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 on Authority’s website at (www.ppra.org.pk).
Â
Â
Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager
House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-335-740-1924
faisal.majeed@ntdc.com.pk
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 |
||
|
1 |
1.1 |
Name of Procuring Agency:Â Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)) The subject of procurement is:Â Tender No. XEN-(S&I)-EHV-01-2026: Civil Works, Erection, Stringing and Testing & Commissioning for Raising of 220kV D/C Twin Bundle T/Line NKLP-SNR-Ghazi due To Construction of Lahore-Sahiwal-Bahawalnagar Motorway (LSBM) (Between Location No. 28 & 30 Expected commencement date: Tuesday, June 30, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P24434Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 3 |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Thursday, May 14, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)) website and on EPADS v2.0. |
C. Preparation of Bids |
||
| 6. |
8.1 |
List of documents required along with the bid:
 |
| 7. | 9.1 |
The qualification criteria to establish the supply / production capability of the bidder. see Eligibility Criteria |
| 8. | 11.2Â |
|
| 9. | 11.1 | Price schedule will be provided according to the format defined and acquired. see section price schedule. |
| 10. | 11.4 |
 Specifications: see section of specifications. |
|
11. |
11.5 & 13.5 |
The price shall be Fixed. |
| 12. |
14.1 |
Currency of the Bids shall be : PKR |
| 13. |
16.1 |
The Bids/Bid Validity period shall be: 60 Days |
| 14. |
17.1Â |
The amount of Bid Security shall be as defined in Bid Security Section for items and lots given in BDS 6 |
| 15. | 17.2 |
The Bid Security shall be in the form of: Pay Order, Banker's Cheque, Call at Deposit, Bank Guarantee, Demand Draft  |
| 16. | 15.1 |
Alternative Bids to the requirements of the bidding documents will not be permitted. |
D. Submission of Bids |
||
|
17. |
18.1 & 21.1 |
Bid shall be submitted online on EPADS v2.0 whereas hard copy of the bid security should be submitted to the following; House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Bids that are not submitted on EPADS v2.0 shall be disqualified. The deadline for Bids submission is: Monday, May 18, 2026 02:00 PM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Monday Date:Â May 18, 2026 Time : 02:30 PM |
|
19. |
30.2 |
Selection technique adopted will be: Least Cost Based Selection (LCBS) |
F. Award of Contract |
||
|
20. |
41.1 & 41.2 |
The Performance guarantee shall: 10.00%. The Performance Guarantee shall be acceptable in the form of:Â Pay Order, Banker's Cheque, Bank Guarantee, Demand Draft |
| 21. | 45.1 |
Arbitrator shall be appointed by mutual consent of the both parties. |
G. Review of Procurement Decisions |
||
|
22. |
37 |
Grievance against this procurement shall be submitted online on EPADS v2.0. |
| Bidder's Type | Required Registration |
|---|---|
| Individual / Individual Consultant Sole Proprietorship Partnership Firm Company (Private Limited) Company (Public Limited) Company (Holding Company) Company (Limited by Guarantee) State Owned Enterprise (Private Limited) State Owned Enterprise (Public Limited) | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) FBR (GSTN) SECP PEC |
| Eligibility Criteria | Document |
|---|---|
| Bidders are required to submit details of all litigation, arbitration and other claims whether pending, threatened or resolved in the last five years. The Employer may disqualify bidder in the event that the total amount of pending or threatened litigation, arbitration or other claims represents fifty percent (50%) of the Bidder’s net worth. | No |
| Construction Experience of subsidiaries or parent/sister/affiliate companies shall not be considered for qualification of the Bidder. The Qualification of the Bidders will be based on meeting the pass/ fail criteria as demonstrated by the Bidders’ responses in the respective Appendices. | No |
| The above stated requirements are the minimum and the Employer reserves the right to request for any additional information. The Employer also reserves the right to reject the proposal of any Bidder, if in the opinion of the Employer the qualification details are incomplete, ambiguous or the Bidder is found not qualified to satisfactorily perform the Contract. | No |
Least Cost Based Selection (LCBS)
| Technical Marks | 50 | |
|---|---|---|
| Passing Marks | 25 | |
| Technical Evaluation Criteria | ||
| Past Experience (Qualitative)(Doc Required) | 50 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| Civil Works, Erection, Stringing and Testing & Commissioning for Raising of 220kV D/C Twin Bundle T/Line NKLP-SNR-Ghazi due To Construction of Lahore-Sahiwal-Bahawalnagar Motorway (LSBM) (Between Location No. 28 & 30) | Address: House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 180 Days Quantity: 1 | 1 | 733456 |
No
Jobs Without Lots :
Job: Civil Works, Erection, Stringing and Testing & Commissioning for Raising of 220kV D/C Twin Bundle T/Line NKLP-SNR-Ghazi due To Construction of Lahore-Sahiwal-Bahawalnagar Motorway (LSBM) (Between Location No. 28 & 30)
Specifications / Requirements:
| Sr. No | BILL OF QUANTITIES | Â |
|---|---|---|
| 1 | Ref. No. | Amount |
| 2 | A. | Â |
| 3 | 1 | 25,000.00 |
| 4 | B. | Â |
| 5 | 1 | Â |
| 6 | a. | 14,690,077.92 |
| 7 | b. | 1,891,146.48 |
| 8 | 2 | Â |
| 9 | Â | Â |
| 10 | a. | 7,845,863.04 |
| 11 | b. | 785,258.64 |
| 12 | C. | Â |
| 13 | 1 | Â |
| 14 | a. | 1,300,000.00 |
| 15 | a. | 1,000,000.00 |
| 16 | 2 | 150,000.00 |
| 17 | D. | Â |
| 18 | 1 | 3,200,000.00 |
| 19 | E. | Â |
| 20 | 1 | 450,000.00 |
| 21 | F | Â |
| 22 | 1 | 150,000.00 |
| 23 | G | Â |
| 24 | 1 | 127,132.00 |
| 25 | Â | 5,058,317.92 |
| 26 | Notes: | Â |
| 27 | 1 | Â |
| 28 | 2 | Â |
| 29 | 3 | Â |
| 30 | 4 | Â |
| 31 | 5 | Â |
| 32 | 6 | Â |
| 33 | 7 | Â |
| 34 | 8 | Â |
| 35 | 9 | Â |
| 36 | 10 | Â |
|  |  | Rs 36,672,796.00 |
Project Director (LSBM/LBP/M-3 Ext.) vide letter 118 dated 20.08.2024 requested the raising of existing 220 kV T/Line NKLP-SNR-Ghazi due to construction of Lahore-Sahiwal-Bahawalnagar Motorway (LSBM) project. Accordingly, the field staff of this office visited the site along with the representative of NHA for carrying out the survey work for preparation of T/Line profile. The said Plan & Profile and Plane tabling was submitted to Chief Engineer (T/Line) Design vide Project Director EHV-I NGC letter No. 8483-85 dated 24.09.2024 for review and approval. The Chief Engineer (T/Line) Design NGC Lahore vide letter No. 2190-93 dated 01.08.2025 accorded the approval of said Plan & Profile and Plane tabling. Moreover, Chief Engineer (Civil) Design NGC Lahore vide letter No. 321-24 dated 15.09.2025 issued the foundation design of newly proposed towers of above said 220 kV T/Line. Keeping in view of the above, this estimate has been framed to cover the cost of Civil Works, Erection, Stringing and Testing & Commissioning along with the cost of Material of EG+0+4 and EA+0+6 Type Towers (between Location No. 28-30) of subject 220 kV T/Line.
For Individual Jobs
| # | Job Title | Quantity | Unit Price (PKR) | Total Price (PKR) | Delivery Location | Delivery Period / Year | Country of Origin |
|---|---|---|---|---|---|---|---|
| 1 | |||||||
| 2 |
| # | Lot Title | Total Lot Price (PKR) | Country of Origin |
|---|---|---|---|
| 1 | [Lot 1 Title] |
Â
Â
Â
The following Special Conditions of Contract shall supplement the General Conditions of Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the Conditions of Contract. The corresponding clause number of the GCC is indicated in parentheses.
|
Number of GC Clause |
Amendments of, and Supplements to, Clauses in the General Conditions of Contract |
|
 |
Definitions The Procuring Agency is: Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). The Supplier is: The title of the subject procurement is:Tender No. XEN-(S&I)-EHV-01-2026: Civil Works, Erection, Stringing and Testing & Commissioning for Raising of 220kV D/C Twin Bundle T/Line NKLP-SNR-Ghazi due To Construction of Lahore-Sahiwal-Bahawalnagar Motorway (LSBM) (Between Location No. 28 & 30 |
|
GCC 2 |
Applicable/Governing Law: The Contract shall be interpreted in accordance with the laws of Islamic Republic of Pakistan |
|
GCC 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. |
|
GCC 4 |
Notices: The addresses for the notices are: Procuring Agency: Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager Contractor/ Bidder:  [Name, address and telephone number]. The Contractor/ Bidder’s Representative(s) [Name, address, telephone number and e-mail address]  |
|
GCC 6.1 |
The Authorized Representatives are:  For the Procuring Agency: Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager For the Bidder: Name: ……………………… Designation: …………….. Address: ……………………………..  |
|
GCC 7 |
Effectiveness of the contract The Contractor/Bidder shall be effective within ….. days from the date of signature of the Contract by both parties |
|
GCC 8 |
Commencement of Contract: The Contractor/ Bidder shall provide Non-Consultancy Services from the effective date of contract. |
|
GCC 10.2 |
Expiration of Contract: The time period shall be …………………. |
|
GCC 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. |
|
GCC 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. |
|
GCC 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 0.05% to 10.00%Â of the Contract value, in accordance with the extent of performance failure & the cost of investigating such incidents as judged by the Authority. |
|
GCC 21 |
Performance Guarantee: The amount of performance guarantee shall be 10.00%Â of the contract price in acceptable form of Pay Order, Banker's Cheque, Bank Guarantee, Demand Draft |
|
GCC 27 |
Currency of Payment: All the payment to be released to the contractor/Bidder shall be in Pakistani Rupees. |
|
GCC 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. |
| Â | Â |
|
GCC 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. Inspections & Tests RequirementsFor successful operation at site after complete installation, testing and commissioning of the Transmission Line (Installation, Testing and Commissioning Report by Procurement Agency / Inspection Team) Delivery & DocumentsCompletion Certificate upon completion of project. Anyother document required by procuring agency as per Bidding Documents. |
|
GCC 31 Â |
Following is the guidance for Dispute Resolution
Notwithstanding any reference to the arbitration herein, the parties shall continue to perform their respective obligations under the Contract unless they otherwise agree that the Authority shall pay the Bidder any monies due to the Bidder. Arbitrator’s fee: The fee shall be specified in Pak Rupees, as determined by the Arbitrator, which shall be shared equally by both parties. Appointing Authority for Arbitrator: By the Mutual Consent or in accordance with the provisions of Arbitration Act, 1940, in case the parties fail to reach a consensus on the name of sole arbitrator, any party may submit an application to the Chief Justice Islamabad High Court for appointment of sole arbitrator. The Chief Justice IHC may appoint a former judge of any High Court or Supreme Court as the sole arbitrator to resolve the dispute between the parties. Rules of procedure for arbitration proceedings: Any dispute between the Authority and a Bidder who is a national of the Islamic Republic of Pakistan arising in connection with the present Contract shall be referred to adjudication or arbitration in accordance with the laws of the Islamic Republic of Pakistan including Arbitration Act 1940, however above provision shall prevail in referring the case to the Arbitrator. Place of Arbitration and Award: The arbitration shall be conducted in English language and place of arbitration shall be at Islamabad. The award of the arbitrator shall be final and shall be binding on the parties. |
Date: [insert date (as day, month and year)]
Bid No.:P24434
To: Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
Â
Â
We, the undersigned, declare that:
We understand that, according to your conditions, Bids must be supported by a Bid Securing Declaration.
We accept that we will be blacklisted and henceforth cross debarred  for participating in respective category of public procurement proceedings for a period of (not more than) six months, if fail to abide with a bid securing declaration, however without indulging in corrupt and fraudulent practices, if we are in breach of our obligation(s) under the Bid conditions, because we:
We understand this Bid Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of (i) our receipt of your notification to us of the name of the successful Bidder; or (ii) twenty-eight (28) days after the expiration of our Bid.
Â
THIS AGREEMENT made the _____ day of __________ 20_____ between Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
 (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:
Â
WHEREAS the Procuring Agency invited Bids for provision of goods, viz., Tender No. XEN-(S&I)-EHV-01-2026: Civil Works, Erection, Stringing and Testing & Commissioning for Raising of 220kV D/C Twin Bundle T/Line NKLP-SNR-Ghazi due To Construction of Lahore-Sahiwal-Bahawalnagar Motorway (LSBM) (Between Location No. 28 & 30 (P24434) 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”).
Â
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:-
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.
Â
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.
Â
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Â
Witness to the signatures of the Procuring Agency:
………………………………………………
Signed, sealed, delivered by __________________the ________________ (for the Procuring Agency)
Â
Witness to the signatures of the Bidder: …………………………………………………
Â
Â
Â
Contract                          Number:  Contract                              Value:  Contract Title:
Dated:
Â
[Name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoP) through any corrupt business practice.
Without limiting the generality of the foregoing [Name of Supplier] represents and warrants that it has fully declared the brokerage, commission, fee etc. paid  or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder's fee or kickback, whether described as consultations fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.
[Name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representative or warranty.
[Name of Supplier] accepts full responsibility and strict liability for making and false declaration, not making full disclosure, misrepresenting fact or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice to any other right and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.
Notwithstanding any rights and remedies exercised by GoP in this regard, [Name of Supplier] agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder's fee or kickback given by [Name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.
Â
To:     Executive Engineer S&I Division(EHV-I) , NGC Lahore (National Grid Company (NGC)), Deputy Manager House#03 Block C opposite to the new school model town lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
Â
WHEREAS [name of Bidder] (hereinafter called “the Bidder”) has undertaken, in pursuance of Contract No. [reference number of the contract] dated [insert date] for provision of Goods(hereinafter called “the Contract”).
Â
AND WHEREAS it has been stipulated by you in the said Contract that the Bidder shall furnish you with a Bank Guarantee by a reputable bank for the sum specified therein as security for compliance with the Bidder’s performance obligations in accordance with the Contract.
Â
AND WHEREAS we have agreed to give the Bidders guarantee:
Â
THEREFORE, WE hereby affirm that we are Guarantors and responsible to you, on behalf of the Bidder, up to a total of [amount of the guarantee in words and figures], and we undertake to pay you, upon your first written demand declaring the Bidder to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarÂantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.
Â
This guarantee is valid until the: [insert date]
Â
Â
Signature and seal of the Guarantors
Â
Â
_____________________________________________________________________
[name of bank or financial institution]
Â
Â
_____________________________________________________________________
[address]
Â
Â
_____________________________________________________________________
[date}
NGC Tender No. XEN-EHV-S&I-01-2026
The Bidder, as a main contractor (single entity, JV partner, or approved subcontractor), must have substantially completed, within the last ten (10) years, construction contract(s) including detailed survey, sub-soil investigations, tower foundations, erection, controlled tension stringing, testing, and commissioning of 220 kV or higher transmission lines of at least 5 km (cumulative). If executed as a JV partner, the Bidder must have performed all listed activities. Evidence shall be provided through Completion/Taking Over Certificates confirming substantial completion. The lines must be in successful operation before the bid submission deadline.
For JV bids, the lead partner must meet the above criteria. Each non-lead partner must have completed similar works for at least 1 km of 220 kV or higher transmission line using controlled tension stringing within the last ten (10) years.
The Bidder shall submit documentary evidence including contract agreements, completion certificates, and Defects Liability Certificates (if applicable), with English translations where required.
The Bidder must own required tension stringing equipment and T&P with supporting documents. Alternatively, a confirmed source with documentary proof and undertaking to arrange the equipment before stringing shall be provided.
Bidders shall provide details of all litigation, arbitration, and other claims—pending, threatened, or resolved—during the last five (5) years. The Employer may disqualify a Bidder if the total value of pending or threatened claims equals or exceeds fifty percent (50%) of the Bidder’s net worth. Relevant information shall be submitted in Form QF-9 (Appendix-P, Section-III).
Experience of parent, subsidiary, sister, or affiliate companies shall not be considered for qualification.
Bidder qualification shall be assessed on a pass/fail basis against the specified criteria, as demonstrated through responses in the prescribed Appendices.
The stated requirements are minimum; the Employer reserves the right to seek additional information. The Employer may reject any bid if the submitted qualification details are incomplete, ambiguous, or indicate that the Bidder lacks the capacity to perform the Contract satisfactorily.
All Appendices must be duly completed in the prescribed format and submitted with required supporting documents. Missing or incomplete information may render the bid substantially non-responsive. The Employer is under no obligation to request missing documents or clarifications.
The audited Financial “Standalone” Statements (Balance Sheet along with Notes, Profit & Loss Accounts and Cash Flow Statement) audited by Chartered Accountant for the last five (05) years shall be submitted by the Bidder. The Bidder’s Financial Statements for the last one year of the audited accounts should show that it has positive “NET WORTH” calculated as a difference between total assets and total liabilities (Information to be submitted in prescribed Form QF-5 of Appendix-N to Bid given in Section-III of the Bidding Documents). In case of JV, each JV partner shall meet the aforementioned criteria
Minimum average annual turnover of PKR 50 Million calculated as best of three years total certified payments received for contracts in progress or completed, within the last 05 years. The average annual turnover may include turnover of affiliates and subsidiaries to the extent of shareholding percentage of the Bidding company provided the turnover is accrued from similar business activity as the Bidding company. (Information to be submitted in prescribed Form QF-6 of Appendix-N to Bid given in Section-III of the Bidding Documents.)
In case of JV, all the JV partners shall combinedly meet the requisite criteria with the lead partner and other partner(s) meeting not less than 40% and 25% respectively of the said criteria.
The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, lines of credit (issued specifically for the project), and other financial means to meet the total cash flow demands of this contract which is being considered equal to 20 Million PKRplus25% of the Bidder’s commitments for running contracts (Information to be submitted in prescribed Form QF-7 of Appendix-P to Bid given in Section-III of the Bidding Documents).