO shall be recovered from pending bills, securities, performance money and through legal recourse.

All terms and conditions whatsoever embodied in advertisement / notice shall be integral part of this document.

If the contractor fails to perform function relating to transportation or fails to comply with a valid instruction of the PASSCO, the PASSCO may give notice stating the default.

If the contractor has not taken all practicable steps to remedy the default within 07 days after receipt of PASSCO’s notice, PASSCO may cancel the order and confiscate / forfeit the performance security, further leading towards blacklisting of the contractor.

Jurisdiction of Court: Regarding the issue of jurisdiction in case of litigation between parties thereto, the court at Lahore shall have the exclusive jurisdiction to entertain such dispute.

Number of GC Clause 31

Following is the guidance for Dispute Resolution

  1. If any dispute of any kind whatsoever shall arise between the Authority and the Bidder in connection with or arising out of the Contract, including without prejudice to the generality of foregoing, any question regarding its existence, validity, termination and the execution of the Contract – whether during developing phase or after their completion and whether before or after the termination, abandonment or breach of the Contract – the parties shall seek to resolve any such dispute or difference by mutual diligent negotiations in good faith within 14 (fourteen) days following a notice sent by one Party to the other Party in this regard.
  2. At future of negotiation the dispute shall be resolved through mediation and mediator shall be appointed with the mutual consent of the both parties.
  3. At the event of failure of mediation to resolve the dispute relating to this contract such dispute shall finally be resolved through binding Arbitration by sole arbitrator in accordance with Arbitration Act 1940. The arbitrator shall be appointed by mutual consent of the both parties. The Arbitration shall take place in Islamabad, Pakistan and proceedings will be conducted in English language. 
  4. The cost of the mediation and arbitration shall be shared by the parties in equal proportion however the both parties shall bear their own costs and lawyer’s fees regarding their own participation in the mediation and arbitration. However, the Arbitrator may make an award of costs upon the conclusion of the arbitration making any party to the dispute liable to pay the costs of another party to the dispute.
  5. Arbitration proceedings as mentioned in the above clause regarding resolution of disputes may be commenced prior to, during or after completion of the contract.

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: 

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.

đź“‘ Bid Securing Declaration (BSD)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

Form 9: Bid Securing Declaration

Date: [insert date (as day, month and year)]

Bid No.:P30998

To: Commericial Wing (PASSCO), General Manager PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

 

 

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:

  1. have  withdrawn  or  modified  our  Bid  during  the  period  of  Bid  Validity specified in the Form of Bid;
  2. Disagreement to arithmetical correction made to the Bid price; or
  3. having been notified of the acceptance of our Bid by the Procuring Agency during the period of Bid Validity, (i) failure to sign the contract if required by Procuring Agency to do so or (ii) fail or refuse to furnish the Performance Security or to comply with any other condition precedent to signing the contract specified in the Bidding Documents.

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.

 

đź“‘ Contract Form (CNF)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

SECTION IX: CONTRACT FORMS

 

THIS AGREEMENT made the _____ day of __________ 20_____ between Commericial Wing (PASSCO), General Manager PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

 (hereinafter called “the Procuring Agency”) of the one part and [name of Bidder] of [city and country of Bidder] (hereinafter called “the Bidder”) of the other part:

 

WHEREAS the Procuring Agency invited Bids for provision of goods, viz., HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES (P30998) and has accepted a Bids by the Bidder for the provision of Goods in the sum of [contract price in words and figures] (hereinafter called “the Contract Price”).

 

NOW THIS CONTRACT WITNESSETH AS FOLLOWS:

1.   In this Contract words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract referred to.

2.   The following documents shall be deemed to form and be read and construed as part of this Contract, In the event of any ambiguity or conflict between the Contract Documents listed below, the order of precedence shall be the order in which the Contract Documents are listed below:-

  1. This form of Contract;
  2. the Form of Bids and the Price Schedule submitted by the Bidder;
  3. the Schedule of Requirements;
  4. the Technical Specifications;
  5. the Special Conditions of Contract;
  6. the General Conditions of the Contract;
  7. the Procuring Agency’s Letter of Acceptance; and
  8. [add here: any other documents]

3.   In consideration of the payments to be made by the Procuring Agency to the Bidder as hereinafter mentioned, the Bidder hereby covenants with the Procuring Agency to provide the Goods related services and to remedy defects therein in conformity in all respects with the provisions of the Contract.

4.   The Procuring Agency hereby covenants to pay the Bidder in consideration of the provision of Goods and the remedying of defects therein, the Contract Price or such other sum as may become payable under the provisions of the contract at the times and in the manner prescribed by the contract.

 

IN WITNESS whereof the parties hereto have caused this Contract to be executed in accordance with their respective laws the day and year first above written.

 

Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)

 

Witness to the signatures of the Procuring Agency:

………………………………………………

Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)

 

Witness to the signatures of the Bidder: …………………………………………………

 

 

đź“‘ Integrity Pact (INP)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

Integrity Pact

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BYTHE SUPPLIERS OF GOODS, SERVICES & WORKS IN  CONTRACTS WORTH RS.10.00 MILLION OR MORE

 

Contract                           Number:  Contract                               Value:  Contract Title:

Dated:

 

[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.

đź“‘ Performance Guarantee Form (PGF)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

Performance Guarantee Form

 

To:     Commericial Wing (PASSCO), General Manager PASSCO Head Office, Commercial Wing, 11 Kashmir Road, Lahore

 

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”).

 

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.

 

AND WHEREAS we have agreed to give the Bidders guarantee:

 

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 guar­antee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

 

This guarantee is valid until the: [insert date]

 

 

Signature and seal of the Guarantors

 

 

_____________________________________________________________________

[name of bank or financial institution]

 

 

_____________________________________________________________________

[address]

 

 

_____________________________________________________________________

[date}

đź“‘ Annexure (ANX)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

Declaration on Non Judicial Stamp as per Template Annex A

(Annex A)
PAKISTAN AGRICULTURAL STORAGE & SERVICES CORPORATION (PASSCO)
DECLARATION / UNDERTAKING
(To be submitted on Non-Judicial Stamp Paper of minimum PKR 200, duly attested)
I/We, M/s __________________________________________, through the undersigned
authorized representative, do hereby solemnly affirm and declare as under:
1. Transportation of Wheat
That I/We shall ensure transportation of only wheat under the subject contract and shall
be fully responsible for compliance with the prescribed quality standards.
2. Non-Blacklisting / Non-Default
That I/We have neither been blacklisted by any Government Department, Semi-
Government Organization, or Autonomous Body, nor declared defaulter of any such
entity.
3. Non-Collusion Certificate
That I/We have not entered into any agreement, arrangement, or understanding with
any other bidder(s) to restrain competition or influence the bidding process in any
manner.
4. No Subcontracting & Timely Execution
That I/We shall not sublet or subcontract the assigned work to any other party and shall
complete the transportation strictly within the stipulated time frame at my/our own risk
and responsibility.
5. Specimen Signatures
That the specimen signatures of the firm/contractor and its authorized representative
are provided below and duly attested:
Specimen Signature 1: __________________________
Specimen Signature 2: __________________________
Specimen Signature 3: __________________________
I/We further affirm that the information provided above is true, correct, and complete in all
respects, and in case of any misstatement or concealment of facts, I/We shall be liable for legal
action as per applicable laws and rules
Authorized Signatory: __________________________
Name: ________________________________________
Designation: _________________________________
CNIC No.: ____________________________________
Date: ________________________________________
Official Seal of the Firm
ATTESTATION
Verified and attested that the contents of this declaration have been sworn and signed before
me.
Attested By: _________________________________
(First Class Magistrate / Oath Commissioner)
Signature & Official Seal: _____________________
Date: ________________________________________

Technical Submission (Vendor)

Document Required

Details of tentative Quantity to be shifted

Information (Read-Only)

đź“‘ Procurement Forms (PFD)

HIRING OF A TRANSPORTATION FIRM / CONTRACTOR FOR SHIFTING OF APPROXIMATELY 76815.814 M.TONS (±15%) FAQ WHEAT FROM PASSCO ALIPUR ZONE TO PASSCO GODOWNS IN MULTAN AND KHANEWAL ZONES

Published on: Friday, May 8, 2026

Ref# : P30998
QR Code

Past Experience and Completed Contracts

The bidder must have experience of transportation of wheat or similar commodities during the last three (03) years, having successfully handled a minimum quantity of 10,000 M. Tons from any Government or private organization. The experience shall be supported by verifiable documentary evidence including work completion certificates and tax deduction records issued by the concerned department/organization.

Average Annual Turnover

The bidder must have an average annual turnover of at least PKR 100 million during the last three (03) years, supported by audited financial statements / Bank statements / Tax ReturnsÂ