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
Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC
34-Industrial Area Gulberg-III, Lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province).
+92-370-499-6000
gsclescoprojectdirector@gmail.com
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 Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)) The subject of procurement is:Â PROVIDING AND FIXING LAWN MAKING, LAWN LIGHTS, TREE PLANTATION AND ALL ALLIED WORKS AT 132 KV GRID STATION MOMIN PURA Expected commencement date: Monday, June 15, 2026 |
|
2. |
2.1 |
Financial year for the operations of the Procuring Agency:Â 2025-26 Name and identification number of the Contract: P17294Â |
| 3. | 3.1 | JV/Consortium or Association Allowed: Yes Number of JV/Consortium Members: 2 |
B. Bidding Documents |
||
|
4. |
6.2 & 6.4 |
The Bidders may seek clarifications through EPADS v2.0: Clarification Date: Monday, April 13, 2026 |
| 5. | 7.2 |
Any addendum, in case issued, shall be published on Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)) 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: 150 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, Call at Deposit, 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; 34-Industrial Area Gulberg-III, 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: Wednesday, April 22, 2026 11:00 AM |
E. Opening and Evaluation of Bids |
||
|
18. |
24.1 |
The Bids opening shall take place on EPADS v2.0. Day : Wednesday Date:Â April 22, 2026 Time : 11:30 AM |
|
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, Call at Deposit, 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 |
|---|---|
| Sole Proprietorship Partnership Firm Company (Private Limited) | NADRA CITIZENSHIP (CNIC/NICOP) FBR (NTN) PEC |
| Eligibility Criteria | Document |
|---|---|
| Duly licensed and renewed by Pakistan Engineering Council (PEC) for year 2025-26 in Financial Category C-6 & Above and Technical Category CE-10. In the case of a joint venture, both partners should possess PEC License and should have required category collectively or individually. | Yes |
Least Cost Based Selection (LCBS)
| Technical Marks | 100 | |
|---|---|---|
| Passing Marks | 80 | |
| Technical Evaluation Criteria | ||
| 02-No. of work order having similarity as per scope of this contract in same technical category of PEC in sole / J.V capacity with its satisfactory completion certificate having contract value each work Rs.1 million otherwise zero marks (Qualitative)(Doc Required) | 40 | |
| Minimum average annual turnover of Rs. 03 million for last 02 years (FY 2023 to 2024 & 2024 to 2025) to be calculated from FBR Tax returns of firms or in the case of J.V collectively of all partners otherwise zero marks (Qualitative)(Doc Required) | 20 | |
| Construction companies duly licensed and renewed by the Pakistan Engineering Council (PEC) for FY 2025-26 in Technical Category CE-10 and Financial Category C-6 otherwise zero marks (Qualitative)(Doc Required) | 10 | |
| Bidder must submit undertaking on non-judicial stamp paper (both for sole / joint venture) not be under liquidation nor blacklisted by WAPDA/NTDC/ other Government Department otherwise zero marks (Qualitative)(Doc Required) | 5 | |
| Registration with PRA otherwise zero marks (Qualitative)(Doc Required) | 10 | |
| Last five years work order for establishing general experiences otherwise zero (Qualitative)(Doc Required) | 5 | |
| Civil Engineer collectively or individually otherwise zero marks (Qualitative)(Doc Required) | 10 | |
Jobs Without Lots :
| Job | Delivery Schedule | Quantity | Bid Security |
|---|---|---|---|
| PROVIDING AND FIXING LAWN MAKING, LAWN LIGHTS, TREE PLANTATION AND ALL ALLIED WORKS AT 132 KV GRID STATION MOMIN PURA | Address: 34-Industrial Area Gulberg-III, Lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). Schedule: 90 Days Quantity: 1 | 1 | 42145 |
No
Jobs Without Lots :
Job: PROVIDING AND FIXING LAWN MAKING, LAWN LIGHTS, TREE PLANTATION AND ALL ALLIED WORKS AT 132 KV GRID STATION MOMIN PURA
Specifications / Requirements:
| Sr. No | Item No. | Description | Unit | Quantity | Rate | Â | Amount |
|---|---|---|---|---|---|---|---|
| 1 | 1 | P/F Tree Plantation approved as per Engineer Incharge. | Â | Â | Â | Â | Â |
| 2 | a | Guava plant | No | 35 | 950.00 | 950.00 | 33250.00 |
| 3 | b | Neem trees | No | 30 | 900.00 | 900.00 | 27000.00 |
| 4 | c | Jaman trees | No | 30 | 550.00 | 550.00 | 16500.00 |
| 5 | d | Orange trees | No | 45 | 1000.00 | 1000.00 | 45000.00 |
| 6 | e | Anaar trees | No | 30 | 650.00 | 650.00 | 19500.00 |
| 7 | f | Red rose | No | 150 | 150.00 | 150.00 | 22500.00 |
| 8 | 2 | Decorative Flower pots | No | 30.00 | 3000.00 | 3000.00 | 90000.00 |
| 9 | 3 | P/F Electric water Dispencer | No | 1.00 | 33000.00 | 33000.00 | 33000.00 |
| 10 | 4 | Lawn Lights with globe stand | No | 20.00 | 6000.00 | 6000.00 | 120000.00 |
| 11 | 5 | Lawn Benches | No | 5.00 | 40000.00 | 40000.00 | 200000.00 |
| 12 | 6 | lawns making with grass sods including pluggings,lying,setting and watering | sqm | 841.00 | 159.81 | 199.00 | 167359.00 |
| 13 | 7 | Filling watering ramming earth with new excavated from outside WCSR-2022P2-5/26 | cum | 513.00 | 373.77 | 466.00 | 239058.00 |
| 14 | 8 | Carriage of 3-cum/5 tons of all material for earth lead 7 km WCSR - 2022P1-1/1 | cum | 513.00 | 386.51 | 480.00 | 246240.00 |
| 15 | 9 | Weather sheild paint three coats on new cement plaster surface | sqm | 224.00 | 360.98 | 450.00 | 100800.00 |
| 16 | 10 | Graphy on boundary wall both sides | sqm | 468.00 | 420.00 | 421.00 | 197028.00 |
| 17 | 11 | AC 4 Ton cabinet | no | 1.00 | 550000.00 | 550033.00 | 550033.00 |
| GRAND TOTAL: | Rs 2,107,268.00 |
PROVIDING AND FIXING LAWN MAKING, LAWN LIGHTS, TREE PLANTATION AND ALL ALLIED WORKS AT 132 KV GRID STATION MOMIN PURA
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: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC 34-Industrial Area Gulberg-III, Lahore., Lahore City, Lahore (District), Lahore Division (Division), Punjab (Province). The Supplier is: The title of the subject procurement is:PROVIDING AND FIXING LAWN MAKING, LAWN LIGHTS, TREE PLANTATION AND ALL ALLIED WORKS AT 132 KV GRID STATION MOMIN PURA |
|
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: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC 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: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC 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 0.10% 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, Call at Deposit, 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 Requirements1. The contractors shall satisfy themselves about the work to be done as per details given in the BOQ and physical site working condition before quoting the bid etc. 2. The quantities are subject to variation i.e. (increase or decrease) according to site requirement. 3. Errors and omissions in the BOQ detected at any stage during construction can be corrected by the Engineer Incharge for which contractor will not be entitled for any claim. 4. All type of cement mixing in Mortar, PCC and RCC will be carried out by Mixer Machine and no hand mixing will be allowed. 5. Properly graded crush from approved quarries will be used. Lawrence bur sand will be used in all kind of RCC works whereas Chenab sand will be used for other construction works (Plaster, Brick work and PCC etc.). 6. Dismantled / old material will not be allowed to use in construction / repair works. 7. 1st Class burnt bricks will be allowed to use subject to approval of tests by Engineer Incharge. Design approved by Engineer Incharge of Sanitary Wares and fittings shall be allowed to used. 8. The entire work shall be carried out strictly according to drawings / design and specification. 9. Curing Compound will not be used for curing purpose. In case the same will be used then no extra payment will be made to the contractor. 10. No extra payment will be made for any work involved for making approach / access to site of work. 11. Bricks and other construction material will be got tested from approved Laboratory i.e. C.M.T.L (Central Material Testing Laboratory) and results should be submitted to Engineer Incharge for approval. No work will be started before approval of construction material tests. All the payment of testing will be born by the contractor. 12. At least 03-Cylinders will be casted in all kind of RCC Works. The payment of RCC Work will be initiated after approval of Cylinder test results. 13. Original ICI or Burger Paints shall be used for distempering, emulsion, enamel and weather shield works. No local brand or unbranded paint shall be allowed. 14. No idleness charges, no extra charges, no escalation will be paid due to delay in completion of work i.e. due to R.OW problems, non-availability of shutdown and material in any circumstances. 15. Watch & ward of the site will be the wholly solely responsibility of the contractor in case of theft of the material / equipment, contractor would be responsible to manage the material at its own cost till completion of work. 16. Contractor is bound to follow EMMP (Environmental Monitoring and Management Program) as laid by environment cell LESCO. 17. If required, Special test for material to be used i.e. Steel Deformed Bars/Concrete Cylinders for RCC/Plains Cement, concrete work shall be carried out on the expenses of the contractor under the instruction of the Engineer Incharge. |
|
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.:P17294
To: Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC 34-Industrial Area Gulberg-III, 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 Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC 34-Industrial Area Gulberg-III, 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., PROVIDING AND FIXING LAWN MAKING, LAWN LIGHTS, TREE PLANTATION AND ALL ALLIED WORKS AT 132 KV GRID STATION MOMIN PURA (P17294) 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:     Lahore Electric Supply Company LESCO (Lahore Electricity Supply Company (LESCO)), Project Director GSC 34-Industrial Area Gulberg-III, 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}
The contractor / partner of Joint Venture should have completed 02 Nos of works and that are similar to the proposed work with contract value of each work should be equal to at least Rs.1,000,000/- (One Million) during last 10-years having similarity on the physical size, complexity, methods/technology, other characteristics as per scope of this contract in same technical category of PEC in sole / J.V capacity.
For establishing General Experience under construction contracts in the role of contractor, Work orders for last 05-year.
Non-performance of a contract did not occur within the last 02 years prior to the deadline for Bid submission based on all information on fully settled disputes or litigation. A fully settled dispute or litigation is one that has been resolved in accordance with the Dispute Resolution Mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted (to be submitted on letterhead).
All pending litigation shall in total not represent more than 50% (fifty percent) of the Bidder’s net worth and shall be treated as resolved against the Bidder.
Must be filled, signed and stamped
Minimum average annual turnover of Rs. 03 Million (Three Million Rupees) for last 02 years (FY 2023 to 2024 & 2024 to 2025) to be calculated from FBR Tax returns of firms or in the case of J.V collectively of all partners.