punjab masstransit authority (pma)
TRANSCRIPT
INVITATION FOR BIDS
PUNJAB MASSTRANSIT AUTHORITY (PMA)
Invites Tenders For
Procurement, Operation and Maintenance of
FEEDER BUSES
FOR INTEGRATED BUS OPERATION
IN RAWALPINDI
For details, please download Tender Documents from
www.pma.punjab.gov.pk www.ppra.punjab.gov.pk
1. The procurement shall be conducted in accordance with the Punjab Procurement Rules 2014 on Single Stage Two
Envelopes Procedure.
2. A single package containing separate technical proposals and financial proposals duly completed, signed, stamped,
and in complete conformity with Tender Documents should be dropped in the Tender Box placed at reception of the
PMA Office, 5th floor, Arfa Software Technology Park, 346-B Ferozepur Road, Lahore, no later than 1030
Hours on September 30, 2015. The Technical Proposals will be opened at 1100 Hours on September 30, 2015 in
PMA office.
3. Bids which are incomplete, not sealed, not signed, and unstamped and late or submitted by other than specified mode
will not be considered.
4. Income / Sales Tax Registration Certificate and other documents as mentioned in Tender Documents must accompany
the bids. All Taxes will be deducted as per GOP rules.
5. Pre-bid meeting will be held at 1100 hours on September 14, 2015 at PMA office.
6. PMA reserves the right to reject all bids at any time prior to the acceptance of a bid.
7. All questions/queries/clarifications regarding this procurement should be directed to the representative
whose contact details are given below:
General Manager Operations Punjab Masstransit Authority, 5th Floor, Arfa Software Technology Park (ASTP)
346-B, Main Ferozepur Road, Lahore, Pakistan.TEL: +92 (42) 99028000
Fax: +92 (42) 99232541
Tender Document
PROCUREMENT, OPERATION AND MAINTENANCE OF FEEDER BUSES FOR INTEGRATED BUS OPERATIONS IN
RAWALPINDI
THE PUNJAB MASSTRANSIT AUTHORITY
Government of the Punjab 5
th Floor, Arfa Software Technology Park (ASTP)
346-B, Main Ferozepur Road, Lahore, Pakistan.
Phone: +92 42 99028000 Fax: +92 42 9923 2541
URL: www.pma.punjab.gov.pk
Page 2 of 97
Important:
Registered companies and Joint Ventures complying with criteria given in this document are eligible
for this tender, hereafter referred to as Bidders.
This Tender does not constitute a binding agreement or an offer or invitation by the Punjab Masstransit
Authority (PMA) to any party other than the qualified Bidders to submit the Bids. The principle
purpose of this Tender is to provide the Bidders with information that shall form the basis of their bids.
This Tender contains the minimum requirements and information desired by the Authority. The
contents hereof may be supplemented by the Authority as it deems appropriate. Each Bidder may
conduct its own investigations and analysis and check the accuracy, reliability and completeness of the
information given in this Tender to its satisfaction. The Authority makes no representation or warranty
and shall incur no liability under any law, rules or regulations as to the accuracy, reliability or
completeness of the Tender. The Authority may, at its sole discretion but without being under any
obligation to do so, update, improve or supplement the information in this Tender.
Bidders must ensure that they submit all the required documents indicated in the Bidding Documents
without fail. Bids received without valid documentary evidence, supporting documents and various
requirements mentioned in the Bidding Documents are liable to be rejected at the initial stage. The data
sheets, valid documentary evidences for the critical components as detailed hereinafter should be
submitted by the Bidder for scrutiny. It is intimated that no objection/revision/supplement shall be
entertained regarding the terms and conditions of the Bidding Documents submitted by the Bidder.
The Bidders are requested to access the website of Punjab Procurement Regulatory Authority
(http://www.ppra.punjab.gov.pk) or the PMA (www.pma.punjab.gov.pk) for addendums if any. For
minutes of meeting the bidders are requested to frequently visit the PMA website.
This Bidding Process will be governed under Punjab Procurement Rules, 2014, as amended from time
to time.
The Bidder is advised to obtain for himself, at his own cost and responsibility, all information
that may be necessary for preparing the Bid and entering into a Contract for execution of the
Works/facility. This shall include but not be limited to the following:
o relevant laws, rules, and regulations of Pakistan including Income Tax and Sales Tax
laws/rules
o customs duties and other import taxes applicable in Pakistan
o Information regarding port clearance facilities, loading and unloading facilities, storage
facilities, transportation facilities and congestion at Pakistan seaports.
o Investigations regarding transport conditions and the probable conditions which will
exist at the time the Equipment will be actually transported.
Page 3 of 97
Table of Contents
1. Invitation to Bid ............................................................................................................. 4
2. Bidding Details (Instruction to Bidders) ........................................................................ 5
3. Definitions...................................................................................................................... 6
4. Headings and Titles........................................................................................................ 9
5. Notice ............................................................................................................................. 9
6. Tender Scope ................................................................................................................. 9
7. Bus Make/Brand .......................................................................................................... 10
8. Overview and Objectives ............................................................................................. 10
9. Contract Type and Duration......................................................................................... 12
10. Services Required ........................................................................................................ 13
11. Key Service-level Parameters ...................................................................................... 20
12. Revenue Collection and Payment ................................................................................ 20
13. Bidder/Bidder Eligibility Tender Scope ...................................................................... 21
14. Tender Cost .................................................................................................................. 22
15. Joint Venture ................................................................................................................ 22
16. Examination of the Tender Document ......................................................................... 23
17. Amendment of the Tender Document .......................................................................... 23
18. Preparation / Submission of Tender ............................................................................. 23
19. Tender Price ................................................................................................................. 27
20. Tender Security ............................................................................................................ 28
21. Tender Validity ............................................................................................................ 29
22. Modification / Withdrawal of the Tender .................................................................... 29
23. Opening of the Tender ................................................................................................. 29
24. Clarification of the Tender by the Client ..................................................................... 29
25. Determination of Responsiveness of the Bid (Tender) ................................................ 30
26. Correction of errors / Amendment of Tender .............................................................. 30
27. Rejection / Acceptance of the Tender .......................................................................... 30
28. Acceptance Letter (Letter of Intent) ............................................................................ 31
29. Performance Security ................................................................................................... 31
30. Redressing of Grievances by the Client ....................................................................... 32
CONTRACT ............................................................................................................................ 25
ANNEXURES (FROM A TO R)...........................................................................................48
Page 4 of 97
1. Invitation to Bid
Punjab Masstransit Authority, Government of the Punjab (GoPb) invites bids for the “Procurement,
Operation and Maintenance of Feeder Buses for Integrated Bus Operations in Rawalpindi”
1.1. PPRA Rules to be followed
Punjab Procurement Rules 2014, as modified from time to time, will be strictly followed. These may be
obtained from PPRA‟s website:
http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx
In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab
Procurement Rules 2014.
1.2. Mode of Advertisement(s)
As per Rule 12, 12(1), and 12 (3) this Tender is being placed online at PPRA's website, as well as being
advertised in print media. The bidding document carrying all details can be downloaded from websites
www.pma.punjab.gov.pk and www.ppra.punjab.gov.pk, for information.
1.3. Type of Open Competitive Bidding
As per Rule 38(2), Single Stage - Two Envelope Procedure shall be followed. This is as follows:
i. The bid shall comprise of a single package containing two (2) separate envelopes.
ii. The envelopes shall be marked in bold and legible letters to avoid confusion, as follows:
a. “ENVELOPE-NO. 1:TECHNICAL PROPOSAL”
b. “ENVELOPE-NO. 2:FINANCIAL PROPOSAL”
iii. Initially, only the ENVELOPE-NO. 1 marked TECHNICAL PROPOSAL shall be opened
publicly at a time, date, and venue announced in advance;
iv. ENVELOPE NO 2 shall be retained in the custody of the Client without being opened;
v. The technical proposal will be evaluated in a manner as per the clauses mentioned in this
document; and proposals which do not conform to the specified requirements as listed in said
document will be rejected.
vi. During the technical evaluation no amendments in the technical proposal shall be permitted;
vii. The ENVELOPE-NO. 2: FINANCIAL PROPOSAL of technically qualified bidders shall be
opened publicly at a time, date and venue announced and communicated to the bidders in advance;
Page 5 of 97
viii. After the evaluation and approval of the technical proposal the Client shall, at a time within the bid
validity period, publicly open the ENVELOPE-NO. 2: FINANCIAL PROPOSAL of the
technically accepted and qualified bids only.
ix. The technically qualified bidder with lowest financial bid will be the successful bidder.
x. PMA will invite the successful bidder to enter into an Agreement to Procure, Operate, and
Maintain the required number of Feeder Buses on the specified routes in Rawalpindi.
2. Bidding Details (Instruction to Bidders)
All bids must be accompanied by a Demand Draft / Pay Order/ Bank Guarantee of PKR Ten (10) Million
(See Price Schedule of General Condition of Contract) as bid security in favor of “Punjab
Masstransit Authority” issued by a scheduled bank allowed carrying financial transactions in
PAKISTAN.
The bids along with the Demand Draft / Pay Order/ Bank Guarantee, Tender Forms, Affidavits, etc., must
be dropped in Tender Box placed at the Office of the PMA, 5th Floor, Arfa Software Technology Park
(ASTP), Lahore, PAKISTAN, on or before 1030 hours PST on September 30, 2015. The Technical
bids will be publicly opened in the Committee Room of the PMA, 5th Floor, Arfa Software Technology
Park (ASTP), at 1100 hours PST on September 30, 2015.
Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the services must
be received in writing at the office of PMA, 5th Floor, Arfa Software Technology Park (ASTP), Lahore,
PAKISTAN on or before September 14, 2015. All queries shall be responded to within due time. The
PMA shall hold a pre-bid meeting at 1100 hours PST on September 14, 2015; in the Committee Room,
PMA, 5th Floor, Arfa Software Technology Park (ASTP), and Lahore, PAKISTAN.
The bidder must submit bids on the basis of complete fulfillment of requirements. Failure to meet this
condition will cause disqualification of the bidder. The bidder shall submit bids which comply with the
Bidding Document. Alternative bids will not be considered. The attention of bidders is drawn to the
provisions of Clause on “Determination of Responsiveness of Bid” regarding the rejection of Bids,
which are not substantially responsive to the requirements of the Bidding Document.
The contact detail for all correspondence in relation to this bid is as follows:
Email: [email protected]
Punjab Masstransit Authority
5th Floor, Arfa Software Technology Park (ASTP),
Lahore, PAKISTAN
Bidders should note that during the period from the advertisement of the tender till the receipt of the bid,
all queries should be communicated to the above contact in writing or via e-mail at the above stated
Page 6 of 97
address. Bidders are also required to state, in their bids, the name, title, fax number and e-mail address of
the bidder‟s authorized representative through whom all communications shall be directed until the
process has been completed or terminated. Client will not be responsible for any costs or expenses
incurred by bidders in connection with the preparation or delivery of bids. As authority competent to
accept the tender, Client reserves the right to cancel the tender, or reject all bids prior to acceptance of bid
as per PPRA Rule 35
3. Definitions
3.1 “Integrated Bus Operations (IBO)” Integration of feeder buses in terms of physical, operation
and fare between Metrobuses and Public transport routes notified for this purpose.
3.2 “AFC-BSS” Automated Fare Collection and Bus Scheduling System,
3.3 “PMA” is a Punjab Masstransit Authority, established by the Government of Punjab.
3.4 “Client/Procuring Agency” means Punjab Masstransit Authority (GoPb)
3.5 “Operator, Bus Operator” or “Successful Bidder”: The one technically qualified bidder with
lowest financial bid, who has the probability of award of contract for Procurement, Operation and
Maintenance of Feeder buses for Integrated Bus Operations in Rawalpindi, subject to necessary
approvals and applicable policies.
3.6 "Registered Company" means a company duly registered under Companies Ordinance 1984
with Security and Exchange Commission of Pakistan
3.7 “Confirmation” means confirmation in writing.
3.8 “Bidder” means a registered company or joint venture that has submitted its bid as per the
criteria/specifications listed.
3.9 “Contract” means the contract proposed to be entered into between the procuring entity and the
Bidder, including all attachments, appendices, and all documents incorporated by reference
therein.
3.10 “Contract Price” means the price payable to the Operator under the Contract for the full and
Page 7 of 97
proper performance of its contractual obligations.
3.11 "Pre-Bid Conference" means the meeting conducted by the procuring entity on given date and
time prior to actual date of bid opening.
3.12 “Procurement Methods” means any one of the procurement modes / methods as provided in the
Punjab Procurement Rules 2014 published by the Punjab Procurement Regulatory Authority
(PPRA), Government of Punjab, as amended from time to time.
3.13 “Proposal” means the Technical Proposal and the Financial Proposal for the provision of the
Services submitted by a bidder in response to Tender.
3.14 “Tender” means Tender Documents, including any amendments that may be made by the
procuring entity for the selection of bidder.
3.15 “SBD” means Standard Bidding Documents.
3.16 “SCC” means the Special Conditions of Contract.
3.17 “Services” means the tasks to be performed by the bidder pursuant to the Contract as listed under
“Services Required”.
3.18 “TEC” means the Technical Evaluation Committee, constituted for the purpose of evaluating the
Proposals received.
3.19 “Terms of Reference” or “TOR” means the document which explains the objectives, scope of
work, activities, task to be performed, respective responsibilities of the procuring entity and the
bidder, and expected results and deliverables of the assignment.
3.20 “VC/Venture Capitalist/Venture Capital firms” means a person or investment firm that makes
venture investments
3.21 "Works" means work to be done by the Operator under the Contract.
3.22 “GoPb” means Government of the Punjab
3.23 “GoP” means Government of Pakistan
Page 8 of 97
3.24 “Revenue Kilometers” means kilometer travelled during operations when trips are scheduled for
boarding and alighting of passengers. Dead mileage shall be considered as Non-Revenue
Kilometers
3.25 “Dead Mileage / Non Revenue Kilometers” means kilometer travelled when trips are not
scheduled for boarding and alighting of passengers. The examples of Dead Mileage are
a) Kilometers travelled outside the assigned routes for any reason whatsoever unless
directed by PMA.
b) Kilometers travelled from Depot exit /Night Parking place to Station/Route terminal to
start the trip as assigned by PMA
c) Kilometers travelled from Station / Route terminal to Depot Entrance/Night Parking place
after completing the trip as assigned by PMA
d) Kilometers travelled from route to Depot/Night Parking in case of any maintenance work
/ fueling / breakdown during operations
e) Kilometers travelled by an empty bus along the route which is unable to board passengers
during operations due to any reason whatsoever.
f) Kilometers travelled that are unassigned by the Client.
g) Kilometers travelled in violation of the schedule or conditions/instructions of the
schedule. Schedules are further clarified in Clause 10.2.3
3.26 Payable “Dead Mileage / Non Revenue Kilometers” means those Dead Mileage / Non
Revenue Kilometers as defined in Section 3.25 (b) & (c) which will be paid according to the
conditions of Contract/assigned schedule.
3.27 Non Payable “Dead Mileage / Non Revenue Kilometers” means those Dead Mileage / Non
Revenue Kilometers as defined in Section 3.24 (a), (d), (e), (f) & (g) which will be not be paid
according to the conditions of Contract.
Page 9 of 97
3.28 "Integrated Fare/Fare Integration” means a common fare structure whereby a single ticket
can be used on public transport routes, Metrobus System, and ultimately all modes of public
transport.
3.29 "Feeder Routes" means routes notified by the Authority in Rawalpindi where Feeder Buses
will be operated to facilitate passengers of Metrobus system.
3.30 "Feeder buses" means buses plying on notified feeder routes in Rawalpindi which shall be 8-
meter long with On-Board E-ticketing system and Bus Scheduling/tracking System.
4. Headings and Titles
In this document, headings and titles shall not be construed to be part thereof or be taken into
consideration in the interpretation of the document and words importing the singular only shall
also include the plural and vice versa where the context so requires.
5. Notice
5.1 In this document, unless otherwise specified, wherever provision is made for exchanging notice,
certificate, order, consent, approval or instructions amongst the Bus Operator and the Client, the
same shall be:
5.1.1 in writing;
5.1.2 issued within reasonable time;
5.1.3 served by sending the same by courier or registered post or by hand to their principal
office in Pakistan or such other address as they shall notify for the purpose; and
5.1.4 The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed
accordingly.
6. Tender Scope
PMA, GoPb, invites bids (hereinafter referred to as “the Tenders”) for the Procurement,
Operation and Maintenance of Feeder Buses for Integrated Bus Operations in Rawalpindi, as
outlined in this document. This is the initial phase of procurement in which PMA is looking for
induction of 78 Brand New Air conditioned diesel 8 m long buses.
The Bus Operator‟s scope of work is as follows;
Page 10 of 97
1. Procurement of buses including payment of all applicable taxes, insurance, and
transportation to Rawalpindi.
2. Operation of Feeder Buses as per prescribed schedule and adherence criteria.
3. Maintenance of Feeder Buses
4. Any other work necessary to accomplish items 1-3 as outlined above.
-Service level requirements for these services are outlined in relevant sections in this document.
7. Bus Make/Brand
The bidder is required to clearly quote a brand for 8-meter Buses. The quoted Brand must meet the
specifications prescribed in the bidding document. However, the Client retains the option to accept
any brand other than the one quoted in the bid, provided that:
1. The quality of the bus is equal or superior than the one quoted in the bid.
2. Actual price of the bus is not less than the price of the quoted bus.
3. The per bus per km rate does not exceed the quoted rate by the bidder.
8. Overview and Objectives
The Twin cities of Islamabad and Rawalpindi are growing at a rate of more than 4 percent per
annum, indicating a higher than national growth due to significant migration. With present growth
trends it is expected that the population would increase to 7 million in twenty years‟ time.
Being federal capital and center of economic and service activities, it also attracts traffic from all
over the country. Since both cities have grown into each other, significant amount of commuting
takes place between the two cities. Currently private transport is the major means of mobility
between two cities comprising of Mazda, Toyota Hiace, and Suzuki vans plying on various routes
within and between the two cities. There is no organized bus service operating in the city and
between cities of Rawalpindi and Islamabad except Pakistan Metrobus System. Level of service
offered by the minibuses is far below than any acceptable standard therefore, commuters have to
rely on other forms of private transport. Traffic volumes of over 210,000 vehicles ply on three
major corridors connecting both the cities carrying around 525,000 passengers. It is estimated that
public transport demand of around 158,000 passengers is available on daily basis between the two
cities. Interestingly this passenger demand is concentrated around Pakistan Metrobus corridor
Page 11 of 97
which is of high density and strategically located to provide for reasonable patronage for a rapid
transit system.
GoPb realizes the importance of providing safe, efficient, comfortable, and affordable Transport to
the public and commissioned the Pakistan Metrobus System in year 2015. PMA established
Metrobus line in year 2015 which is serving average daily ridership of 103,000. The GoPb intends
to further facilitate the passengers of Pakistan Metrobus System and provide integrated transport
system. The physical, operation and fare integration aspect of integrated transportation system will
be catered for between Metrobus and feeder bus system. The feeder routes will be operated to
facilitate passengers of Metrobus System in an efficient, reliable and safe manner through
optimized route network and service based operation model. The service hours and frequency of
buses on Feeder Route Operation will integrate with the Pakistan Metrobus operation. The
passengers in Rawalpindi using Metrobus system or feeder routes or both will use same Metrobus
card as fare media and save additional charges. The Client seeks to induct 78 Brand New AC
Diesel 8-meter long buses. The prospective investors/operator will procure, operate, and maintain
buses for 8 years.
Feeder Bus System
This is the initial phase of procurement in which PMA has planned six (06) feeder routes with a
total route length of 52 Km's (Details as Annex-R). The number of routes, headway of buses, and
number of buses on routes are likely to be adjusted based on the actual travel/ridership patterns
recorded and generated from the Automated Fare Collection (AFC) System. PMA will engage a
separate service provider for provisioning of Automated Fare Collection and Bus Scheduling
System (AFC-BSS) system which will serve as a Management Information System (MIS). The
AFC-BSS will be coupled with necessary hardware and software to authenticate entry/exit of
passengers into Feeder buses, and to monitor adherence to bus schedules. Each 8 m long feeder
bus will have one on-board validator for authentication of entry/exit of passengers. Passengers
will use one stored value rechargeable smart cards for their journey in the Integrated Public
Transport Network (IPTN) in Rawalpindi.
The Driver Console Unit installed on buses shall be used to track buses accurately and reliably.
The back-end system shall be able to produce MIS reports and bus-schedule adherence report and
kilometers travelled by each bus of the operator. To accomplish this, The Client will receive live
passenger data, financial data, and Automatic Vehicle Location data in Pakistan Metrobus
Command and Control Center. The whole operation will be monitored and controlled by PMA
from Command and Control Centre.
Page 12 of 97
Future Expansion Plans
After the successful implementation of feeder operation on six (06) routes in Rawalpindi, PMA
will notify more routes to expand the IPTN.
9. Contract Type and Duration
Contract will be for procurement, operations and maintenance of Feeder buses for a period of 8
Years, which may be extended based on running condition of buses as mutually agreed between
the Parties.
Sponsorship of Operation: Punjab Masstransit Authority– GoPb
Technical Evaluation: Punjab Masstransit Authority, GoPb.
Contract Signing: Formal Contract will be signed between technically qualified bidder having
lowest financial bid, and the Client (Punjab Masstransit Authority, GoPb).
Page 13 of 97
10. Services Required
Contractual obligations Roles and Responsibilities shall be as under:
10.1 The Client Shall:
10.1.1 Provide state of the art bus stations/shelters/post.
10.1.2 Regulate and monitor IBO system from Command and Control Center of the Pakistan
Metrobus System. The Client may at its discretion change or cancel the assigned
operation/schedule/trip (s).
10.1.3 Arrange for provision of driver‟s console/OBU in the buses; and through the console the
Control Center will communicate to the bus-driver the schedules regarding trips, routes, hour
of service, and timings at different station.
10.1.4 Assign IBO Schedules which will include schedule trips, routes, number of buses on each
route, hour of service, buses required for operation, buses to be parked at depot/night parking
places, maximum speed, dwell time, timing at different stations and parking of vehicles
along routes at different location.
10.1.5 Provide On-Board Bus Validator(s).
10.1.6 Modify/change/substitute IBO routes in Rawalpindi.
10.1.7 Equip every bus with GPS devices/On-Board Unit, Fare Validator and relevant components
(on bus and off bus), that can gather location wise data and transmit to central servers and
related software modules.
10.1.8 Provide Passenger Information System equipment and software in buses
10.1.9 Provide one depot for Parking of buses and up to three night parking places (Open /unfenced
areas).
10.1.10 Guarantee average minimum of 60,000 Km‟s per bus per year. The adjustment to cost matrix
will be made as per changes in cost matrix and indication mentioned in agreement.
10.1.11 Manage and collect fare via the AFC operator and Fare Validator provided in buses.
10.1.12 Make monthly payments to the operator against Kilometers reported by the AFC-BSS
Service Provider as per Clause 3.24 and 3.26. Kilometers will be computed on the bases of
Page 14 of 97
successfully completed scheduled / assigned trips. Kilometers in excess of 164.38
Km/bus/day are termed as excess kilometers which shall be paid at Excess Km rate as
described in Annexure-P.
10.1.13 In every 12th invoice, In case average minimum Km/bus/year is less than guaranteed
60,000 Kilometers, the rate applied to deficient kilometers will be the Adjusted Rate of the
1st invoice of the corresponding time period.
10.1.14 All Buses to be introduced under this project would have to conform to these specifications.
The detail of Urban Bus Specifications is attached as (Annexure-Q) with this document. The
buses shall have system brand name and brand color.
10.1.15 Monitor all activities of the Feeder bus Operation to ensure its compliance with
environmental laws and regulations.
10.1.16 The Client may consider allowing advertisements inside the bus, in which case PMA will
define the size, nature, etc of the advertisements. Revenue proceeds of such advertisements,
if allowed, will be credited to the escrow account.
10.1.17 Be responsible for the conduct and functioning of all staff employed in the PMA. The PMA
staff shall provide efficient services, polite and courteous behavior towards operator, and
passengers. The Client shall be liable for any misconduct or unreasonable offense of its
employees and shall take prompt and appropriate action.
10.1.18 Through AFC-BSS, provide the bus drivers the required training of the use of the Driver
Console. This will be one time activity and the operator shall give training at its own cost to
the new drivers.
10.1.19 Upon completion of the contract period, the Client shall re-advertise the Tender for
procurement of bus operator or the Client may extend the contract for a mutually agreed
period on the same terms and conditions as specified in this tender document/contract,
provided that Service Levels are satisfactorily met.
10.1.20 Provide and notify fare structure and business rules regarding fare policy.
10.1.21 Provide Bus operator the license to operate buses on the roads in Rawalpindi and the right to
use the Depot so that Bus Operator can perform its obligations in a timely manner.
10.1.22 Attempt to grant timely approvals and documents when required.
Page 15 of 97
10.1.23 Implement the Service Level Agreement and levy penalties in case of deficiencies in
performance. For purpose of this Sub-clause it is clarified that penalty shall be computed as
follows:
Penalty Amount (PKR) = R x ∑K
Where:
R = Adjusted Non Excess Km Rate (Refer to Annexure-P)
∑K = Total penalty kilometers in the invoiced month
10.2 The Operator shall:
10.2.1 Procure 78 Brand New Air Conditioned (AC) Diesel feeder buses 8m long, as per prescribed
specification, and ensure compatibility with the AFC-BSS:
10.2.2 In addition to these buses, the operator may be required to add 100% more buses over a 1
year period as per requirement of the client/passenger demand. Beyond one year, such
addition of buses will be with mutual consent.
10.2.3 Must ensure to ply the buses and follow the specified schedules and instructions by the
Client. The specified schedule from the Client will include at least daily assignment of
Revenue Trips, Payable Non Revenue Trips, Headways, Number of buses on each route,
Speed Limits, Dwell Time Limits, Number of buses to park along the route with parking
locations, number of buses to be parked at Night Parking places, and parking timings.
Failure to complete the assigned jobs would result in deductions of unassigned kilometers
and penalties as per Agreement.
10.2.4 Procure, operate, and maintain a dedicated full duplex real time VHF/UHF based radioband
wireless communication system for contact between bus driver and Metrobus control room
during operation hours. The bus operator shall be responsible for the purchase of wireless
equipment, frequency license from concerned government department for life of the
contract, channels for each bus/hardware and all requirements for live dedicated
communication system as independent setup. The system must support unicast, multicast and
broadcast communication system within 8 km of radius.
10.2.5 Dedicate and maintain no more than 10% of the fleet as reserve fleet for maintenance at any
time of operation.
Page 16 of 97
10.2.6 The operator shall apply for license with payment of applicable fee & passenger insurance
certificate etc. Obtain all necessary permits under all applicable Laws of Pakistan required to
procure the buses.
10.2.7 Must employ adequate, well-trained staff including at least two Transport Engineers to
perform all duties and responsibilities stated in this Tender – including all roles/duties to be
performed on the IPTN, depot, fueling operation, and general fleet management. Operator
must deploy at least one representative to be stationed at the Command and Control Center
during the operational hours.
10.2.8 Obtain route license from the Client and vehicle fitness certificates as prescribed in the
Punjab Motor Vehicle Ordinance
10.2.9 Carry out all responsibilities laid out in this document.
10.2.10 The operator shall make available the buses on 24 hour basis for operation. The operator is
bound to park buses temporarily, periodically, or permanently along the route or at Night
Parking Place as per Client‟s instructions.
10.2.11 Deploy Security Guards to safeguard and secure buses at Night Parking Places,
open/unfenced area & depot.
10.2.12 Clean the buses after each round trip & wash the buses once on daily basis in the depot.
10.2.13 Service provider shall ensure through driver and fare evasion indication/alarm, that no one
enters the bus without tapping of card. The Service Provider shall report such event to
control center.
10.2.14 Recoup/maintain missing/stolen/damaged equipment of the vehicles especially pertaining to
emergency usage on regular basis.
10.2.15 Resolve the complaint of Help line system establish by PMA.
10.2.16 Safeguard Driver‟s Console, Fare Validators and Fare Evasion System in all buses. In case
of any damage to the Driver‟s Console & Fare Validator, the Operator/Service Provider shall
arrange the replacement of Driver‟s Console, Fare Validators and Fare Evasion System at his
own expense. Until such replacement, the bus shall not be operated on the route/roads.
10.2.17 Cooperate with all other PMA service providers to the extent possible and facilitate their
operations in integrated manners.
Page 17 of 97
10.2.18 Engage and deploy suitably skilled personnel for procurement, operation and maintenance of
the Buses, and maintenance/replacement of all related equipment/components in buses in a
timely manner and at its own cost, and participate in all meetings, committees, etc, as
directed by the Client from time to time.
10.2.19 Be responsible for the conduct and functioning of all staff employed in the Operation. The
bus operator shall ensure efficient services, polite and courteous behavior towards
passengers and representatives of the Client and other related departments/entities of the
GoPb. The bus operator shall be liable for any misconduct or unreasonable offense of its
employees and shall take prompt and appropriate action.
10.2.20 The bus operator shall submit detailed specifications, documentation, and manuals of related
buses being procured for operation and maintenance.
10.2.21 Adhere to timelines of the Operation implementation specified in this Tender.
10.2.22 Impart meaningful and timely training to all Driver/staff associated with the Operation.
Operator will train the drivers for all kind of operational requirements including but not
limited to Trip Efficiency, Punctuality, schedule adherence, Headway Regularity, Travel
Time Regularity, Avoidance of Bus Bunching, Minor Repair Works, emergency handling
including breakdowns / accidents, customer dealing, safe and comfortable driving, reading
and understanding English instructions/tabs of On Board Units (OBU), cooperation with
PMA staff, Driver actions that can invoke penalties etc. Operator will ensure that these
trainings are conducted prior to implementation of operations as well as on time to time
basis. Operator will submit the training plans and records if desired by the Client. The Client
may proceed to check and evaluate the results of the training. The service provider shall
develop code of conduct for driver regarding operation and dealing with passengers.
10.2.23 Ensure that all hired drivers have valid PSV licenses. For this purpose the Operator shall
ensure at its own costs the validity of licenses before hiring any driver.
10.2.24 Driver shall facilitate Wheel Chair of specially challenged passengers in embarking/boarding
the Bus.
10.2.25 Guarantee smooth operations and functioning of all buses during the entire contract period
Page 18 of 97
10.2.26 Provide maintenance plan of buses in consultation with the Client, and implement it. The
plan must cover procedures and parameters for preventive and break-down maintenance, as
well as maintenance review procedures.
10.2.27 Allow authorized PMA staff (and other authorized Government personnel) for inspection of
buses at depot and during operation
10.2.28 Take prompt and reasonable action for resolution of each complaint – including complaints
received from the Client related to the operation of buses.
10.2.29 Bear the cost of license and that for the registration of the buses.
10.2.30 Comply with the provisions of the applicable Motor Vehicles Ordinance / Act, the
regulations and rules framed in the standards and all other applicable local, provincial, and
federal laws. The Inability of the bus Investor(s) / Operator(s) to comply with rules,
regulations and procedures will be penalized as per penalty mechanism.
10.2.31 Comply, complete, and follow all reasonable commands, directions, and requirements of the
Client in respect of the operation, including directions and requirements that ensure public
safety and security. The inability of the Operator to comply will be penalized as per penalty
mechanism.
10.2.32 Ensure that driver must possess preferably graduate degree and shall be tested and declared
capable of reading English instruction/tabs. The drivers hired before start of operation will
be given training once for the use of the Driver Console by the Client through AFC-BSS
service provider; however, the qualification of driver‟s is mandatory for understanding the
system parameter and discipline of the system.
10.2.33 Arrange for fuel of buses with reserve fuel to implement the schedules smoothly without any
interruption.
10.2.34 Start operation of buses as per prescribed schedule issued by the Client subject to the terms
and conditions of the Contract
10.2.35 Promptly remove stalled buses from roads to avoid blockage of road or part of road/lane
within reasonable timeframe defined by the Client.
10.2.36 Ensure that the types, forms, and locations of all advertisement being displayed
inside/outside the buses should not be placed without written approval of the Client; and
Page 19 of 97
should strictly conform to the rules, regulation and procedures as notified by the Client.
Revenue proceeds of such advertisements, if allowed, will be credited into escrow account.
10.2.37 Replace any or all buses in the fleet if and when needed, at its own cost.
10.2.38 Take full responsibility of any mechanical, electrical, or system failures in feeder buses.
10.2.39 Be responsible for any kind of damage to the PMA Property due to negligence on Operator's
side. The operator shall be responsible to arrange repair of the damages as per original specs
to the satisfaction of the Client. Failure to do so within the prescribed time in the work order
shall lead to penalties or deduction from the Certificate of Payment (COP).
10.2.40 Be liable to compensate the affected passenger in case of any injury or death as per
Insurance Clause No 13 of conditions of contract. In addition in such an event leading to
injury or death of a person, solely due to negligence on part of the Operator, leading to court
appeals, by the affected party, the Operator will bear any claim on PMA, made by the
affected party, if approved by the court of Pakistan.
10.2.41 Arrange for the security of the buses and depot.
10.2.42 Enter into a supplemental agreement with the Client to take over and maintain and manage
Depot or any other facilities provided by the Client for the entire Contract Period and return
the facility back to the Client subject to agreed terms and conditions.
10.2.43 Establish workshop and spare parts inventory in the provided Depot. The availability of
spare parts should be sufficient enough to maintain the quality of operations.
10.2.44 Arrange, maintain and manage all utility connections in Depot and at other locations such as
terminals etc. for facilitation of Operator's staff
10.2.45 Arrange, maintain and manage shelter facilities for its staff if required at any Station / route
terminals / rotaries.
10.2.46 Provide, maintain and install up to fifteen (15) stickers per bus as per instructions/format
provided by the Client (One 3 feet diameter sticker for PMA logo and one Route Map).
10.2.47 Install surveillance cameras as prescribed in the specifications. Make necessary
arrangements for the extraction on daily basis, and storage of video data for a period no less
than seven (07) days. Provide data to the Client upon receiving his directions within the
Page 20 of 97
specified time frame. In case Operator is unable to provide data, penalties will be invoked as
per Service Level Agreement (SLA).
10.2.48 Follow the instructions of the Client Regarding Night - Parking of buses in open
spaces/unfenced area. For purpose of this Clause if and when such instructions are given, the
security of the buses shall be the responsibility of the Service Provider.
10.2.49 Maintain color of buses and remove any marking/slogan immediately.
10.2.50 Ensure to not operate buses with broken glasses, lights, indicators etc.
10.2.51 Provide Controller Area Network (CAN) module in buses capable of providing data
including acceleration, deceleration, breaking (All kinds of Break), gear shifting, fuel
information, engine RPM, bus speed, doors control (open/close) information, bus saloon
temperature data/information, engine temperature data/information, battery data/information.
The CAN module manual shall be in English with proper identification of wire and terminal
numbers/tagging as per actual installed in the bus. Provide detailed information on the
protocol used in CAN module and its compatibility factor. Arrange a translator with
technical support if required, in case of any understanding of the system required by the
Client or its representative.
10.2.52 Provide and display route number card on front screen for passenger facilitation.
11. Key Service-level Parameters
The performance indicators for provision of service are attached as Annexure-O.
12. Revenue Collection and Payment
12.1 The Client will open a Masstransit Authority Fund Account (MAFA) in a suitable branch of the
Bank of the Punjab (BOP) or may operate the existing account.
12.2 An escrow account shall be opened by the Client in the BOP.
12.3 The AFC-BSS contractor shall arrange printing of the cards/tokens, based on card/token design
specified by the Client
12.4 Sale of tickets (cards/tokens/limited use cards) shall be the responsibility of the AFC-BSS
contractor.
Page 21 of 97
12.5 For activation and subsequent recharging of cards (Smart cards) and tokens/throwaway media, the
AFC-BSS contractor has arranged “Bulk Initialization Machines (BIM)”,and placed BIMs at
premises specified by the Client.
12.6 BIMs, and/or top-up/Point of Sale (POS) machines will only initialize/top-up media if there is
sufficient balance available. AFC-BSS Contractor must first transfer sufficient balance amount
into the Government Escrow Account, and the BOP will subsequently generate an instruction to
the E-ticketing solution provider to issue equivalent credit for loading in the BIM/POS machine.
12.7 The revenue collected each month will be disbursed to the Operator, and any shortfall will be
arranged by the Client through MAFA.
12.8 Payments from the Escrow Account will be made to the Bus Operator based upon agreed policies,
formulas, and reconciliation reports from AFC-BSS.
12.9 If there is surplus balance in the Escrow Account, the amount will be retained by the Client. If
there is deficit in the Escrow Account (that is, all service providers cannot be paid) then The
Client will arrange for the deficit amount through MAFA and make payments that are due.
12.10 Payment to the Bus Operator shall be made against actually plied Kilometers according to the
schedule on monthly basis subject to clause 3.24 and 3.26.
12.11 Regular third-party audit (financial as well as technical) to be made an integral part of the
Operation
13. Bidder's Eligibility
An eligible Bidder is a Bidder who:
13.1 Is a Local Registered Company or Foreign Company with established place of business in
Pakistan, registered with the Securities & Exchange Commission of Pakistan (SECP) under
section 451 of the Companies Ordinance 1984, or Joint Venture (JV) complying with criteria
given in Clause No.15
13.2 Supplies / sources / routes the services from “origin” in “eligible” member countries. “Eligible” is
defined as any country or region that is allowed to do business in Pakistan by the law of
Government of Pakistan. “Origin” shall be considered to be the place where the company /
firm/AOP is incorporated.
13.3 has a registered office in the respective country of origin (In case of JV, Applicable to all
Page 22 of 97
members)
13.4 has been registered for at least 5 years in country of origin, and has proven experience of
operation of buses. (In case of JV, Applicable to Any one member)
13.5 Has valid Registration Certificate for Income Tax, Sales Tax (on goods and services where
applicable) or possesses corresponding equivalent documents from the country of origin. (In case
of JV, Applicable to all members)
13.6 Has submitted Income Tax (on goods and services where applicable) Returns for the last three tax
years or possesses corresponding equivalent documents from the country of origin (In case of JV,
applicable to all member).
13.7 In case of a local company forming part of the joint venture, must be registered under Companies
Ordinance 1984 with Security and Exchange Commission of Pakistan.
14. Tender Cost
The Bidder shall bear all costs / expenses associated with the preparation and submission of the
Tender(s) and the Client shall in no case be responsible / liable for those costs / expenses.
15. Joint Venture
Joint ventures are eligible for this tender, as long as the joint venture complies with the following
conditions:
a. The Bidders may form a joint venture of maximum four Bidders. An Agreement Deed legally
executed to that effect, or a Memorandum of Understanding (MOU), signed by all the partners
shall be submitted with the Tender. All partners of the JV must be Registered Companies, firms,
and/or AOP‟s.
b. One partner will be designated the lead partner and would enter into legal contract with Client
and would be liable to incur liabilities, receive payments and receive instructions for and on
behalf of any or all partners. A power of attorney to that effect, legally executed, signed by all the
partners shall be submitted with the Tender.
c. There must be at least one locally registered company (Partner) of good repute, with relevant
experience and proven track record, in the joint venture that must be the lead partner.
d. The Lead Partner in case of joint venture shall not be allowed to assign the contract or any part
thereof to another party, without permission of the Client.
e. All the partners shall be jointly and severally liable for the execution of the Contract in
accordance with the terms and conditions of the Contract. The Tender, and in case of successful
Page 23 of 97
Tender, the Contract Deed, to that effect, shall be signed by the lead partner.
f. Partners other than the lead would also be bound by the terms and conditions of the contract.
16. Examination of the Tender Document
The Bidder is expected to examine the Tender Document, including all instructions and terms and
conditions.
17. Amendment of the Tender Document
17.1 The Client may, at any time prior to the deadline for submission of the Tender, at its own
initiative or in response to a clarification requested by the Bidder(s), amend the Tender
Document, on any account, for any reason. All amendment(s) shall be part of the Tender
Document and binding on the Bidder(s).
17.2 The Client may, at its exclusive discretion, amend the Tender Document to extend the deadline
for the submission of the Tender, in which case all rights and obligations of the Client and the
Bidders previously subject to the deadline shall thereafter be subject to the deadline as extended.
18. Preparation / Submission of Tender
18.1 The Bidder is not allowed to bid for partial procurement of services or part of the services.
18.2 The Tender and all documents relating to the Tender, exchanged between the Bidder and the
Client, shall be in English. Any printed literature furnished by the Bidder in another language
shall be accompanied by an English translation which shall govern for purposes of interpretation
of the Tender.
18.3 The Tender shall be submitted accompanied by the prescribed Forms, Annexes, Schedules,
Charts, Drawings, Documents, Brochures, Literature, detailed design, operations and maintenance
plan and detailed Operation plans with milestones etc. which shall be typed, completely filled in,
stamped and signed by the Bidder or his Authorized Representative. In case of copies,
photocopies may be submitted.
18.4 The Technical and Financial proposals shall be submitted in two different envelopes, the
envelopes will be clearly marked „Technical Proposal‟ and „Financial Proposal‟. Each proposal
shall be in two sets i.e. the original and the copy. In the event of any discrepancy between the
original and the duplicate, the original shall govern.
18.5 The Technical Proposal shall contain the following, without quoting the price:
Documents Required For Substantial Responsiveness:-
Page 24 of 97
18.5.1 Firm Registration record in the country of Origin (In case of JV Applicable to all members)
18.5.2 Firm Establishment record for at least 5 years in form of Company Registration with
SECP/Certified Copy of Certificate of Incorporation OR equivalent document as applicable
in the country of origin (In case of JV Applicable to any one member)
18.5.3 Relevant experience record of 5 years (In case of JV Applicable to any one member)
18.5.4 Valid GST and NTN company registration certificates (In case of JV Applicable to all
members)
18.5.5 Income tax OR equivalent documents as applicable in the country of origin. The returns
shall be for the Fiscal Years 2011-2012, 2012-2013 and 2013-2014 or Calendar Years
2011, 2012 and 2013 whichever is applicable in the country of Origin. (In case of JV
Applicable to all member)
18.5.6 Demand Draft / Pay Order/ Tender Security Form (Annexure-I): Tender Security of PKR
Ten (10) Million vide clause 20 (Tender Security) of tender document).
18.5.7 Agreement Deed / MOU in case of JV
18.5.8 Document stating compliance to each bus specification mentioned in Annex Q
18.5.9 Audited statement for the last three years for all JV members (if applicable)
Documents Required for Technical Evaluation and other requirements
18.5.10 Covering letter duly signed and stamped by authorized representative. (Annexure-N)
18.5.11 Technical Proposal Submission Form (Annexure-A)
18.5.12 Technical Evaluation (Annexure-C)
18.5.13 Financial Capacity of the Bidder (Annexure-D)
18.5.14 Power of Attorney (Annexure-F)
18.5.15 Undertaking (All terms & conditions and qualifications listed anywhere in the Tender have
been satisfactorily vetted) (Annexure-G)
18.5.16 Affidavit (Annexure-H)
18.5.17 Authorized Certificate / document from the principle / manufacturer (if applicable).
18.5.18 Technical Brochures / Literature
18.5.19 List of National and International Clientele
18.6 The Financial Proposal shall comprise the following:
18.6.1 Financial Proposal Submission Form (Annexure-K)
18.6.2 Price Table (Annexure-L)
Page 25 of 97
18.6.3 Bid Price (Annexure-M)
18.7 The Bidder shall follow the instructions laid down as under:
18.7.1 The Bidder shall seal the Original Technical Proposal in an envelope duly marked as
under:
Envelope No. 1A: Original Technical Proposal for
Tender Name. [Name of Tender]
[Name of the Client]
[Address of the Client]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
18.7.2 The Bidder shall seal the Duplicate Technical Tender in an envelope duly marked as under:
Envelope No. – 1B: Duplicate Technical Proposal for
Tender Name. [Name of Tender]
[Name of the Client]
[Address of the Client]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
18.7.3 The Bidder shall seal the Original Financial Proposal in an envelope duly marked as under:
Envelope No. 2A: Original Financial Proposal for
Tender Name. [Name of Tender]
[Name of the Client]
[Address of the Client]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
Page 26 of 97
18.7.4 The Bidder shall seal the Duplicate Financial Tender in an envelope duly marked as under:
Envelope No. – 2B: Duplicate Financial Proposal for
Tender Name. [Name of Tender]
[Name of the Client]
[Address of the Client]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
18.7.5 The Bidder shall again seal the sealed envelopes of Original Technical Proposal and the
Original Financial Proposal in an outer envelope, duly marking the envelope as under:
Envelope No. (1+2)A: Original Tender for
Tender Name. [Name of Tender]
Strictly Confidential
Open on [Last Date of submission of the Tender]
[Name of the Client]
[Address of the Client]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
18.7.6 The Bidder shall again seal the sealed envelopes of Duplicate Technical Proposal and the
Duplicate Financial Proposal in an outer envelope, duly marking the envelope as under:
Envelope (1+2)B Duplicate Tender for
Tender Name. [Name of Tender]
Strictly Confidential
Open on [Last Date of submission of the Tender]
Page 27 of 97
[Name of the Client]
[Address of the Client]
[Name of the Bidder]
[Address of the Bidder]
[Phone No. of the Bidder]
18.8 As applicable, the Bidder shall again seal Envelope Nos. (1+2)A, (1+2)B in a single envelope
titled PROCUREMENT, OPERATION, AND MAINTENANCES OF FEEDER BUSES
FOR INTEGRATED BUS OPERATIONS IN RAWALPINDI.
18.9 The Bidder shall enclose soft copies of the Technical Proposal and the Financial Proposals in
separate CD's, including all Forms, Annexes, Schedules, Charts, Drawings, Documents,
Brochures, Literature, etc., in the form of MS Word Documents/ MS Excel Worksheets/ PDF/
Scanned images, with the hard copies.
18.10 The Tender shall be mailed through a registered courier or hand-delivered to reach at the Client‟s
office before the closing date and time (last day of application). Any Bid received by the
Employer after the deadline prescribed in Clause 2 shall be returned unopened to such Bidder.
Delays in the mail, delays of person in transit, or delivery of the Bid to the wrong office shall not
be accepted as an excuse for failure to deliver the Bid at the proper place and time. It shall be the
Bidder's responsibility to determine the manner in which timely delivery of his Bid is
accomplished.
18.11 This is made obligatory to affix authorized signatures with official seal on all original and
duplicate (copies) documents, Annexure, copies, certificates, brochures, literature, drawings,
letters, forms and all relevant documents as part of the bids submitted by the Bidder.
Noncompliance with the same may cause the rejection of bid at the time of opening.
19. Tender Price
19.1 The quoted price shall be:
19.1.1 best / final / fixed and valid until completion of all obligations under the Contract and is
subjected to adjustment only as per Annex- P
19.1.2 Inclusive of all charges up to the delivery point at Depot for Bus procurement, operation
and maintenance;
19.1.3 in Pak Rupees (PKR);
Page 28 of 97
19.1.4 is inclusive of all applicable taxes as per Laws of the Government of Pakistan, but shall be
exclusive of Sales Tax on Services which shall be added by the Client over and above the
offered amount, as applicable/required under the relevant Tax Laws, to arrive at the
Contract Price. Accordingly, the Contract Price shall be subject to adjustments for change
in rate of Sales Tax on Services as and when applicable.
19.2 If not specifically mentioned in the Tender(s), it shall be presumed that the quoted price is as per
the above requirements.
19.3 The price hereby quoted by the Bidders would cover the whole scope of services for the contract
period.
20. Tender Security
20.1 The Bidder shall furnish the tender Security as part of the technical bid envelope, failing which
will cause rejection of bid; as under:
20.1.1 Demand Draft / Pay Order / Bank Guarantee, issued by a scheduled bank operating in
Pakistan, in the name of the Client, as per the format provided in the Tender Document or
in form of Demand Draft;
20.1.2 A sum of PKR Ten (10) Million;
20.1.3 Have a minimum validity period of 180 days from the last date for submission of the
Tender or until furnishing of the Performance Security, whichever is later.
20.2 The proceeds of the Tender Security shall be payable to the Client, on the occurrence of any / all
of the following conditions:
20.2.1 If the Bidder withdraws the Tender during the period of the Tender validity specified by the
Bidder on the Tender Form; or
20.2.2 If the Bidder does not accept the corrections of his Total Tender Price; or
20.2.3 If the Bidder, having been notified of the acceptance of the Tender by the Client during the
period of the Tender validity, fails or refuses to furnish the Performance Security, in
accordance with the Tender Document.
20.2.4 If the Bidder fails to provide the performance security in stipulated timeframe or format.
20.3 The Tender security shall be returned to the technically unsuccessful Bidder with
unopened/sealed financial bid, as well as to the unsuccessful bidders following the financial bid
opening procedure. The Tender Security shall also be returned to the successful Bidder on
furnishing the Performance Security.
Page 29 of 97
21. Tender Validity
The Tender shall have a minimum validity period of One Hundred and Eighty days (180) days
from the last date for submission of the Tender. The Client may solicit the Bidder's consent to an
extension of the validity period of the Tender. The request and the response thereto shall be made
in writing. If the Bidder agrees to extension of validity period of the Tender, the validity period of
the Tender security shall also be suitably extended. The Bidder may refuse extension of validity
period of the Tender, without forfeiting the Tender security.
22. Modification / Withdrawal of the Tender
22.1 The Bidder may, by written notice served on the Client, modify or withdraw the Tender after
submission of the Tender, prior to the deadline for submission of the Tender.
22.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the expiration
of the period of the Tender validity, shall result in forfeiture of the Tender Security.
23. Opening of the Tender
23.1 Tenders shall be opened, at the given place, time and date, in the presence of the Bidder(s), if
available, for which they shall ensure their presence without further invitation.
23.2 The Bidder's name, modifications, withdrawal, security, attendance of the Bidder and such other
details as the Client may, at its exclusive discretion, consider appropriate, shall be announced and
recorded.
23.3 No Bidder or its representative will be allowed to keep any digital device (camera, audio recorder,
cell phone etc.) during tender opening meeting at given time and location. Non-compliance will
cause the rejection of respective bidder.
24. Clarification of the Tender by the Client
The Client shall have the right, at his exclusive discretion, to require, in writing, further
information or clarification of the Tender, from any or all the Bidder(s). No change in the price or
substance of the Tender shall be sought, offered or permitted except as required to confirm the
corrections of ambiguities / conflicting statements / arithmetical errors discovered in the Tender.
Acceptance of any such correction is solid discretion of the Client.
Page 30 of 97
25. Determination of Responsiveness of the Bid (Tender)
25.1 The Client shall determine the substantial responsiveness of the Bidder to the Tender Document,
prior to the Technical Evaluation, on the basis of the contents of the Tender itself without
recourse to extrinsic evidence. A substantially responsive Tender is one which:
25.1.1 meets the eligibility criteria for the Bidder for the Services;
25.1.2 meets the Technical Specifications for the Services including Bus specification and desired
arrangement of doors;
25.1.3 meets the delivery period / point for the Services;
25.1.4 is accompanied by the required Tender Security as part of Technical Bid;
25.1.5 is otherwise complete and generally in order;
25.1.6 conforms to all terms and conditions of the Tender Document, without material deviation
or reservation.
25.2 A material deviation or reservation is one which affects the scope, quality or performance of the
Services or limits the Client's rights or the Bidder's obligations under the Contract.
25.3 The Tender determined as not substantially responsive shall not subsequently be made responsive
by the Bidder by correction or withdrawal of the material deviation or reservation. However, the
Client may waive off any minor non-conformity or inconsistency or informality or irregularity in
the Tender; but subject to recommendations of the Tender Evaluation Committee.
26. Correction of errors / Amendment of Tender
26.1 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows:
26.1.1 If there is a discrepancy between the amount in figures and the amount in words for the
Total Tender Price entered in the Tender Form; the amount in words, shall govern.
26.2 The Bidder shall state the Tender Price for the payment terms outlined in the Conditions of
Contract which will be considered for the evaluation of the Tender.
27. Rejection / Acceptance of the Tender
27.1 The Client shall have the right, at his exclusive discretion, to accept a Tender (lowest evaluated
bid) , reject all tender(s), cancel / annul the Tendering process at any time prior to award of
formal Contract, and without thereby incurring any liability to the Bidder and the decision of the
Client shall be final.
Page 31 of 97
27.2 The Tender shall be rejected if:
27.2.1 it is substantially non-responsive; or
27.2.2 it is submitted in other than prescribed forms, annexes, schedules, charts, drawings,
documents / by other than specified mode; or
27.2.3 it is incomplete, un-sealed, un-signed, printed (hand written), partial, conditional,
alternative, late; or
27.2.4 it is subjected to interlineations / cuttings / corrections / erasures / overwriting; or
27.2.5 the Bidder submits more than one Tenders; or
27.2.6 the Bidder fails to meet the minimum passing score of 70 in the Technical Evaluation
Criteria (Annexure-B); or
27.2.7 the Bidder refuses to accept the corrected Total Tender Price; or
27.2.8 the Bidder has conflict of interest with the Client; or
27.2.9 the Bidder tries to influence the Tender evaluation / Contract award; or
27.2.10 the Bidder engages in corrupt or fraudulent practices in competing for the Contract award.
27.2.11 there is any discrepancy between bidding documents and bidder‟s proposal i.e. any non-
conformity or inconsistency or informality or irregularity in the submitted bid.
27.2.12 the Bidder submits any financial conditions as part of its bid which are not in conformity
with tender document.
28. Acceptance Letter (Letter of Intent)
The Client shall, send the Acceptance Letter /Letter of Award /Letter of Intent to the successful
Bidder, prior to the expiry of the validity period of the Tender, which shall be made part of the
formal contract.
29. Performance Security
29.1 The successful Bidder shall furnish Performance Security as under:
29.1.1 within ten (10) working days of the receipt of the Acceptance Letter from the Client;
29.1.2 in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per
the format provided in the Tender Document or in another form acceptable to the Client;
29.1.3 denominated in Pak Rupees;
29.1.4 Have a minimum validity period of one year from the date of Award Notification or until
Page 32 of 97
the date of expiry of yearly support period.
29.1.5 The successful Bidder shall submit a Bank Guarantee of 10% of the annual contract value
for a period of eight (8) years, on a yearly basis, with an undertaking to renew the Bank
Guarantee before the end of each year on yearly basis, one month before the expiry period
of the submitted bank guarantee.
29.1.6 The proceeds of the Performance Security shall be payable to the Client, on occurrence of
any / all of the following conditions:
29.1.6.1 If the Operator commits a default under the Contract;
29.1.6.2 If the Operator fails to submit the bank guarantee for the next year one month
before the expiry of already submitted bank guarantee in stipulated timeframe.
29.1.6.3 If the Operator fails to fulfill any of the obligations under the Contract
29.1.6.4 If the Operator violates any of the terms and conditions of the Contract.
29.1.6.5 If the Operator suspends the feeder bus operation for indefinite period and/or if
the penalties are 10 % of the monthly payments for a few consecutive months.
29.2 The Operator shall cause the validity period of the performance security to be extended for such
period(s) as the contract performance may be extended. The Performance Security shall be
returned to the Bidder within thirty working days after the expiry of its validity on written request
from the Operator.
30. Redressing of Grievances by the Client
30.1 The Client shall constitute a committee comprising of odd number of persons, with proper powers
and authorizations, to address the complaints of bidders that may occur prior to the entry into
force of the procurement contract.
30.2 Any bidder feeling aggrieved by any act of the Client after the submission of his bid may lodge a
written complaint concerning his grievances not later than fifteen days after the announcement of
the bid evaluation report.
30.3 The committee shall investigate and decide upon the complaint within fifteen days of the receipt
of the complaint.
30.4 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.
30.5 Any bidder not satisfied with the decision of the committee of the Client may follow the process
mentioned vide Statutes and Regulations.
Page 33 of 97
TERMS & CONDITIONS OF THE CONTRACT
CONTRACT FOR PROCUREMENT, OPERATIONS AND MAINTENANCE OF FEEDER
BUSES FOR INTEGRATED BUS OPERATIONS IN RAWALPINDI, WILL BE SIGNED OFF
BETWEEN PUNJAB MASSTRANSIT AUTHORITY, GOVERNMENT OF THE PUNJAB, AND
THE OPERATOR
Contract for
PROCUREMENT, OPERATIONS AND MAINTENANCE OF FEEDER BUSES FOR
INTEGRATED BUS OPERATIONS IN RAWALPINDI
Between
PUNJAB MASSTRANSIT AUTHORITY
And
SUCCESSFUL BIDDER
Dated:
Page 34 of 97
Table of Content
1. AGREEMENT ......................................................................................................................... 27
2. RECITALS .............................................................................................................................. 27
3. COVENANT ........................................................................................................................... 28
4. ANNEXES TO THE AGREEMENT ...................................................................................... 28
5. SERVICES REQUIRED ......................................................................................................... 29
6. KEY SERVICE-LEVEL PARAMETERS .............................................................................. 36
7. REVENUE COLLECTION AND PAYMENT – JOINT MECHANISM FOR
AFC-BSS CONTRACTOR AND BUS OPERATOR ……........... ………………….............36
8. SIGNING OF THE AGREEMENT ......................................................................................... 37
I. GENERAL CONDITIONS OF CONTRACT ......................................................................... 38
9. CONTRACT ............................................................................................................................ 38
10. CONTRACT DOCUMENTS AND INFORMATION ............................................................ 38
11. CONTRACT LANGUAGE ..................................................................................................... 38
12. PATENT RIGHTS AND RIGHTS TO THE CONTENTS OF THE PROGRAM ................. 38
13. INSURANCE ........................................................................................................................... 39
14. EXECUTION SCHEDULE ..................................................................................................... 39
15. PAYMENT .............................................................................................................................. 39
16. PRICE ...................................................................................................................................... 40
17. CONTRACT AMENDMENT ................................................................................................. 40
18. ASSIGNMENT / SUBCONTRACT ....................................................................................... 40
19. EXTENSIONS IN TIME FOR PERFORMANCE OF OBLIGATIONS UNDER
THE CONTRACT .................................................................................................................... 41
20. LIQUIDATED DAMAGES (LD) .......................................................................................... 41
21. FORFEITURE OF PERFORMANCE SECURITY ................................................................ 42
22. TERMINATION FOR DEFAULT .......................................................................................... 42
23. TERMINATION FOR INSOLVENCY................................................................................... 43
24. TERMINATION FOR CONVENIENCE ................................................................................ 43
25. FORCE MAJEURE ................................................................................................................. 44
26. DISPUTE RESOLUTION ....................................................................................................... 44
27. STATUTES AND REGULATIONS ...................................................................................... 45
28. TAXES AND DUTIES ............................................................................................................ 45
29. CONTRACT COST ................................................................................................................. 45
30. AUTHORIZED REPRESENTATIVE .................................................................................... 45
31. WAIVER ................................................................................................................................. 46
32. SPECIAL STIPULATIONS .................................................................................................... 46
ANNEXURES (FROM A TO R)......................................................................................................... 48
Page 35 of 97
PROCUREMENT, OPERATION, AND MAINTENANCE OF FEEDER
BUSES FOR INTEGRATED BUS OPERATIONS IN RAWALPINDI
This CONTRACT/ AGREEMENT is made on this _____ day of _____, 2015 (hereafter referred to as
“Agreement”)
BY AND BETWEEN
The Punjab Masstransit Authority (PMA) established under the Punjab Masstransit Authority Act, 2015
having office at 5th floor, Arfa Software Technology Park, 346-B, Ferozepur Road, Lahore, through
Managing Director, Punjab Masstransit Authority (hereinafter referred to as “PMA”), Government of the
Punjab (hereinafter referred to as “The Client”) which term shall, wherever the context so permits or
requires, mean and include its successors-in-interest, nominees, legal representatives, executors,
administrators, transferees, attorneys and permitted assigns
AND
[full legal name of Operator /Successful Bidder] through its [Designation] having its registered office
at [Address of Operator/Successful Bidder] on the other part (hereinafter called the “Operator/Service
Provider” which expression shall include its successors-in-interest, legal representatives, executors,
administrators, transferees, attorneys and permitted assigns )
The Client and the Service Provider are hereinafter collectively referred to as the "Parties" and individually
as the "Party"”.
2. RECITALS
WHEREAS,
(a) The GoPb through the Client intends to spend a part of its budget / funds for making eligible
payments under this contract. Payments made under this contract will be subject, in all
respects, to the terms and conditions of the Contract in lieu of procurement of buses and
services as described in the contract;
1. AGREEMENT
Page 36 of 97
(b) The Client has requested the Operator/Service Provider to provide certain services as described
in Tender Document; and
(c) The Operator/Service Provider, having represented to the Client that it has the required
professional skills, personnel technical and financial resources, has agreed to provide such
services on the terms and conditions set forth in this Contract.
NOW THEREFORE, the Parties to this Contract agree as follows:
3. COVENANT:
1.1 The Operator/Service Provider hereby covenants with the Client to supply the buses and
services, in conformity in all respects with the provisions of the Contract, in consideration
of the payments to be made by the Client to the Operator/Service Provider.
1.2 The Client hereby covenants with the Operator/Service Provider to pay the Operator/Service
Provider, the Contract Price or such other sum as may become payable, at the times and in
the manner, in conformity in all respects with the provisions of the Contract, in
consideration of supply of the buses and Services.
4. ANNEXES TO THE AGREEMENT:
4.1 The following shall be deemed to form and be read and construed as part of this Contract:
4.1.1 The Tender Document/Tender with addendums
4.1.2 Bidder‟s Proposal
4.1.3 Acceptance Letter (Letter of Intent)
4.1.4 Terms and Conditions of the Contract
4.1.5 Special Stipulations
4.1.6 The Technical Specifications
4.1.7 Tender Form
4.1.8 Price Schedule
4.1.9 Affidavit(s)
4.1.10 Authorized Dealership / Agency Certificate
4.1.11 Performance Security
4.1.12 Service Level Agreement (SLA)
4.2 This Contract shall prevail over all other documents. In the event of any discrepancy /
inconsistency within the Contract, the above Documents shall prevail in the order listed above.
Page 37 of 97
5. SERVICES REQUIRED:
Contractual obligations Roles and Responsibilities shall be as under:
5.1 The Client Shall:
5.1.1 Provide state of the art bus stations/shelters/post.
5.1.2 Regulate and monitor IBO system from Command and Control Center of the Pakistan
Metrobus System. The Client may at its discretion change or cancel the assigned
operation/schedule/trip (s).
5.1.3 Arrange for provision of driver‟s console/OBU in the buses; and through the console the
Control Center will communicate to the bus-driver the schedules regarding trips, routes,
hour of service, and timings at different station.
5.1.4 Assign IBO Schedules which will include schedule trips, routes, number of buses on
each route, hour of service, buses required for operation, buses to be parked at
depot/night parking places, maximum speed, dwell time, timing at different stations and
parking of vehicles along routes at different location.
5.1.5 Provide On-Board Bus Validator(s).
5.1.6 Modify/change/substitute IBO routes in Rawalpindi.
5.1.7 Equip every bus with GPS devices/On-Board Unit, Fare Validator and relevant
components (on bus and off bus), that can gather location wise data and transmit to
central servers and related software modules.
5.1.8 Provide Passenger Information System equipment and software in buses
5.1.9 Provide one depot for Parking of buses and up to three night parking places (Open
/unfenced areas).
5.1.10 Guarantee average minimum of 60,000 Km‟s per bus per year. The adjustment to cost
matrix will be made as per changes in cost matrix and indication mentioned in
agreement.
5.1.11 Manage and collect fare via the AFC operator and Fare Validator provided in buses
Page 38 of 97
5.1.12 Make monthly payments to the operator against Kilometers reported by the AFC-BSS
Service Provider as per Clause 3.24 and 3.26. Kilometers will be computed on the bases
of successfully completed scheduled / assigned trips. Kilometers in excess of 164.38
Km/bus/day are termed as excess kilometers which shall be paid at Excess Km rate as
described in Annexure-P.
5.1.13 In every 12th invoice, In case average minimum Km/bus/year is less than guaranteed
60,000 Kilometers, the rate applied to deficient kilometers will be the Adjusted Rate of
the 1st invoice of the corresponding time period.
5.1.14 All Buses to be introduced under this project would have to conform to these
specifications. The detail of Urban Bus Specifications is attached as (Annexure-Q) with
this document. The buses shall have system brand name and brand color.
5.1.15 Monitor all activities of the Feeder bus Operation to ensure its compliance with
environmental laws and regulations.
5.1.16 The Client may consider allowing advertisements inside the bus, in which case PMA
will define the size, nature, etc. of the advertisements. Revenue proceeds of such
advertisements, if allowed, will be credited to the escrow account.
5.1.17 Be responsible for the conduct and functioning of all staff employed in the PMA. The
PMA staff shall provide efficient services, polite and courteous behavior towards
operator, and passengers. The Client shall be liable for any misconduct or unreasonable
offense of its employees and shall take prompt and appropriate action.
5.1.18 Through AFC-BSS, provide the bus drivers the required training of the use of the Driver
Console. This will be one time activity and the operator shall give training at its own
cost to the new drivers.
5.1.19 Upon completion of the contract period, the Client shall re-advertise the Tender for
procurement of bus operator or the Client may extend the contract for a mutually agreed
period on the same terms and conditions as specified in this tender document/Contract,
provided that Service Levels are satisfactorily met.
5.1.20 Provide and notify fare structure and business rules regarding fare policy.
Page 39 of 97
5.1.21 Provide Bus operator the license to operate buses on the roads in Rawalpindi and the
right to use the Depot so that Bus Operator can perform its obligations in a timely
manner.
5.1.22 Attempt to grant timely approvals and documents when required.
5.1.23 Implement the Service Level Agreement and levy penalties in case of deficiencies in
performance. For purpose of this Sub-clause it is clarified that penalty shall be computed
as follows:
Penalty Amount (PKR) = R x ∑K
Where:
R = Adjusted Non Excess Km Rate (Refer to Annexure-P)
∑K = Total penalty kilometers in the invoiced month
5.2 The Operator shall:
5.2.1 Procure 78 Brand New Air Conditioned (AC) Diesel feeder buses 8m long, as per
prescribed specification, and ensure compatibility with the AFC-BSS:
5.2.2 In addition to these buses, the operator may be required to add 100% more buses over a
1 year period as per requirement of the client/passenger demand. Beyond one year, such
addition of buses will be with mutual consent.
5.2.3 Must ensure to ply the buses and follow the specified schedules and instructions by the
Client. The specified schedule from the Client will include at least daily assignment of
Revenue Trips, Payable Non Revenue Trips, Headways, Number of buses on each route,
Speed Limits, Dwell Time Limits, Number of buses to park along the route with parking
locations, number of buses to be parked at Night Parking places, and parking timings.
Failure to complete the assigned jobs would result in deductions of unassigned
kilometers and penalties as per Agreement.
5.2.4 Procure, operate, and maintain a dedicated full duplex real time VHF/UHF based radio
band wireless communication system for contact between bus driver and Metrobus
control room during operation hours. The bus operator shall be responsible for the
purchase of wireless equipment, frequency license from concerned government
department for life of the contract, channels for each bus/hardware and all requirements
Page 40 of 97
for live dedicated communication system as independent setup. The system must support
unicast, multicast and broadcast communication system within 8 km of radius.
5.2.5 Dedicate and maintain no more than 10% of the fleet as reserve fleet for maintenance at
any time of operation.
5.2.6 The operator shall apply for license with payment of applicable fee & passenger
insurance certificate etc. Obtain all necessary permits under all applicable Laws of
Pakistan required to procure the buses.
5.2.7 Must employ adequate, well-trained staff including at least two Transport Engineers to
perform all duties and responsibilities stated in this Tender – including all roles/duties to
be performed on the IPTN, depot, fueling operation, and general fleet management.
Operator must deploy at least one representative to be stationed at the Command and
Control Center during the operational hours.
5.2.8 Obtain route license from the Client and vehicle fitness certificates as prescribed in the
Punjab Motor Vehicle Ordinance
5.2.9 Carry out all responsibilities laid out in this document.
5.2.10 The operator shall make available the buses on 24 hour basis for operation. The operator
is bound to park buses temporarily, periodically, or permanently along the route or at
Night Parking Place as per Client‟s instructions.
5.2.11 Deploy Security Guards to safeguard and secure buses at Night Parking Places,
open/unfenced area & depot.
5.2.12 Clean the buses after each round trip & wash the buses once on daily basis in the depot.
5.2.13 Service provider shall ensure through driver and fare evasion indication/alarm, that no
one enters the bus without tapping of card. The Service Provider shall report such event
to control center.
5.2.14 Recoup/maintain missing/stolen/damaged equipment of the vehicles especially
pertaining to emergency usage on regular basis.
5.2.15 Resolve the complaint of Help line system establish by PMA.
Page 41 of 97
5.2.16 Safeguard Driver‟s Console, Fare Validators and Fare Evasion System in all buses. In
case of any damage to the Driver‟s Console & Fare Validator, the Operator/Service
Provider shall arrange the replacement of Driver‟s Console, Fare Validators and Fare
Evasion System at his own expense. Until such replacement, the bus shall not be
operated on the route/roads.
5.2.17 Cooperate with all other PMA service providers to the extent possible and facilitate their
operations in integrated manners.
5.2.18 Engage and deploy suitably skilled personnel for procurement, operation and
maintenance of the Buses, and maintenance/replacement of all related
equipment/components in buses in a timely manner and at its own cost, and participate
in all meetings, committees, etc, as directed by the Client from time to time.
5.2.19 Be responsible for the conduct and functioning of all staff employed in the Operation.
The bus operator shall ensure efficient services, polite and courteous behavior towards
passengers and representatives of the Client and other related departments/entities of the
GoPb. The bus operator shall be liable for any misconduct or unreasonable offense of its
employees and shall take prompt and appropriate action.
5.2.20 The bus operator shall submit detailed specifications, documentation, and manuals of
related buses being procured for operation and maintenance.
5.2.21 Adhere to timelines of the Operation implementation specified in this Tender.
5.2.22 Impart meaningful and timely training to all Driver/staff associated with the Operation.
Operator will train the drivers for all kind of operational requirements including but not
limited to Trip Efficiency, Punctuality, schedule adherence, Headway Regularity, Travel
Time Regularity, Avoidance of Bus Bunching, Minor Repair Works, emergency
handling including breakdowns / accidents, customer dealing, safe and comfortable
driving, reading and understanding English instructions/tabs of On Board Units (OBU),
cooperation with PMA staff, Driver actions that can invoke penalties etc. Operator will
ensure that these trainings are conducted prior to implementation of operations as well as
on time to time basis. Operator will submit the training plans and records if desired by
the Client. The Client may proceed to check and evaluate the results of the training. The
service provider shall develop code of conduct for driver regarding operation and
dealing with passengers.
Page 42 of 97
5.2.23 Ensure that all hired drivers have valid PSV licenses. For this purpose the Operator shall
ensure at its own costs the validity of licenses before hiring any driver.
5.2.24 Driver shall facilitate Wheel Chair of specially challenged passengers in
embarking/boarding the Bus.
5.2.25 Guarantee smooth operations and functioning of all buses during the entire contract
period
5.2.26 Provide maintenance plan of buses in consultation with the Client, and implement it. The
plan must cover procedures and parameters for preventive and break-down maintenance,
as well as maintenance review procedures.
5.2.27 Allow authorized PMA staff (and other authorized Government personnel) for
inspection of buses at depot and during operation
5.2.28 Take prompt and reasonable action for resolution of each complaint – including
complaints received from the Client related to the operation of buses.
5.2.29 Bear the cost of license and that for the registration of the buses.
5.2.30 Comply with the provisions of the applicable Motor Vehicles Ordinance / Act, the
regulations and rules framed in the standards and all other applicable local, provincial,
and federal laws. The Inability of the bus Investor(s) / Operator(s) to comply with rules,
regulations and procedures will be penalized as per penalty mechanism.
5.2.31 Comply, complete, and follow all reasonable commands, directions, and requirements of
the Client in respect of the operation, including directions and requirements that ensure
public safety and security. The inability of the Operator to comply will be penalized as
per penalty mechanism.
5.2.32 Ensure that driver must possess preferably graduate degree and shall be tested and
declared capable of reading English instruction/tabs. The drivers hired before start of
operation will be given training once for the use of the Driver Console by the Client
through AFC-BSS service provider; however, the qualification of driver‟s is mandatory
for understanding the system parameter and discipline of the system.
5.2.33 Arrange for fuel of buses with reserve fuel to implement the schedules smoothly without
any interruption.
Page 43 of 97
5.2.34 Start operation of buses as per prescribed schedule issued by the Client subject to the
terms and conditions of the Contract
5.2.35 Promptly remove stalled buses from roads to avoid blockage of road or part of road/lane
within reasonable timeframe defined by the Client.
5.2.36 Ensure that the types, forms, and locations of all advertisement being displayed
inside/outside the buses should not be placed without written approval of the Client; and
should strictly conform to the rules, regulation and procedures as notified by the Client.
Revenue proceeds of such advertisements, if allowed, will be credited into escrow
account.
5.2.37 Replace any or all buses in the fleet if and when needed, at its own cost.
5.2.38 Take full responsibility of any mechanical, electrical, or system failures in feeder buses.
5.2.39 Be responsible for any kind of damage to the PMA Property due to negligence on
Operator's side. The operator shall be responsible to arrange repair of the damages as per
original specifications to the satisfaction of the Client. Failure to do so within the
prescribed time in the work order shall lead to penalties or deduction from the Certificate
of Payment (COP).
5.2.40 Be liable to compensate the affected passenger in case of any injury or death as per
Insurance Clause No 13 of conditions of contract. In addition in such an event leading to
injury or death of a person, solely due to negligence on part of the Operator, leading to
court appeals, by the affected party, the Operator will bear any claim on PMA, made by
the affected party, if approved by the court of Pakistan.
5.2.41 Arrange for the security of the buses and depot.
5.2.42 Enter into a supplemental agreement with the Client to take over and maintain and
manage Depot or any other facilities provided by the Client for the entire Contract
Period and return the facility back to the Client subject to agreed terms and conditions.
5.2.43 Establish workshop and spare parts inventory in the provided Depot. The availability of
spare parts should be sufficient enough to maintain the quality of operations.
5.2.44 Arrange, maintain and manage all utility connections in Depot and at other locations
such as terminals etc. for facilitation of Operator's staff
Page 44 of 97
5.2.45 Arrange, maintain and manage shelter facilities for its staff if required at any Station /
route terminals / rotaries.
5.2.46 Provide, maintain and install up to fifteen (15) stickers per bus as per instructions/format
provided by the Client (One 3 feet diameter sticker for PMA logo and one Route Map).
5.2.47 Install surveillance cameras as prescribed in the specifications. Make necessary
arrangements for the extraction on daily basis, and storage of video data for a period no
less than seven (07) days. Provide data to the Client upon receiving his directions within
the specified time frame.
5.2.48 Follow the instructions of the Client Regarding Night - Parking of buses in open
spaces/unfenced area. For purpose of this Clause if and when such instructions are given,
the security of the buses shall be the responsibility of the Service Provider.
5.2.49 Maintain color of buses and remove any marking/slogan immediately.
5.2.50 Ensure to not operate buses with broken glasses, lights, indicators etc.
5.2.51 Provide Controller Area Network (CAN) module in buses capable of providing data
including acceleration, deceleration, breaking (All kinds of Break), gear shifting, fuel
information, engine RPM, bus speed, doors control (open/close) information, bus saloon
temperature data/information, engine temperature data/information, battery
data/information. The CAN module manual shall be in English with proper identification
of wire and terminal numbers/tagging as per actual installed in the bus. Provide detailed
information on the protocol used in CAN module and its compatibility factor. Arrange a
translator with technical support if required, in case of any understanding of the system
required by the Client or its representative.
5.2.52 Provide and display route number card on front screen for passenger facilitation.
6. KEY SERVICE-LEVEL PARAMETERS
Any breach of defined service levels will entail penalties which shall not exceed more than 10%
of the monthly payments to the Operator. Service Level Agreement (SLA) is further elaborated in
Annexure-O of the Tender documents. The Client reserves the right to terminate the contract and
forfeit the performance security, if the penalties are 10 % of the monthly payments for a few
consecutive months.
Page 45 of 97
7. REVENUE COLLECTION AND PAYMENT – JOINT MECHANISM
FOR AFC-BSS CONTRACTOR AND BUS OPERATOR
7.1. Escrow account shall be opened by the Client in the Bank of Punjab (BOP).
7.2. If there is surplus balance in the Escrow Account, the amount will be retained by Client. If there
is deficit in the Escrow Account (that is, all service providers cannot be paid) then the Client will
arrange for the deficit amount and make payments that are due.
8. SIGNING OF THE AGREEMENT
IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the
laws of Pakistan as of the day, month and year first indicated above.
For: Punjab Masstransit Authority (PMA)
For: Legal Name of the Operator/Successful
Bidder
Signature _____________________
Signature ________________________
Name: Mr. Sibtain Fazal Halim
Name:
Witnessed By:
Witnessed By:
WITNESSES
Signature __________________ Signature ____________________
CNIC # __________________ CNIC# ____________________
Name __________________ Name ____________________
Designation __________________ Designation _____________________
Address _________________ Address _____________________
Page 46 of 97
I. GENERAL CONDITIONS OF CONTRACT
9. CONTRACT
The Client shall, after receipt of the Performance Security from the successful Bidder, send the
Contract provided in the Tender Document, to the successful Bidder. Within ten working days of
the receipt of such Contract, the Bidder shall sign and date the Contract and return it to the Client.
10. CONTRACT DOCUMENTS AND INFORMATION
The Operator shall not, without the Client's prior written consent, make use of the Contract, or
any provision thereof, or any document(s), specifications, drawing(s), pattern(s), sample(s) or
information furnished by or on behalf of the Client in connection therewith, except for purposes
of performing the Contract or disclose the same to any person other than a person employed by
the Operator in the performance of the Contract. Disclosure to any such employed person shall be
made in confidence and shall extend only as far as may be necessary for purposes of such
performance.
11. CONTRACT LANGUAGE
The Contract and all documents relating to the Contract, exchanged between the Operator and the
Client, shall be in English. The Operator shall bear all costs of translation to English and all risks
of the accuracy of such translation.
12. PATENT RIGHTS AND RIGHTS TO THE CONTENTS OF THE
PROGRAM
The Operator shall indemnify and hold the Client harmless against all third party claims of
infringement of patent, trademark or industrial design rights arising from use of the Service or any
part thereof. The Client will hold the exclusive rights to the contents of this program.
13. INSURANCE
The Operator shall provide such insurance of the buses as sufficient to protect against their theft,
damage or deterioration during course of the operation, storage/ transit to their final destination as
indicated in this Contract. The Operator shall arrange and pay for the insurance of the buses to the
Page 47 of 97
place of destination and time, as required by the Client. During Passenger Operations, in the event
of any accident resulting in death or injury to the passenger, the operator shall pay compensation to
legal representatives or to the passengers, as the case may be, under sections 50 and 67 of the
Provincial Motor Vehicle Ordinance 1965.
14. EXECUTION SCHEDULE
The Operator shall submit an Execution Schedule, giving details of services to be rendered, as
required under the Contract, to the Client, within ten (10) days of the signing of the Contract.
15. PAYMENT
15.1. The procedure for payments to operator shall be as under:
The Operator shall submit monthly Application for Payment (Invoice) to the Client; within first
five (05) working days of the following month, in the prescribed form and on the quoted rates in
the bid after making Price adjustments if applicable (Annex.P). The Application for Payment shall
be accompanied by such invoices, receipts or other documentary evidence (if any) and as the
Client may require; state the amount claimed; and set forth in detail, in the order of the Price
Schedule, particulars of the Services provided, up to the date of the Application for Payment and
subsequent to the period covered by the last preceding Certificate of Payment, if any.
The Client shall issue a Certificate of Payment, in the prescribed form, with a copy to the
Operator, verifying the amount due, within seven (07) working days of receipt of an Application
for Payment. The Client may withhold a Certificate of Payment on account of
defects/shortcomings in the services provided. The Client may make any correction or
modification in a Certificate of Payment that properly be made in respect of any previous
certificate; after giving an opportunity of clarification to the Operator
The Client shall pay the amount verified in the Certificate of Payment within twenty one (21)
days inclusive of seven days of issuance of Certificate of Payment. Payment shall not be made in
advance. The Client shall make payment for the Services provided, to the Operator, as per Terms
of the Contract, in Pak Rupees, through crossed cheque.
Page 48 of 97
16. CONTRACT PRICE
16.1 The quoted price, in the financial bid, is inclusive of all applicable taxes, as per Laws of the
Government of Pakistan, but is exclusive of Sales Tax on Services which shall be added
by the Purchaser over and above the quoted amount, as applicable/required under the
relevant Tax Laws, to arrive at the Contract Price. Accordingly, the Contract Price shall
be subject to adjustments for change in rate of Sales Tax on Services as and when
applicable. Furthermore, in future, if the total incidence of taxes imposed on the Contractor
increases above 10% of the rate that prevailed at the time of the signing of contract, the Operator
and the Client shall settle the issue through mutual consultations/agreement. Same dispensation
will apply if the incidence of tax reduces over the contract period.
16.2 The Operator shall not change the quoted price(s) in bid for the equipment and services provided
and for other obligations discharged, under the Contract in contract period. Any adjustment for
price from the prices quoted by the Operator in the Price Schedule shall be assessed as per the
formula provided under the Annexure-P of the Tender document.
17. CONTRACT AMENDMENT
The Client, at any time, by written notice served on the Operator, may initiate, alter, amend, omit,
increase, decrease or otherwise change the nature, quality, quantity and scope, of all / any of the
Services / the Works, in whole or in part. The Operator shall, within ten working days of receipt
of such notice, submit a cost estimate and execution schedule of the proposed change (hereinafter
referred to as the Change), to the Client. The Operator shall not execute the Change until and
unless the Client has allowed the said Change, by written order served on the Operator. The
Change, mutually agreed upon, shall constitute part of the obligations under this Contract, and the
provisions of the Contract shall apply to the said Change. No variation in or modification in the
Contract shall be made, except by written amendment signed by both the Client and the Operator.
18. ASSIGNMENT / SUBCONTRACT
The Operator will not assign or sub-contract its obligations under the Contract, in whole or in
part, except with the Client's prior written consent. The Operator shall guarantee that any and all
Page 49 of 97
assignees / subcontractors of the Operator shall, for performance of any part / whole of the work
under the contract, comply fully with the terms and conditions of the Contract applicable to such
part / whole of the work under the contract.
19. EXTENSIONS IN TIME FOR PERFORMANCE OF OBLIGATIONS
UNDER THE CONTRACT
If the Operator encounters conditions impeding timely performance of any of the obligations,
under the Contract, at any time, the Operator shall, by written notice served on the Client,
promptly indicate the facts of the delay, it‟s likely duration and its cause(s). As soon as
practicable after receipt of such notice, the Client shall evaluate the situation and may, at its
exclusive discretion, without prejudice to any other remedy it may have, by written order served
on the Operator, extend the Operator's time for performance of its obligations under the Contract.
20. LIQUIDATED DAMAGES (LD)
Liquidated Damages (LD)
If the Operator fails / delays in performance of any of the obligations, under the Contract /
violates any of the provisions of the Contract / commits breach of any of the terms and conditions
of the Contract; the Client may, without prejudice to any other right or action / remedy it may
have, levy liquidated damages as follows:
LD per day = (Factor F x Number of Buses x 200 x Bid price)
For 0 – 10 days Factor F = 0.25
For 11– 20 days Factor F = 0.50
For 21 – 30 days Factor F = 0.75
For 31 days and above, Factor F =1.00
However, the amount so deducted shall not exceed, in the aggregate, the value of the performance
security. The Liquidated Damages are attributable to such part of the Services as cannot, in
consequence of the failure / delay, be put to the intended use, for every day between the
scheduled delivery date(s), with any extension of time thereof granted by the Client, and the
actual delivery date(s) (This penalty will also be invoked on the failure on the part of the Operator
to meet commitments given by him in the technical proposal and failure in compliance to the bus
Page 50 of 97
specifications). It is clarified that LDs stated in this clause may be levied until such time the
Operator has failed/delayed the start of operation as per conditions described in this document.
After the start of the operation any further service/performance related failures/delays shall be
penalized as per Service Level Agreement (Annex.O).
21. FORFEITURE OF PERFORMANCE SECURITY
The Client may, without prejudice to any other right or action/remedy it may have, forfeit the
performance security of the Operator after serving him with a seven working days‟ notice, in
anyone or all of the following events:
1. Complete shutdown of service by the Operator for any-reason whatsoever except those
covered under force-majeure.
2. If the Operator commits a default in payment of Penalties or Liquidated damages under the
Contract;
3. If the Operator fails to submit the bank guarantee for the next year, one month before the
expiry of already submitted bank guarantee in stipulated timeframe.
4. If the penalties are 10 % of the monthly payments for a few consecutive months.
5. Any serious violations beyond the limiting value specified as per Annexure-O.
22. TERMINATION FOR DEFAULT
If the Operator fails/delays in performance of any of the obligations under the Contract / violates
any of the provisions of the Contract / commits material breach of any of the terms and conditions
of the Contract, or engages in any illegal activities; where such failure/breach/illegal activity has a
material adverse effect on the operations of this Project, the Client may, at any time, without
prejudice to any other right or action / remedy it may have, by written notice served on the
Operator, indicate the nature of the default(s) and terminate the Contract, in whole or in part;
provided that the termination of the Contract shall be resorted to only if the Operator does not
cure its failure / breach/ illegal activity, within twenty one (21) working days (or such longer
period as the Client may allow in writing), after receipt of such notice.
If the Client terminates the Contract for default, in whole or in part, the Client may procure, upon
such terms and conditions and in such manner as it deems appropriate, Services / Works, similar
to those undelivered, and the Operator shall be liable to the Client for any excess costs for such
similar Services / Works. However, the Operator shall continue performance of the Contract to
Page 51 of 97
the extent not terminated.
23. TERMINATION FOR INSOLVENCY
23.1. If the Operator, or any member in case of JV, becomes bankrupt or otherwise insolvent, the
Client may, at any time, without prejudice to any other right or action / remedy it may have, by
written notice served on the Operator, indicate the nature of the insolvency and terminate the
Contract, in whole or in part.
24. TERMINATION FOR CONVENIENCE
24.1. The Client may, at any time, by written notice of 30 days served on the Operator, terminate the
Contract, in whole or in part.
24.2. The Services which are complete, or are scheduled to be completed by the Operator, within thirty
working days after the receipt of such notice, shall be accepted by the Client. For the remaining
services, the Client may elect:
24.2.1 To have any portion thereof completed and delivered; and
24.2.2 To cancel the remainder and pay the Operator by:
1. Purchasing all buses , and workshop equipments like tools, equipments, spare parts, furniture,
and construction of diesel station provisioned till date by the Operator (taking into
consideration depreciated values). For the purposes of this clause the price of buses, vehicles
and workshop equipments will include taxes, custom duties, freight charges, registration
charges and the interests charged by the financing institutions.
2. Paying an allowance as compensation for overheads and anticipated profit to the Operator,
10% of value of rest of the contract value calculated at the rate of 60,000 km per year per bus.
24.3. For purposes of calculations of payments, the Client and the Operator shall appoint a reputed firm
of Chartered Accountants through mutual agreement who will follow the methodology of
calculation which is most beneficial to the Operator.
24.4. All of the accounts or remaining payables under this clause, on the part of either of the parties,
shall be paid / adjusted within thirty (30) days from the day on which notice of termination under
clause 24.1 shall come into effect.
Page 52 of 97
25. FORCE MAJEURE
25.1. Force majeure shall mean any event, act or other circumstances not being an event, act or
circumstance under the control of the Client or of the operator. Non-availability of
materials/supplies or of import license or of export permit shall not constitute Force majeure. If by
reasons of Force Majeure supplies or services cannot be delivered by the due delivery date then the
delivery date may be extended appropriately by the Client keeping in view all the circumstances
and requirements of the Client.
25.2. The Operator shall not be liable for liquidated damages, forfeiture of its Performance Security,
blacklisting for future tenders, termination for default, if and to the extent of his failure / delay in
performance /discharge of obligations under the Contract is the result of an event of Force
Majeure.
25.3. If a Force Majeure situation arises, the Operator shall, by written notice served on the Client,
indicate such condition and the cause thereof. Unless otherwise directed by the Client in writing,
the Operator shall continue to perform under the Contract as far as is reasonably practical, and
shall seek all reasonable alternative means for performance not prevented by the Force Majeure
event.
26. DISPUTE RESOLUTION
26.1. The Client and the Operator shall make every effort to amicably resolve, by direct informal
negotiation, any disagreement or dispute arising between them under or in connection with the
Contract.
26.2. If, after thirty working days, from the commencement of such informal negotiations, the Client
and the Operator have been unable to amicably resolve a Contract dispute, either party may,
require that the dispute be referred for resolution by arbitration under the Pakistan Arbitration Act,
1940, as amended, by arbitrators selected in accordance with said Law. The place for arbitration
shall be Lahore, Pakistan. The award shall be final and binding on the parties.
26.3. If the parties fail to resolve the dispute through mutual consultations then the matter will be
referred to three arbitrators, one to be appointed by each party and the third by the two appointed
arbitrators.
Page 53 of 97
27. STATUTES AND REGULATIONS
The Contract shall be governed by and interpreted in accordance with the laws of Pakistan. The
Operator shall, in all matters arising in the performance of the Contract, conform, in all respects,
with the provisions of all Central, Provincial and Local Laws, Statutes, Regulations and By-Laws
in force in Pakistan, and shall give all notices and pay all fees required to be given or paid and
shall keep the Client indemnified against all penalties and liability of any kind for breach of any
of the same. The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of
any dispute or difference of any kind arising out of or in connection with the Contract.
28. TAXES AND DUTIES
The Contractor shall be responsible for the payment, if any is required, of all Pakistani
Income Tax, Duties any other taxes on income arising out of the Contract, and the
financial bid mentioned in "Financial Proposal Submission Form"/"Price Table" shall be
deemed to cover all such taxes.
29. CONTRACT COST
The Operator shall bear all costs / expenses associated with the preparation of the Contract and
the Client shall in no case be responsible / liable for those costs / expenses e.g. Contract Stamp
duty charges etc.
30. AUTHORIZED REPRESENTATIVE
The Client, or the Operator may, at their exclusive discretion, appoint their Authorized
Representative and may, from time to time, delegate any / all of the duties / authority, vested in
them, to their authorized Representative(s), including but not limited to, signing on their behalf to
legally bind them, and may, at any time, revoke such delegation.
30.1. The Authorized Representative shall only carry out such duties and exercise such authority
as may be delegated to him, by the Client, or the Operator
30.2. Any such delegation or revocation shall be in writing and shall not take effect until
notified to the other parties to the Contract.
30.3. Any decision, instruction or approval given by the Authorized Representative, in
accordance with such delegation, shall have the same effect as though it had been given by
Page 54 of 97
the Principal.
30.4. Notwithstanding above Clause, any failure of the Authorized Representative to disapprove
Services or Works shall not prejudice the right of the Client to disapprove such Services or
Works and to give instructions for the rectification thereof.
30.5. If the Operator questions any decision or instruction of the Authorized Representative of
the Client, the Operator may refer the matter to the Client who shall confirm, reverse or
vary such decision or instruction
31. WAIVER
Failure of either party to insist upon strict performance of the obligations of the other party, under
the Contract, shall in no way be deemed or construed to affect in any way the right of that party to
require such performance.
32. SPECIAL STIPULATIONS
SCHEDULE-A, SPECIAL STIPULATIONS
For ease of Reference, certain special stipulations are as under:
1
Tender Security
The Operator shall furnish the Tender Security as under:
for the whole Tender;
In the form of Bank Guarantee, issued by a scheduled bank
operating in Pakistan, in the name of the Client, as per the format
provided in the Tender Document or in form of Demand Draft /
Pay-order drawn on a Scheduled Bank operating in Pakistan; for a
sum of Rs 10 Million; denominated in Pak Rupees;
Have a minimum validity period of one hundred and eighty (180)
days from the last date for submission of the Tender or until
furnishing of the Performance Security, whichever is later.
2 Performance Security The successful Operator shall furnish Performance Security as
under:
within ten (10) working days of the receipt of the Acceptance
Letter/Letter of Award from the Client;
in the form of a Bank Guarantee, issued by a scheduled bank
operating in Pakistan, as per the format provided in the Tender
Document or in another form acceptable to the Client;
Page 55 of 97
denominated in Pak Rupees;
Have a minimum validity period of one year from the date of
Award Notification or until the date of expiry of yearly support
period.
The Operator shall submit a Bank Guarantee for 10% of the
annual contract value, for a period of eight (8) years, on a yearly
basis, with an undertaking to renew the Bank Guarantee before
the end of each year on yearly basis, one month before the
expiry period of the submitted bank guarantee. Subject to clause
29 of the Tender, the Client, after receiving new bank guarantee
shall return the previous bank guarantee in lieu of Performance
Security to the Operator.
3 Signing of Contract The Client shall, after receipt of the Performance Security from
the successful Bidder, send the Contract provided in the Tender
Document, to the successful Bidder. Within ten working days of
the receipt of such Contract, the Bidder shall sign and date the
Contract and return it to the Client.
4 Start operation of buses The induction of buses shall be as per following program;
78 Air Conditioned, Brand New Diesel feeder buses of 8-meter
long within 120 days from the issuance of Letter of Award.
5 Liquidated damages for failure / configuration of Services by the Operator
If and when applicable, liquidated damages (LD) shall be levied as
follows:
LD per day = (Factor F x 200 x Number of buses x Bid Value)
For 0 – 10 days Factor F = 0.25
For 11– 20 days Factor F = 0.50
For 21 – 30 days Factor F = 0.75
For 31 days and above, Factor F =1.00
However, the amount so deducted shall not exceed, in the
aggregate, the value of the performance security. The Liquidated
Damages are attributable to such part of the Services as cannot,
in consequence of the failure / delay, be put to the intended use,
for every day between the scheduled delivery date(s), with any
extension of time thereof granted by the Client, and the actual
delivery date(s) (This penalty will also be invoked on the failure
on the part of the Operator to meet commitments given by him in
the technical proposal and failure in compliance to the bus
specifications)
6 Legal Status to Work in Pakistan
The Bidder must be allowed and meet all conditions set forth by
the GoPb to work with all concerned parties of the private, public,
and not for profit sectors.
Page 56 of 97
ANNEXURES
Page 57 of 97
Annexure-A: Technical Proposal Submission Form
Technical Proposal Submission Form
[Location, Date]
To _(Name and address of Client / Client)_
Dear Sir,
We, the undersigned, offer to provide the services for Procurement, Operation, and
Maintenance of Feeder Buses for Integrated Bus Operations in Rawalpindi in accordance with your
Tender Document dated _(insert date). We are hereby submitting our bid, which includes the Technical
Proposal and the Financial Proposal sealed in two separate envelopes.
We also confirm that the Government of Pakistan / Punjab has not declared us, or ineligible on
charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore, pledge not to
indulge in such practices in competing for or in executing the Contract, and we are aware of the relevant
provisions of the Tender Document.
We understand you are not bound to accept any Tender you receive.
We remain,
Yours sincerely,
Authorized Signature
(In full and initials)
Name and Designation of Signatory
Name of Firm
Address
Page 58 of 97
Annexure-B: Technical Evaluation Criteria
It is mandatory to score minimum 70 marks
In case of JV, marks shall be evaluated jointly for all members unless stated otherwise.
The requirement of documents for evidence as indicated in the table below is applicable to all members of
JV unless specified otherwise.
Sr
No.
Criteria
Max.
Marks
Comment/Description Documents required
1
Number of
implementations of
successful Bus
operations for a period
of no less than six
months (Urban/Intercity
Public routes)
15
Number of Routes
Operated :-
Less than 1 = 0 Points
1 to 2= 5 Points
3 to 5= 10 Points
6 or more =15 Points
Copy of Route Permits OR Contract
Document OR Letter of Award OR
Any other valid document for
evidence
2
Maximum bus fleet
maintained and operated
currently
10
Less Than 10 = 0 Points
10 to 20= 4 Points
21 to 30= 6 Points
31 to 50 = 8 Points
51 or more =10 Points
Registration Certificates in case of
Buses owned OR Lease Agreement
(for a period of not less than one year
of which at least three months have
been completed as of the date of bid)
in case of Buses on Lease OR Any
other valid document for evidence
3
Operational Experience
of Urban Transport in
Rawalpindi
5 Yes = 5 Points
No = 0 Points
Copy of Route / License Permits OR
Contract Document OR Letter of
Award OR Any other valid document
for evidence
(In case of JV, applies to any one
single member with relative
experience)
4
Total number of human
resource managed by the
company
10
Less than 50 = 0 Points
50 to 200 = 4 Points
200 to 300= 6 Points
300 to 400= 8 Points
401 or more =10 Points
List of Human Resources Employed
stating Designation and numbers
5
Number of years of bus
operations (Bus
Operations including but
not limited to Urban and
Intercity)
10
Less than 5 = 0 Points
5 to 6 = 2 Points
> 6 to 7= 4 Points
> 7 to 8= 6 Points
> 8 to 9= 8 Points
> 9 to 10= 10 Points
Copy of Route Permits OR Contract
Document OR Letter of Award OR
Any other valid document for
evidence
(In case of JV, applies to any one
single member with maximum years
of experience)
6
Average Annual
Turnover of Transport
Business in last three
years in Millions
20
< 300 = 0 Points
300 to 400= 5 Points
400 to 525= 10 Points
525 to 650 = 15 Points
>650 = 20 Points
Financial Statements for the Fiscal
years 2011-2012, 2012-2013, 2013-
2014 OR Calendar Years 2012, 2013,
2014 whichever is applicable in the
country origin of operations.
Page 59 of 97
7
Net Worth of Transport
Business in Last Year in
Millions (Total Assets -
Total Liabilities)
15
Less than 150 = 0 Points
> 150 to 200 = 5 Points
>200 to 300 = 10 Points
>300 = 15 Points
Same as of Criteria for Average
Annual Turnover at serial no 6
8
Supply Timeline 78
Brand New AC Diesel
8-meter long buses in
days
15
Up to 100 days* = 15
Points
Within 110 days = 10
Points
Within 120 days = 5 Points
Supply timeline of buses
after 120 days will result in
rejection of the bid.
(*days counted from the
issuance of letter of award)
Undertaking as per Annex C
TOTAL 100 Minimum Passing Marks = 70
Page 60 of 97
Annexure-C: Technical Evaluation
The following data form shall be filled out by the Bidder; and by all partners in case of a Joint Venture,
with supporting documents for evidence as described in Annex B . The Client reserves the right to request
additional information for values/information entered by the Bidder against any criteria.
Sr No.
Criteria
Enter Value/information
1
Number of implementations of successful Bus operations
for a period of no less than six months (Urban/Intercity
Public routes)
2
Maximum fleet maintained and operated currently
3 At least one year Operational Experience of Bus Rapid
Transit
4 Total number of human resource managed by the company
5 Number of years of bus operations (Bus Operations
including but not limited to Urban and Intercity)
6
Average Annual Turnover of Transport Business in last
three years in Millions
7
Net Worth of Transport Business in Last Year in Millions
(Total Assets - Total Liabilities)
8
Supply Timeline 78 number of 8 m buses ( Brand New AC
Diesel Feeder Buses) in days
Page 61 of 97
Annexure-D: Financial Capacity of the Bidder
Additionally, the following financial data form shall be filled out by the Bidder; and by all partners in
case of a Joint Venture and along with one summary form for all partners. The Client reserves the right to
request additional information about the financial capacity of the Bidder. A Bidder that fails to
demonstrate through its financial records that it has the financial capacity to perform the required
Supply/Services may be disqualified.
Financial Information Provide the required information for the previous three
years. (Most recent to oldest).
Also attach balance sheets for the relevant years
Year 1
(Year)
Year 2
(Year)
Year 3
(Year)
Information from Balance Sheet:
(1) Total Assets (TA)
(2) Current Assets (CA)
(3) Total Liabilities (TL)
(4) Current Liabilities
(CL)
Information from Income Statement:
(5) Total Revenue (TR)
(6) Profits before Taxes
(PBT)
Net Worth (1) – (3)
Current Ratio (2) / (4)
Provide information on current or past litigation or arbitration over the last three (3) years as shown in the
form below.
Litigation or arbitration in the last three (3) years: No:_____Yes:______ (See below)
Litigation and Arbitration During Last three (3) Years
Year Matter in Dispute Value of Award Against
Operator in PAK Rupees
_________________________
Authorized Signatures with Official Seal
Page 62 of 97
Annexure-E: Instructions for preparation of power of attorney
a) To be executed by an authorized representative of the bidder.
b) The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executants and when it is so required
the same should be under common seal affixed in accordance with the required procedure.
c) Also, wherever required, the Bidder should submit for verification the extract of the charter documents
and documents such as a resolution/power of attorney in favor of the Person executing this Power of
Attorney for the delegation of power hereunder on behalf of the Bidder.
d) In case the Application is signed by an authorized Director / Partner or Proprietor of the Applicant, a
certified copy of the appropriate resolution / document conveying such authority may be enclosed in
lieu of the Power of Attorney.
Page 63 of 97
Annexure-F: Format of Power-of-Attorney
POWER OF ATTORNEY
(On a Legal / Revenue Stamp Paper of PAKISTAN / of the bidder‟s country in the relevant value OR on
the bidder‟s letter head officially signed and stamped)
We (name of the company and address of the registered office) do hereby appoint and authorize Mr. / Ms.
(full name and residential address) bearing Pakistan‟s Computerized National Identity Card (CNIC) no.
(Complete CNIC No.) who is presently engaged with us and holding the position of as our attorney, to do
in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to
our proposal for (name of the Operation) in response to the tenders invited by the (name of the Client)
including signing and submission of all documents and providing information/responses to (name of the
Client) in all matters in connection with our Bid.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this
Power of Attorney and that all acts, deeds and things done by our aforesaid attorney shall and shall always
be deemed to have been done by us.
Dated this _____ day of ____________________ 20__
For ________________________________
(Signature)
(Name, Designation and Address)
Accepted
(Signature)
(Name, Title and Address of the Attorney)
Date:
Page 64 of 97
Annexure-G : Undertaking
UNDERTAKING
It is certified that the information furnished here in and as per the document submitted is true and
correct and nothing has been concealed or tampered with. We have gone through all the
conditions of tender and are liable to any punitive action for furnishing false information /
documents.
Dated this _____ day of ____________________ 20__
Signature
(Company Seal)
__________________
In the capacity of
Duly authorized to sign bids for and on behalf of:
Page 65 of 97
Annexure-H: Affidavit
AFFIDAVIT
INTEGRITY PACT
DECLARATION OF FEES, COMMISSIONS AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS/CONTRACTORS OF GOODS, SERVICES & WORKS
[Name of service provider/operator] hereby declares its intention not to obtain or induce the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Punjab or any administrative subdivision or agency thereof or any other entity owned or controlled by it (GoPb) through any corrupt business practice.
Without limiting the generality of the foregoing, [Name of service provider/operator] represents and warrants that it has fully declared the brokerage, commission, fees 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 consultation fee or otherwise, with the object of obtaining or including the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoPb, except that which has been expressly declared pursuant hereto.
[Name of service provider/operator] 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 GoPbb and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty.
[Name of service provider/operator] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts 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 GoPb under any law, contract or other instrument, be voidable at the option of GoPb.
Notwithstanding any rights and remedies exercised by GoPb in this regard, [Name of service
provider/operator] agrees to indemnify GoPb for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoPb in an amount equivalent to ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by [Name of service provider/operator] 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 GoPb.
_________________
Signature & Stamp
Subscribed and sworn to me this ________ day of _____ 2015
Page 66 of 97
Annexure-I: Tender Security Form
Tender SECURITY FORM
WHEREAS [Name and Address of the Operator] (hereinafter called "the Operator") has submitted
Tender against Tender Name (hereinafter called "the Tender") to the [Name and Address of the Client]
(hereinafter called "the Client") for the Total Tender Price of PKR (in figures ____________________)
(in words ___________________________________).
AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter
called "the Guarantor") has agreed to give the Operator a Guarantee;
THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the Client,
for the sum of PKR (in figures ____________________) (in words
___________________________________) and undertakes to pay to the Client, upon receipt of his written
demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without cavil /
argument and without the Client having to substantiate / prove or to show grounds / reasons for such
claim(s), on the occurrence of any / all of the following conditions:
1. If the Operator withdraws the Tender during the period of the Tender validity specified by the
Operator on the Tender Form; or
2. If the Operator does not accept the corrections of his Total Tender Price; or
3. If the Operator, having been notified of the acceptance of the Tender by the Client during the
period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance
with the Tender Document.
Provided that the Client shall specify the occurred condition(s) owing to which the said sum is due to him.
Provided further that any demand(s) / claim(s) from the Client shall reach the Guarantor within thirty
working days after the expiry of the Guarantee.
This guarantee shall remain valid up to ___________________ or until furnishing of the Performance
Security, whichever is later.
Date this ________________day of 2015.
GUARANTOR
Signature __________________
CNIC # __________________
Name __________________
Designation __________________
Address __________________
Page 67 of 97
Annexure-J: Performance Security
PERFORMANCE SECURITY
Issuing Authority:
Date of Issuance:
Date of Expiry:
Claim Lodgment Date:
WHEREAS [Name and Address of the Operator] (hereinafter called "the Operator") has agreed to supply
the Services and render the Services against Tender Name (hereinafter called "the Contract") for the
Contract Value of PKR (in figures ____________________) (in words
___________________________________).
AND WHEREAS it has been stipulated in the Tender Document that the successful Operator shall furnish
Performance Security, within ten (10) working days of the receipt of the Acceptance Letter from the
Client, in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the
format provided in the Tender Document or in another form acceptable to the Client, valid from the date
of issue until all obligations have been fulfilled in accordance with the Contract;
AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter
called "the Guarantor") has agreed to give the Operator a Guarantee;
THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the Client,
for the sum of PKR (in figures ____________________) (in words
___________________________________) and undertakes to pay to the Client, upon receipt of his written
demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without cavil /
argument and without the Client having to substantiate / prove or to show grounds / reasons for such
claim(s), on the occurrence of any / all of the following conditions:
1. If the Operator commits a default under the Contract;
2. If the Operator fails to fulfill any of the obligations under the Contract;
3. If the Operator violates any of the provisions of the Contract.
Provided that the Client shall specify the occurred condition(s) owing to which the said sum is due to him.
And further provided that any demand(s) / claim(s) from the Client shall reach the Guarantor within thirty
working days after the expiry of the Guarantee.
This guarantee shall remain valid up to ___________________ or until expiry of warranties or all
obligations have been fulfilled in accordance with the Contract, whichever is later.
Date this ________________day of 2015.
Page 68 of 97
GUARANTOR
Signature __________________
CNIC # __________________
Name __________________
Designation __________________
Address __________________
Page 69 of 97
Annexure-K: Financial Proposal Submission Form (Part of Financial Bid Envelope)
Financial Proposal Submission Form (Part of Financial Bid Envelope)
[Location, Date]
To _(Name and address of Client / Client)_
Dear Sir,
We, the undersigned, offer to provide the _(Insert title of assignment)_ in accordance with your
Tender Documents dated _(insert date)_ and our Technical Proposal. Our attached Financial Proposal is for
the sum of PKR (insert amount in words and figures)_. This amount is inclusive of all applicable taxes as
per Laws of the Government of Pakistan, but is exclusive of Sales Tax on Services which shall be added by
the Client over and above the offered amount, as applicable/required under the relevant Tax Laws, to arrive
at the Contract Price. Accordingly, the Contract Price shall be subject to adjustments for change in rate of
Sales Tax on Services as and when applicable.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date indicated
in the clauses 19 and 20 of Tender.
We also declare that the Government of Pakistan / Punjab has not declared us or any Sub-
Operators for any part of the Contract, ineligible on charges of engaging in corrupt, fraudulent, collusive,
or coercive practices. We furthermore, pledge not to indulge in such practices in competing for or in
executing the Contract, and are aware of the relevant provisions of the Proposal Document.
We understand you are not bound to accept any Proposal you receive.
Signed
In the capacity of:
Duly authorized to sign the proposal on behalf of the Applicant.
Date:
Page 70 of 97
Annexure-L: Price Table
Technically qualified bidders with minimum value of “X” will be considered successful.
Sr
No
Item Price per bus / Km
(PKR.)
1 Procurement of 78 Brand New AC Diesel 8-meter long buses along
with operation and maintenance including all expenditure such as
driver, mechanics, fuel, interest charges, depreciation, profits,
tire/lubricants, management, all applicable taxes, insurance, duties,
freight charges up to Depot etc.
X
2 Brand New AC Diesel bus Unit Price in PKR for 8-meter long buses
including all applicable taxes, insurance, duties, freight charges etc.
up to the Depot
_______________
3 Economic life of the Proposed Brand New AC Diesel Bus in
Kilometers Travelled for 8-meter long buses
_______________
4 Average Fuel Consumption of Proposed Brand New AC Diesel Bus
over its life in Kilometers / Liter of Diesel 8-meter long buses
_______________
Important note:
No advance payments will be made. Contract Payment will be made on monthly basis
The quoted price is inclusive of all applicable taxes as per Laws of the Government of Pakistan,
but is exclusive of Sales Tax on Services which shall be added by the Client over and above the
offered amount, as applicable/required under the relevant Tax Laws, to arrive at the Contract Price.
Accordingly, the Contract Price shall be subject to adjustments for change in rate of Sales Tax on
Services as and when applicable.
Page 71 of 97
Annexure-M: Bid Price Notes to the Price Table:
1) Lowest value of “X” will determine the successful bidder, provided mandatory
requirements are met and bidder has qualified technical evaluation successfully.
Date ___________
Place __________
Signature of authorized person
Name:
(Company Seal)
__________________
In the capacity of
Duly authorized by
Note: No cutting or overwriting is allowed. Any cutting or overwriting will lead to rejection
of the financial bid.
Page 72 of 97
Annexure-N: Format for Covering Letter
To
(Name and address of Client)
Sub: ________________________________________________.
Dear Sir,
a) Having examined the tender document and Appendixes we, the undersigned, in conformity with
the said document, offer to provide the said items on terms of reference to be signed upon the
award of contract for the sum indicated as per financial bid.
b) We undertake, if our proposal is accepted, to provide the items/services comprise in the contract
within time frame specified, starting from the date of receipt of notification of award from the
Client Department / Office.
c) We agree to abide by this Tender for the period of ____ days (as per requirement of the Operation)
from the date of bid opening and it shall remain binding upon us and may be accepted at any time
before the expiration of that period.
d) We agree to execute a contract in the form to be communicated by the (insert name of the Client)_,
incorporating all agreements with such alterations or additions thereto as may be necessary to
adapt such agreement to the circumstances of the standard.
e) Unless and until a formal agreement is prepared and executed this proposal together with your
written acceptance thereof shall constitute a binding contract agreement.
f) We understand that you are not bound to accept a lowest or any bid you may receive, not to give
any reason for rejection of any bid and that you will not defray any expenses incurred by us in
biding.
g) We would like to clearly state that we qualify for this work as our company meets all the pre-F
criteria indicated on your tender document. The details are as under:
_________________________
Authorized Signatures with Official Seal
Page 73 of 97
Annexure-O: Service Level Agreement Format/ Penalties
SERVICE LEVEL AGREEMENT (SLA)
In case of breach of SLA parameters, penalties will apply supported by concrete evidence.
Scope:
The SLA describes target performance levels which the bidder shall aim to deliver for the
Services outlined in this Tender. It also lists the procedures for managing unavailability of
Services / negligence / inefficiency on part of the Operator, and associated penalties which
will be applied if bidder fails to deliver any service performance targets in accordance with
this Agreement.
The Operator will be exempted from delays or slippages on SLA parameters arising out of
delays in execution or due to delay in approval or review from the Client's side. Any such
delays will be notified in writing.
Penalties shall be levied as per the following formula:-
Penalty Amount (PKR) = R x ∑K
Where:
R = Adjusted Non Excess Km Rate of the invoiced month (Refer to Annex-P)
∑K = Total penalty kilometers in the invoiced month
The total monthly penalty amount shall not exceed more than 10% of same monthly payment
to the Operator.
Successful bidder / Operator must notify the vehicle defect to the Authority affecting daily
operations , via email, fax, and/or telephone, as soon as it becomes aware of the fault, and
must also keep the monitoring cell informed of progress towards resolution in a timely
manner.
For measurement of Schedule Adherence / On Time Performance described at Serial 4 of the
table "Key Performance Indicators", the following criteria shall apply:-
o Minimum number of locations other than route terminals for measuring arrivals /
departure times/punctuality is three or number of transfer stations; whichever is
maximum.
o Minimum acceptable limits of the gap between actual and scheduled bus time is
+30% of the schedule headway.
Page 74 of 97
o The number, location and acceptable limit is subject to change as per requirement of
the Client keeping in view the minimum criteria.
For execution of KPI regarding Bus Bunching at serial 5 of table "Key Performance
Indicators", Bunching shall be established if headway between two successive buses
dispatched in the same direction reduces to 10% (or less) of the scheduled headway
measured at any point along the route.
Page 75 of 97
TABLE: KEY PERFORMANCE INDICATORS
S.No Key Performance
Indicators (KPIs)
Formula Standard
(Per Month)
Kilometers fined based on Monthly evaluation
1 Trip Efficiency/
Regularity of Operation
(No of Trips operated x 100) /
(No of trips assigned in
Schedule)
More than
95%
91%- 98%
80%-90%
Below 80%
40 x Number of Trips Missed
45 x Number of Trips Missed
Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client‟s
Decision
2 Punctuality No of trips on time from first
station x 100 /Total no of trips
operated More than
95%
85% - 95%
Below 85%
50 x Number of Trips Observed Late
Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client‟s
Decision
3 Travel Time Regularity (No of trips completed within
scheduled time x 100) / (Total no
of trips operated) More than
95%
85% - 95%
Below 85%
50 x Number of Trips Observed Late
Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client‟s
Decision
4 Schedule Adherence /
On time Performance
(No of On-time Bus Arrivals /
Departures x 100) / (Total
number of Bus Arrivals /
Departures) More than
80%
70% - 85%
Below 70%
0.25 x Number of Bus Arrivals at Control or Time
Points not within the specified limits
Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client‟s
Decision
5 Bus Bunching On the basis of occurrences
2 x Number of Occurrences
Page 76 of 97
6 Reliability of Buses/
No. of Breakdowns
Maximum 2 3-5
6-8
Above 8
300 x Number of Breakdowns
350 x Number of Breakdowns
Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client‟s
Decision
7 Cleanness of Buses /
Number of Buses found
dirty
Maximum 10 11-30
Above 30
30 x Number of vehicles observed dirty
50 x Number of vehicles observed dirty
8 Safety of Operation/
Rate of Accidents
Nil 1-5 6-10 Above 10
250 x Number of Accidents
300 x Number of Accidents
Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client‟s
Decision
9 User Satisfaction /
Number of Passenger
Complaints
Maximum 20 20-50 Above 50
2 x Number of Complaints
5 x Number of Complaints
Note: Traffic congestion or intersection delay will not be considered default/fault on part of the operator/service provider for achieving/attaining
Standards.
Page 77 of 97
The details of other fines are provided here as under. The penalties will be invoked on per instant
basis unless otherwise defined
FINES FOR DEFICIENCIES RELATED TO THE CONDITIONS OF THE VEHICLES
Description of the infraction
Fine
(No. of KM’s)
To place any type of decoration or non-functional items inside or outside the vehicle,
which have not been installed by the original manufacturer of the chassis or body
15
To polarize, totally or partially, side, front or back windows. 15
To use or to modify colors and designs of the external paintwork of the vehicle outside
the standards parameters established by Client.
15
To install additional lamps such as “explorers”, chassis illumination or decoration,
which are not regulatory or installed by the original manufacturer
15
The on board wireless communication in a single bus failed to communicate with control
center for any reason whatsoever
25
Stickers in the bus are missing 10
Failure to park vehicles at night parking place or at day 30
To place advertising material not authorized by the MBS/PMA or to infringe regulation
regarding advertising material in vehicles.
15
To drive with lights off at night. 15
To operate equipment with sound inside the vehicle, or to read announcements not
authorized by the Client
15
To use unauthorized electronic equipment by the driver (cell phones, walkman, etc.)
during driving
50
To drive with defective front, side and/or back or brake lights. 15
Broken, ripped or loose seat(s) 15
Section of handrail Missing / loose or with cutting edges. 15
Missing / Broken / Insufficient number of grab handles 15
Broken / Cracked side, Window, Front or back screen, Rear View Mirrors 15
Lack of illumination or incorrect arrangement in terms of visibility of interior and
exterior route displays OR Non functional interior or exterior route displays
20
To operate vehicle with visible dents or impacts. 20
Any subsystem of the vehicles fail such as PIS, door sensors, CAN, camera etc. 30
Inadequate operation of passenger access doors, either due to damage or incorrect
operation including nonfunctional door cameras and display units which affects boarding
and alighting times or safety of passengers.
20
Page 78 of 97
Description of the infraction
Fine
(No. of KM’s)
Incorrect operation or damage to doors for emergency exits. 25
To violate or to alter without prior authorization of the system‟s manager its control or
any of its parts (On Board Unit (OBU), GPS Antena and all other equipment for that
purpose).
25
Improper / No Announcements 30
Operate buses with slogan/marking etc on exterior face 30
Missing (As per quantity installed by the manufacturer) / nonfunctional fire
extinguishers
30
Missing (As per quantity installed by the manufacturer) Emergency Glass Breaking
Hammers or switches used for emergency opening
30
Tyres worn out or in unsuitable condition 50
Non-compliant Bus Specification. Fine shall be imposed against number of buses with
non-compliance.
100 for each non
compliance
Operating without vehicle fitness certificate/ violation of Motor Vehicles Ordinance/Act 20
Controller Area Network (CAN) module in buses failed to collect the required data for
OBU or CAN fail to work properly
40
FINES FOR DEFICIENCIES RELATED TO USER OPERATION
Description of the infraction Fine(No. of KM’s)
Parking/Not Parking vehicles at locations and/or quantity and/or time other
than specified by the Client. Fine shall be imposed against number of buses
with non-compliance.
30
Stopping at a station and/or platform not established on the route Schedule
for a service without the prior authorization or instruction of the PMA /
Client
25
Changing the route of a service without the prior authorization or instruction
of the PMA / Client
30
Operating hours or services not authorized by the PMA / Client 20
Taking up or setting down passengers at points other than the station stops. 20
Driving outside the routes or trunk routes established by the PMA without
its authorization.
20
Delaying operation without cause. 15
Page 79 of 97
Stopping bus at station for a time lesser or more than specified in the
schedule
50
Overtaking vehicles of the same service without the authorization of PMA 25
To run out of fuel during trip 50
Interrupting traffic light crossings due to congestion of the station. 25
Air Conditioning not as per the prescribed bus specifications 35
Failure to deliver bus camera video to the Client 50
Failure to remove the breakdown vehicle within 30 minutes from the road
( This penalty will be in addition to penalty related to breakdown)
50
Failure to follow or acknowledge instructions issued by the Control Center,
operations personnel OR Any act/instance which is non-conforming to
Authority's Rules/Regulations/Contract/Instructions , not covered in other
sections of SLA
30 x A
Where A = 1 to 100 depending
upon sensitivity of event and
decision from the Client
Failure to arrange repairs of the damages to PMA Property caused by the
Operator within the prescribed time frame.
25 x No of days delayed
Injury caused to the passenger due to negligence in operations including but
not limited to improper docking, improper dwell time, improper door
operations, improper vehicle acceleration and deceleration etc.
1000
Not informing Control center about vehicle breakdown or abnormal bus
operation
15
PENALTIES AGAINST DRIVERS
CONDUCT DESCRIPTION FINE (NO. OF KMS)
Failure to carry personal and/or vehicle identification. 5
Using non-personal On Board Unit (OBU) Driver Card 50
Communicating with passengers without any purpose or authorization
during normal operations.
35
Facilitate passengers to travel without fare or not inform Control center
about such activity
15
Drivers observed without valid PSV license 20
Drivers found ignorant about code of conduct about drivers or Standard
Operating Procedure of the operator in emergency
10
Drivers engaged in operation without training 10
Page 80 of 97
CONDUCT DESCRIPTION FINE (NO. OF KMS)
Driver unable to operate On Board Unit of the Bus 10
Refusal to provide information 10
Slight infringement with other buses 10
To cross a red light 50
To reverse in trunk routes, stations or portals without authorization 20
To carry weapons of any kind 10
Disobedience to authorities 20
Drunkenness on duty or smoking while driving 20
To cause an accident due to irresponsible behavior 20
Incorrect approach to busbay/station and/or alignment between bus and
station.
30
To drive above speed limits 50
Stopping bus ahead of the stop bar 10
To take Passengers illegally 5
Block road for other vehicle or obstruct flow of vehicle 15
Park bus outside bus bay 20
Abandoning and/or alighting from vehicle without cause and/or
authorization from the PMA / Client
100
Verbal or physical ill-treatment of passenger (referring to driver) Termination of the Driver
To charge tariffs inside the vehicles 10
To move the bus without fully closing the bus doors 500
FINES OF INSTITUTIONAL OR ADMINISTRATIVE NATURE
Description of the infraction Fine (No. of KM’s)
Failure delivers information required by the PMA / Client, or delivers same
outside the terms which for this purpose the PMA / Client may establish.
25
To refuse to accept the visits of the PMA‟s / Client's inspectors, to hide
information or to provide partial or erroneous information.
25
To implement administrative and accounting practices which impair the
reliability of the accounting and financial information which the Operator
will keep in accordance with this Contract.
10
When it is shown that there are deliberate practices which restrict free
competition or which imply abuse of the dominant position which the
Operator could have obtained as a result of this contract, or of this Contract
10
Page 81 of 97
Description of the infraction Fine (No. of KM’s)
in conjunction with other contracts related to the functionality of the Metro
Bus System.
To omit specifications, limitations of content or norms contained in the
manuals and regulations which the PMA / Client issues or has issued
regarding placement of advertising material inside the trunk route buses.
10
To omit compliance with obligations regarding driver training 10
To omit compliance with obligations established by the employment and
social security regime regarding drivers.
10
To breach contractual provisions regarding financial mechanisms and liens
on vehicles.
10
To transfer title of vehicles without the prior, express and written
authorization of the PMA / Client
10
Fines for Environmental violations
Description of the Infraction Fine
(No. of Km’s)
Noise emissions above environmental standards 50
To operate leaking fuel or lubricants. 25
Gas emissions above environmental standards 50
Non-compliance with the acceptable waste disposal 50
Non-compliance with the Initial Plan or with operating indices, driving habits
recommended and methodology of work.
50
The total penalties measured in Km‟s on monthly basis will be fined according to the following chart:
Monthly Accumulated Penalties in Km’s Kilometers fined based on Monthly evaluation
Less than 100 Km‟s
100-250 Km‟s
251-500 Km‟s
501 - 750 Km‟s
751 - 1000 Km‟s
Above 1000 Km‟s
-
70% of Accumulated Penalties in Km‟s
80% of Accumulated Penalties in Km‟s
90% of Accumulated Penalties in Km‟s
100% of Accumulated Penalties in Km‟s
200% of Accumulated Penalties in Km‟s
Page 82 of 97
Annexure-P: Adjustment of the Rate Per Km for Feeder routes
There are two categories of plied kilometers as follows:-
I. Non Excess Kilometers = Kn = Kilometers Plied up to 164.38 Kilometers Per Bus Per Day
II. Excess Kilometers = Ke = Kilometers Plied exceeding 164.38 Km Per Bus Per Day
Similarly there are two categories of rates applicable to plied Kilometers as follows:-
I. Rate for Non Excess Kilometers = Rn = Bid Value (subject to adjustment if any)
II. Rate for Excess Kilometers = Re = (Bid Value x 0.6) (subject to adjustment if
any)
PAYMENTS
Payment for Non Excess Kilometers = Pn = Rn x Kn
Payments for Excess Kilometers = Pe = Re x Ke
Total Gross Monthly Payment (PKR) = PT = Pn + Pe
Non Excess and Excess Rate Adjustment
The relative weighting within the cost structure of the bid value is described in the table and
shall be used to calculate the variation of cost per Kilometer.
Calculation of adjustments is subjected to variation in base values, which for various
categories shall be taken as follows:-
o For adjustments in Fuel, base price considered shall be of the day of start of
operation.
o For adjustments in Lubricants, base value considered shall be of the month of start of
operations.
o For adjustments in Tires, Maintenance and Salaries, base values considered shall be
of the first complete calendar month after start of the operations. For clarity, first
complete calendar month shall be that in which operation is scheduled for all
consisting days.
The adjustments in the rate per km will be subjected to subsequent variations in the base
values and procedures laid down in the coming sections.
Page 83 of 97
The parameters established for calculating the cost basket are estimates and therefore, failure
to actually meet the same will not entitle any party to request adjustments in the calculation
procedure of tariffs nor in the economic compensation of any kind.
The Adjusted Bid Rate Rn for monthly payment of Non Excess Kilometers shall govern
irrespective of whether it is higher or lower than the original Bid Rate.
Categories Factor Per Km for 8m Bus
Fuel = F 19.89
Tyres = T 2.37
Lubricants = L 2.78
Maintenance = M 6.15
Salaries = S 22.69
Percent increase or decrease applicable to all categories = PI
Where,
PI = [(New Value – Previous Value) / Previous Value] x 100
CF CF = (PI Fuel x F x Bid Value) / 10,000
Fuel increase / decrease as per notification of the GoP. The source for prices of High Speed
Diesel (HSD) shall be of Pakistan State Oil (PSO)
CT The Tires cost will be adjusted every year on January 1; on the basis of Wholesale price
index variation in Auto Tires mentioned in Price Statistics published by Pakistan Bureau of
Statistics, Government of Pakistan
CT= (PI Tires x N x Bid Value) / 10,000
CL The cost increase in lubricants will be adjusted Monthly on the basis of Wholesale price
index variation in Mobil Oil mentioned in Price Statistics published by Pakistan Bureau of
Statistics, Government of Pakistan
CL= (PI Lubricants x L x Bid Value) / 10,000
CS The Salaries will be adjusted every year on January 1, based on CPI inflation, measured in
increase percentage on year-on-year basis mentioned in Price Statistics published by
Page 84 of 97
Pakistan Bureau of Statistics, Government of Pakistan
CS = (Inflation rate x S x Bid Value) / 10,000
CM The maintenance cost will be adjusted quarterly on the basis of Consumer price index
variation in Motor Vehicle Accessories mentioned in Price Statistics published by Pakistan
Bureau of Statistics, Government of Pakistan. Start of the Base Value month shall be taken
as start of the quarter.
CM = (PI Maintenance x M x Bid Value) / 10,000
Adjusted Rate per Km for Non-Excess kilometers = Rn = Previously Adjusted Rn + CTN
Adjusted Rate per Km for Excess kilometers = Re = Previously Adjusted Re + CTE
Where,
CTN =CF +CT+CL+ CS+CM
CTE =CF +CT+CL+CM
CF = Increase / Decrease in Fuel cost per km
CT = Increase / Decrease in Tire cost per km
CL = Increase / Decrease in Lubricants cost per km
CS = Increase / Decrease in Salaries cost per km
CM = Increase / Decrease in Maintenance cost per km
Page 85 of 97
Annexure-Q: Bus Specifications for 8m Buses
Operator has to conform to the following specifications for Brand New AC Diesel buses for 78 of 8-
m long buses.
Section 1: General
1.1 Introduction
End user requirements and oriented specifications for fully built, diesel fueled, air conditioned
buses for Feeder Bus System are brought here. The bidder must meet or exceed the mentioned
specifications. The complete bus will be rattle free. All safety aspects should be considered while
designing and fabricating the bus. Client wants to ensure that buses in urban service are seen to
be of a modern design incorporating the latest technologies so that they give a very good quality
of ride and comfort.
Section 2: Design & Performance
2.1 Capacity /Dimension
a Capacity Minimum 40 Passengers (Seating + Standing)
b Overall Length 8.0 m (Variations up to 5% is acceptable)
c Overall Width 2.5 m exclusive of side mirror (Variations upto
5% is acceptable)
E Turning Radius Not Exceeding 1.2 times length of the bus
g Gross Vehicle Mass 8000 Kg to 12000 Kg (approx.)
h Overall Height Max 3500 mm
i Gradeability (Fully Laden) Min 20 %
j Angle of Approach (Unladen) 7 to 9 degree
k Angle of Departure (Unladen) 7 to 9 degree
2.2 Performance Features:
a Acceleration (Fully Laden with A/C On) 0-20 km/h in less than 6 secs
0-50 km/h in less than 25 secs
b Braking distance at 30 Km /h (Fully Laden) Max 10 m
c Range without re-fuel Min 300 km of daily bus running
d Emission Min Pak II /Euro II
e External Noise Max 85 dBA
f Internal Noise Max 80 dBA
g Transmission Manual (5+1) / Automatic
h Clutch Hydraulic with pressure assisted
i Break System Pressure Break
j Suspension Heavy duty leaf spring / Air Suspension
k Tyres Steel Radial 16R
2.3 Chassis and Body Structure
The Chassis and associated components will be of a design and use protective material or
Page 86 of 97
techniques such that a bus can be expected to give 08 years reliable life under normal high-
intensity urban operational conditions of services, with routine maintenance. Truck chassis are
not acceptable.
a Body Structure Monocoque / ladder frame
b Rust Proofing The Body and frame should remain rust free for
the entire life span of the bus.
c Insulation
The body should be fitted with heat and noise
insulation (Non Flammable) so that interior noise
shall not exceed 80 dBA during any part of the
cycle.
2.4 Steering Position Steering on the Right Side (Power Steering
hydraulic assisted)
2.5 Windscreen and Wipers
a Front Windscreen
Laminated safety toughened glass min 8 mm
thick, plain, flat with curved corners and crack
proof
b Wiper and Washer Electrically operated 02 wipers at front
windshield with washers
c Rear Windscreen Tempered /toughened glass min 8 mm thick and
crack proof
Section:3 Accessibility
3.1 Doors
a Doors Quantity & Direction 1 wide door on Left side (Opposite to Driver's
Side) aligned in the middle of the bus
b Door size & type
Door width= 1.2 m
Type will be inward sliding/double swing. Door
Width is defined as clear space excluding any
grab handles on the door. Door should not extend
below the internal floor level of the bus. Access
door would be provided with heavy-duty sealing
to avoid ingress of dust into the passenger
compartment.. Glazing material & glass in doors
would be the same as in the side windows.
c Door Opening and Closing requirements Electro-Pneumatically operated.
d Safety Provisions
A pilot lamp on the driver‟s dash board would be
provided to warn that the door is Open or not fully
closed.
Electronic sensors would be installed to retract the
door automatically if any obstruction to door
occurs during door closing. The obstruction
includes but not limited to passenger‟s fingers,
wrist, forearm, and ankle. It must be effective
until door is fully closed. A red “Door Opening /
Closing” sign would be installed above access
doors. The sign will blink with an alarm when
Page 87 of 97
doors are opening /closing.
Emergency exits shall be provided as per
acceptable international standards including roof
exits.
Door cameras should be installed with output
display screens fitted in dash board enabling
drivers to safely operate the doors.
3.2 Ergonomics
a Interior Free Standing Height (Front) 2.1 m - 2.4 m
b Floor Height from road level 550 - 650 mm
c
First step height from ground (The service
provider shall keep the required ground
clearance for safely negotiating speed
breakers and prevailing road furniture in
Rawalpindi)
300 mm
d Step Dimensions 300-400 mm
Section 4: Passenger Safety
4.1 Introduction
Passenger safety, speed and security of movement while boarding, accessing and leaving
positions and alighting is paramount to the provision of a service that is attractive and timely to
the public, and one in which they can have confidence.
4.2 Stanchions/handrails and Grab Handles
Stanchions/handrails and Grab handles should be high-visibility contrasting color from either
floor to ceiling or seatback to ceiling, as locations indicates, should be fitted throughout the
length of the bus and close to the aisle. The number and height of grab handles should facilitate
passengers in having comfortable standing position.
4.3 Over hang hand rails should not be higher than 1900 mm.
4.4 Knurling is not encouraged for general cleanliness and hygiene reasons.
4.5
Safety and Emergency exit provisions should be fully compliant to acceptable international
standards including but not limited to signs, safety instructions, emergency roof exits, fire
extinguishers, emergency hammers, emergency bells, switching of pneumatic doors to manual
operations, door cameras etc.
Section 5: Passenger comfort and Use
5.1 Seating
a Passenger Area 0.202 m2 Area per passenger
b Seat design & material
Seats should be ergonomically designed, placed keeping in
view the passenger comfort & durability to withstand daily
wear & tear. Seats should be covered with water and dust
proof fire retardant material.
5.2 Lighting Passenger Comfort Energy efficient lights which should provide light intensity
of min 300 LUX in all internal areas.
5.3 Demisting
A demisting system that ensures the following are kept clear
at all times when the bus is carrying passengers:
1) Driver‟s Windscreen
2) Access Door Window
3) All Quarter Light Windows if installed
Page 88 of 97
Section 6: Design Features of Bus
6.1 Bus Drive Right Hand Driven bus (Steering on the right side)
6.2 Bus Design
The bus will be designed to carry daily commuters and shall
be suitable for daily operation of 16 to 20 hours in an urban
passenger transport system with peak load (Each passenger
weighing 68 Kg average) of about 120% of bus capacity,
average journey speed of about 18 km/h with frequent
stops/starts. The maximum attainable speed would be in the
range of 80 Km/hr with speed limiting device. Components
used in the bus would be of heavy duty design
6.3 Bus Suitability
The bus shall be of proven design suitable and modified to
the climatic and operational conditions, infrastructure and
road conditions as available in the urban/municipal areas of
the Punjab.
6.4 Bus Structure
Bus structure shall meet the requirements of structural
requirements of structural strength, stability, deflection,
vibration, crashworthiness, roll over protection etc. Amongst
others for at least following main loads:
a) Static Loads
b) Dynamic Loads
c) Single Wheel bump loads
d) Double Wheel bump (Diagonally opposite) loads
e) Braking and acceleration loads
f) Front impact loads
g) Speed breaker loads
6.5 Bus Body Design In accordance with specifications and international code of
practice for bus body design.
6.6 Anti Rust Treatment
A comprehensive multi-stage anti-rust treatment would be
provided to bus flooring , sides, roof, under-structure, axle
suspension components etc. for resistance to corrosion or
deterioration from atmospheric conditions & road salts so as
to enable them & the bus frame to last for specified life
6.7 Bus Under Structure Treatment
Entire surface of bus under floor and sides exposed to
ground would be covered with appropriate corrosion
prevention & flame retardant paint coating for protection
against harmful effects of water, mud etc. and to retard
flames, if any. The wheel housings would be constructed to
contain tyre bursts during operation and be flame retardant
in case of tyre fire. Sufficient clearance & air circulation
would be provided around the tyres, wheels & brakes to
preclude over-heating when the bus is operating
6.8 Bus Floor Treatment
Floor would be of such material which is anti skid and fire
retardant. Adequate sealing would be provided in the floor
to prevent ingress of dust ,gases, water etc.
Page 89 of 97
6.9 Driver Cabin
The design of Driver Cabin would be such that it prevents
passenger-driver interaction in normal conditions, does not
block the view of side mirrors and with proper air
conditioning inside. The design will be approved by the
Client. Driver Cabin should be designed in a way to prevent
blocking of driver's line of sight from standing passengers.
The design shall be approved by the Client.
6.10 Rear View Mirrors
Rear View Mirrors would be provided on both sides of the
bus to enable driver to have clear side, rear view. One
interior view mirror would also be fitted to have rear view of
the saloon area. The exterior view mirror would also enable
the driver to view object near bumper area.
6.11 Electrical Wiring
For electrical installations, flame proof, good quality and
durable cables would be used, especially positive terminals
would be locked firmly with all cables & pipes with proper
looming to take care of vibrations
6.12 Treatment for Resonant
Vibrations
All structure, body, and panel-bending mode frequencies,
including vertical, lateral, and torsional modes, would be
sufficiently removed from all primary excitation frequencies
to minimize audible, visible, or sensible resonant vibrations
during normal service.
6.13 Manual Folding Ramps for
Wheel Chairs
Manual folding ramps at each door for wheel chair shall be
provided on the bus floor. The arrangement will be designed
such that the ramp can be pulled and placed on the road or
kerb level making a convenient inclined angle for wheel
chairs. The ramp should have adequate strength to resist the
expected load. The folding mechanism should be smooth to
facilitate unfolding and folding comfortably by the Bus
Driver. The design shall be approved by the Client.
6.14
The bus Loaded to Gross Vehicle Weight (GVW), with crush load and under static conditions,
shall not exhibit deflection or deformation that impairs the operation of the steering, doors,
windows, passenger escape mechanism and service doors.
6.15
Besides meeting the statutory requirements the bus shall be designed with respect to its body and
different aggregates/systems/sub-systems to operate satisfactorily in urban transport service for
at least 8 years or 750,000 km, whichever is later.
Page 90 of 97
6.16 Materials
Materials used in construction of buses shall be as per
society of Automotive Engineers (SAE)/specifications
and/ or other internal specifications meeting/surpassing
the performance & other requirement as given in the
international Bus Code. Wherever Pakistani Standards
are not available, international acceptable standards may
be referred.
6.17 Front, Rear and Side Windows Glass
Tinted windows shall be used in place of curtains to
reduce glare and increase comfort. The allowable
percentage of light transmitted through Tinted Glass shall
be decided by The Client. for which the Operator will
provide different Tinted Glass Samples. The sample
approved by the Client shall be final.
Section 7: Engine (Diesel)
7.1
Engine shall have adequate horse power to obtain desired performance in respect of its adequacy
of power, acceleration levels, emission norms, specific fuel consumption etc. Engine designed
would be such that it would not get over heated in prescribed ambient conditions in section 7.2
with fully laden bus
As the bus is required for operation in urban services, engines of adequate horse power at lower
RPM levels with a high torque over a large RPM range be considered for use.
7.2 Ambient Conditions:
a Temperature -5 to 50 degree centigrade
b Humidity Level 5% to 100%
c Dust Level
Dust stirred up from paved and unpaved roads,
windblown dust, dust from construction activity
near corridor.
d Altitude Level Over 700 m
7.3 Insulation of Engine Compartment
The engine compartment shall be insulated to
avoid transmission of heat and noise to saloon
area. The passengers and engine compartment
shall be separated by a bulkhead(s).
7.4 Protection against Fire
For sound- proofing & for protection against fire
risk in engine compartment, non flammable
material or material liable to soak fuel, lubricant
or any combustible material would be used in the
engine compartment unless the material is clad by
an impermeable fire proof sheet .A partition of
heat–resistant material would be fitted between
the engine compartment & any other source of
heat
7.5 Air Intake The vehicles would have air intake
design/location in a manner as to provide
Page 91 of 97
adequate quantity of dust free, restriction free air
so as to avoid any operational problem of the
engine.
7.6 Cooling System
Heavy duty radiator and other systems to
efficiently dissipate heat.
Section 8: Paint
All the structural members of the bus would be treated for corrosion prevention internally as well as
externally and painted wherever required.
8.1 Internal Paint
a Paint to sustain daily wear & tear and rust
proofing up to 08 years
b Useful life of Paint up to 08 years
c Color Shade as per Client's direction
8.2 External Paint
a Paint to sustain daily wear & tear and rust
proofing up to 08 years
b Useful life of Paint up to 08 years
c Color Shade as per Client's direction
Section 9: Color Scheme
Exterior, interior colour schemes and logo/graphics would be painted as directed by the Client. Information,
on seats, for reservation for persons with disabilities, ladies, senior citizens, would be marked as per the
details provided by Client.
Section 10: Air Conditioning
10.1
Saloon Temperature should be maintained throughout the bus up to a maximum of 25 Degree
Celsius in following conditions:-
Harsh ambient conditions (especially in hot summer seasons) with atmospheric
temperature up to 50 Degree Celsius
Winter season with minimum temperature up to -1 Degree Celsius
100% Humidity
Dust Level above Normal (Also refer to 7.2 (c) of Bus Specifications)
Bus door operations (Open, dwell, close for a average period of 45 seconds each time) at
stations having average inter-distance of 700-1200 meters
Section 11: Electronic system
11.1 Electronics/Telematics /VTS requirement
The bus architecture may be compatible with ITS
and Vehicle Tracking System (VTS). There
should be provision on the bus for installation of
Driver's console for Bus Scheduling System
11.2 Destination Boards
The vehicle should have three (front, rear, left
side) electronic route destination boards -LED
based (day light viewable) with PC interface or
equivalent with suitable matrix size. Operator will
make all necessary arrangements to program,
control and display messages as per requirement
of Client
Page 92 of 97
11.3 Passenger Information System (PIS)
Minimum one LCDs of suitable dimensions for
clear visibility to all passengers
Complete sound system for noise free
announcements (pre-recorded and live) equipped
with mics clearly audible to all passengers. One
exterior speaker for exclusive use of passengers
outside the bus
PIS shall also receive display information and
voice announcement commands from the onboard
GPS vehicle control module based on stored
memory on the bus.
Display and Audio system on the bus must have
communication interfaces to receive audio/video
data from multiple sources as mentioned above
11.4 Passenger Access Control / Fare Media
Validators
There should be provision on the bus for Fare
Validation System. The system will include
access control turnstile and at least two fare media
validators in front of the main access door with
fare evasion alarm/indications at Dash board. The
design should keep in view Fare Validator‟s
safety, stability and comfortable operation without
impeding the passenger access and flow inside the
bus. The design and location of the arrangements
shall be approved by the Client.
11.5 Surveillance Cameras
Minimum three cameras with recording facility.
One camera installed in Driver's Cabin. Second on
the front of bus and third camera on main access
doors respectively. The location of cameras
should be such as to have maximum possible
perspective. The camera on main access doors
must fully cover the fare validation system area to
record evidence of are evasion if any.
Operator should have set up to download video
data from each bus on daily basis and retain for a
period of no less than 7 days
11.6 Controller Area Network (CAN) Module
Controller Area Network (CAN) module must be
capable of providing following data
Acceleration,
Deceleration,
Breaking (All kinds of Break),
Gear shifting, (Not required in Manual
Gear shifting)
Fuel information,
Engine RPM,
Bus speed,
Page 93 of 97
Doors control (open/close) information,
Bus saloon temperature data/information,
Engine temperature data/information,
Battery ON/OFF Information.
The CAN module manual shall be in English with
proper identification of wire and terminal
numbers/tagging as per actual installed in the bus.
Provide detailed information on the protocol used
in CAN module and its compatibility factor.
Page 94 of 97
Annexure-R
Route
No Route Alignment
Route
Length
(Km)
Number
of Buses
1 Suwan Adda to Railway Station via GT Road, Flashman, Haider Rd, Railway Station 9 12
2
Islamabad Expressway to Railway Station via Airport Road, Chaklala Railway Station, Dhok Kashmirian, Raheemabad Stop, Jinnah Park, Katcheri stop, Punjab Hours, Marrir Br and Railway station 12 16
3 Dhok Kasmirian to Railway Workshop via Tipu Road, Liaqut Rd, Ganj Mandi Rd 7 12
4 Dhok Kasmiria to TB Hospital via Rawal Rd, Rescue 1122, Chandi Chowk, TB Hospital 7 12
5 Pirwadai Mor to Murir Bridge via GT Road, Kashmir Road 8 11
6 Faizabad Interchange, IJP Road, 6th Road, Rehmanabad stop, Sadiqabad Chowk, Kahnna Rd, Kahnna Pull 9 15
TOTAL NUMBER OF BUSES 52 78
Route 1
Page 95 of 97
Route 2
Route 3
Page 96 of 97
Route 4
Route 5
Page 97 of 97
Route 6