punjab masstransit authority (pma)

98
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, 5 th Floor, Arfa Software Technology Park (ASTP) 346-B, Main Ferozepur Road, Lahore, Pakistan.TEL: +92 (42) 99028000 Fax: +92 (42) 99232541

Upload: others

Post on 23-Apr-2022

9 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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

Page 2: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 3: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 4: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 5: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 6: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 7: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 8: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 9: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 10: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 11: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 12: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 13: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 14: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 15: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 16: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 17: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 18: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 19: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 20: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 21: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 22: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 23: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 24: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 25: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 26: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 27: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 28: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 29: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 30: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 31: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 32: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 33: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 34: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 35: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 36: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 37: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 38: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 39: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 40: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 41: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 42: PUNJAB MASSTRANSIT AUTHORITY (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 43: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 44: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 45: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 46: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 47: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 48: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 49: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 50: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 51: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 52: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 53: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 54: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 55: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 56: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 57: PUNJAB MASSTRANSIT AUTHORITY (PMA)

Page 56 of 97

ANNEXURES

Page 58: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 59: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 60: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 61: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 62: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 63: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 64: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 65: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 66: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 67: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 68: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 69: PUNJAB MASSTRANSIT AUTHORITY (PMA)

Page 68 of 97

GUARANTOR

Signature __________________

CNIC # __________________

Name __________________

Designation __________________

Address __________________

Page 70: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 71: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 72: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 73: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 74: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 75: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 76: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 77: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 78: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 79: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 80: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 81: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 82: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 83: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 84: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 85: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 86: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 87: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 88: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 89: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 90: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 91: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 92: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 93: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 94: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 95: PUNJAB MASSTRANSIT AUTHORITY (PMA)

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 96: PUNJAB MASSTRANSIT AUTHORITY (PMA)

Page 95 of 97

Route 2

Route 3

Page 97: PUNJAB MASSTRANSIT AUTHORITY (PMA)

Page 96 of 97

Route 4

Route 5

Page 98: PUNJAB MASSTRANSIT AUTHORITY (PMA)

Page 97 of 97

Route 6