You are on page 1of 88

INVITATION FOR BIDS

PUNJAB MASSTRANSIT AUTHORITY (PMA)


Invites Tenders For
Procurement, Operation and Maintenance of
FEEDER BUSES
FOR INTEGRATED BUS OPERATION IN
MULTAN
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 1500
Hours on June 13, 2016. The Technical Proposals will be opened at 1530 Hours on June 13, 2016 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 1030 hours on June 02, 2016 at PMA office.
6. PMA reserves the right to reject all bids at any time prior to the acceptance of a bid.
7. All questions/queries/clarifications regarding this procurement should be directed to the representative
whose contact details are given below:
General Manager Operations
Punjab Masstransit Authority, 5th Floor, Arfa Software Technology Park (ASTP)
346-B, Main Ferozepur Road, Lahore, Pakistan.TEL: +92 (42) 99028000
Fax: +92 (42) 99232541
Tender Document

PROCUREMENT, OPERATION AND MAINTENANCE OF


FEEDER BUSES FOR INTEGRATED BUS OPERATIONS IN
MULTAN

THE PUNJAB MASSTRANSIT AUTHORITY


Government of the Punjab
th
5 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
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 2 of 87
Table of Contents

1. Invitation to Bid ............................................................................................................. 4


2. Bidding Details (Instruction to Bidders) ........................................................................ 5
3. Definitions...................................................................................................................... 6
4. Headings and Titles........................................................................................................ 8
5. Notice ............................................................................................................................. 9
6. Tender Scope ................................................................................................................. 9
7. Bus Make/Brand ............................................................................................................ 9
8. Overview and Objectives ............................................................................................. 10
9. Contract Type and Duration......................................................................................... 12
10. Services Required ........................................................................................................ 12
11. Key Service-level Parameters ...................................................................................... 19
12. Revenue Collection and Payment ................................................................................ 19
13. Bidder/Bidder Eligibility Tender Scope ...................................................................... 20
14. Tender Cost .................................................................................................................. 21
15. Joint Venture ................................................................................................................ 21
16. Examination of the Tender Document ......................................................................... 22
17. Amendment of the Tender Document.......................................................................... 22
18. Preparation / Submission of Tender ............................................................................. 22
19. Tender Price ................................................................................................................. 25
20. Tender Security ............................................................................................................ 25
21. Tender Validity ............................................................................................................ 26
22. Modification / Withdrawal of the Tender .................................................................... 26
23. Opening of the Tender ................................................................................................. 26
24. Clarification of the Tender by the Client ..................................................................... 27
25. Determination of Responsiveness of the Bid (Tender) ................................................ 27
26. Correction of errors / Amendment of Tender .............................................................. 28
27. Rejection / Acceptance of the Tender .......................................................................... 28
28. Acceptance Letter (Letter of Intent) ............................................................................ 29
29. Performance Security ................................................................................................... 29
30. Redressing of Grievances by the Client ....................................................................... 30
CONTRACT ............................................................................................................................ 25
ANNEXURES (FROM A TO R)...........................................................................................48

Page 3 of 87
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
Multan”

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 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 4 of 87
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 Multan.

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 1500 hours PST on June 13, 2016. The
Technical bids will be publicly opened in the Committee Room of the PMA, 5th Floor, Arfa Software
Technology Park (ASTP), at 1530 hours PST on June 13, 2016.
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 June 01, 2016. All queries shall be responded to within due time.
The PMA shall hold a pre-bid meeting at 1030 hours PST on June 02, 2016; 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: rizwan.aziz@pma.punjab.gov.pk
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 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
Page 5 of 87
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, Service Provider” 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
Multan, 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
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.

Page 6 of 87
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 the 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 “Accident” means an occurrence/incident in the use of the motor vehicle resulting in injury to
or death of a person or animal and/or damage to property.

3.17 “Services” means the tasks to be performed by the bidder pursuant to the Contract as listed
under “Services Required”.

3.18 “Breakdowns” means as stoppage of vehicle on road due to mechanical defects or other
failures rendering the vehicle immobile, causing discomfort in form of alighting of
passenger(s) or unfit for continuation and completion of the revenue trip as per schedule.

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

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

Page 7 of 87
a) Kilometers travelled outside the assigned routes for any reason whatsoever unless
directed by PMA.

b) Kilometers travelled from Depot exit / designated Parking place to Station/Route


terminal to start the trip as assigned by PMA

c) Kilometers travelled from Station / Route terminal to Depot Entrance/designated


Parking place after completing the trip as assigned by PMA

d) Kilometers travelled from route to Depot/designated 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.

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 Multan where Feeder Buses will
be operated to facilitate passengers of Metrobus system.

3.30 "Feeder buses" means buses plying on notified feeder routes in Multan 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

Page 8 of 87
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 Multan, as
outlined in this document. This is the initial phase of procurement in which PMA is looking
for induction of 100 Brand New Air conditioned diesel 8 m long buses.

The Bus Operator’s scope of work is as follows;


1. Procurement of buses including payment of all applicable taxes, insurance, and
transportation to Multan.

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.

Page 9 of 87
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


Multan is the 3rd largest city in the Province Punjab. It is located on National Highway (N-5) leading to
Bahawalpur and Muzaffargarh / Dera Ghazi Khan enroute to Karachi. The city lies east of Chenab
River, more or less in the geographic center of the country, at a distance of about 966 km from Karachi.
Punjab’s current population is approaching to 100 million, which is approximately 56% of the
country’s population. Five major cities of the province include Lahore, Gujranwala, Faisalabad,
Rawalpindi and Multan. Under the devolved local government system, Multan has been declared a City
District, comprising of six Towns, each administered by a Town Municipal Administration (TMA).The
towns are further divided into a total of 129 union councils.

Multan has enormous intra city and intercity movement of passengers through conventional
transportation modes. The road network is sharing the major load, and is overburdened, thus causing
numerous problems to the residents of Multan.

The vehicles ownership in Multan district increased sharply by 277% between 2009 and 2014. Among
vehicle types, motorcycles are dominant in Multan with a share of 76% while passenger cars represent
only 15%. The number of motorized vehicles is 261 per 1,000 residents for year 2014.

10.1 Passenger Trips


In Multan, the transport demand amounts to 2.06 million daily person trips, as shown in table.

Table: Passenger Trips by Vehicle Type


No. Mode No. of Trips (,000) %
1 Walking 720 34.94%
2 Bicycle 95 4.60%
3 M/C Driver 367 17.81%
4 M/C Pax 145 7.02%
5 Car Driver 29 1.43%
6 Car Pax 24 1.18%
7 Wagon 71 3.43%
8 Mazda 8 0.38%
9 Public Bus 30 1.48%
10 Qinqi 422 20.47%
11 Rickshaw 94 4.55%
12 Taxi 1 0.05%
13 Tourist Bus 1 0.03%
14 Company Bus 5 0.22%

Page 10 of 87
15 School Bus 49 2.38%
16 Others 1 0.03%
Total 2060 100%

10.2 Passenger Trips by Mode


Table below shows the estimated mode share and trip making in Multan.

Table: Passenger Trips by Mode


Mode Trips (,000) Proportion
Public Transport (Wagon, Mazda, Public Bus & Qinqi) 531 39.5
Cars 203 15.13
Private Vehicles
Motorcycles/Bicycles 607 45.26%
Total 1341 100%

GoPb realizes the importance of providing safe, efficient, comfortable, and affordable
Transport to the public and executing Multan Metrobus project. The GoPb intends to facilitate
the passengers of Multan 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 Metrobus operation. The passengers
in Multan using Metrobus system or feeder routes or both will use same Metrobus card as fare
media and save additional charges.

Feeder Bus System


This is the initial phase of procurement in which PMA has planned eleven (11) feeder routes
with a total route length of 68.53 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 8m 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 Multan.
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 including but not limited
Page 11 of 87
to 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 Multan Metrobus Command and Control Center. The whole
operation will be monitored and controlled by PMA from Command and Control Centre.
Future Expansion Plans

After the successful implementation of feeder operation on eleven (11) routes in Multan,
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).

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 Multan
Metrobus. 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 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/designated 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 Multan.


Page 12 of 87
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 five designated parking places during
day/night time (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 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 the required
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 If need arises, 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/outside 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.

Page 13 of 87
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 Multan 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.

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 100 Brand New Air Conditioned (AC) Diesel feeder buses 8m long, as per
prescribed specification, and ensure compatibility with the existing AFC-BSS:

10.2.2 In addition to these buses, the operator may be required to add 20% 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.
Page 14 of 87
10.2.4 Procure, operate (including adequate staff for contact with driver via VHF/UHF), 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 10 Km of radius from Control Center of
Multan Metrobus System.

10.2.5 Dedicate and maintain no more than 10% of the fleet as reserve fleet for maintenance at
any time of operation or as directed by the Client otherwise.

10.2.6 The operator shall apply for license/permit 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 18 hour basis for operation. The operator
is bound to park buses temporarily, periodically, or permanently along the route or at
designated parking place as per Client’s instructions.

10.2.11 Deploy Security Guards to safeguard and secure buses temporarily, periodically, or
permanently parked along route, at designated parking places including 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.

Page 15 of 87
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.

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 Prior to procuring, 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

Page 16 of 87
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

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 Implement the maintenance plan of buses

10.2.28 Allow authorized PMA staff (and other authorized Government personnel) for
inspection of buses at depot and during operation

10.2.29 Take prompt and reasonable action for resolution of each complaint – including
complaints received from the Client related to the operation of buses.

10.2.30 Bear the cost of license/Route permit and that for the registration of the buses.

10.2.31 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.

10.2.32 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.

10.2.33 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.

Page 17 of 87
10.2.34 Arrange for fuel of buses with reserve fuel to implement the schedules smoothly without
any interruption.

10.2.35 Start operation of buses as per prescribed schedule issued by the Client subject to the
terms and conditions of the Contract

10.2.36 Promptly remove stalled buses from roads to avoid blockage of road or part of road/lane
within reasonable timeframe defined by the Client.

10.2.37 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.

10.2.38 Replace any or all buses in the fleet if and when needed, at its own cost.

10.2.39 Take full responsibility of any mechanical, electrical, or system failures in feeder buses.

10.2.40 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).

10.2.41 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.

10.2.42 Arrange for the security of the buses and depot.

10.2.43 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.

10.2.44 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.

10.2.45 Arrange, maintain and manage all utility connections in Depot and at other locations
such as terminals etc. for facilitation of Operator's staff

Page 18 of 87
10.2.46 Arrange, maintain and manage shelter facilities for its staff if required at any Station /
route terminals / rotaries.

10.2.47 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).

10.2.48 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. In case Operator is unable to provide data, penalties will be
invoked as per Service Level Agreement (SLA).

10.2.49 Follow the instructions of the Client Regarding Night - Parking of buses in open
spaces/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.

10.2.50 Maintain color of buses and remove any marking/slogan immediately.

10.2.51 Ensure to not operate buses with broken glasses, lights, indicators etc.

10.2.52 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.

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 Metrobus 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

Page 19 of 87
design specified by the Client

12.4 Sale of tickets (cards/tokens/limited use cards) shall be the responsibility of the AFC-BSS
contractor.

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

Page 20 of 87
law of Government of Pakistan. “Origin” shall be considered to be the place where the
company / firm is incorporated.
13.3 has a registered office in the respective country of origin (In case of JV, Applicable to all
members)
13.4 has been registered for at least 5 years in country of origin, and has relevant experience of
transport operation. (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, 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
Page 21 of 87
successful 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 documents without quoting the price, enlisted in
Annex C-0, duly tagged according the serial numbers mentioned in Annex C-0
18.6 The Financial Proposal shall comprise the following:
18.6.1 Financial Proposal Submission Form (Annexure-K)
Page 22 of 87
18.6.2 Price Table (Annexure-L)
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]
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]

Page 23 of 87
[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]
[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 MULTAN.
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

Page 24 of 87
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);
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;
Page 25 of 87
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.

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.

Page 26 of 87
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

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.

Page 27 of 87
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.
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.

Page 28 of 87
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 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.

Page 29 of 87
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 30 of 87
TERMS & CONDITIONS OF THE CONTRACT
CONTRACT FOR PROCUREMENT, OPERATIONS AND MAINTENANCE OF FEEDER
BUSES FOR INTEGRATED BUS OPERATIONS IN MULTAN, 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 MULTAN

Between

PUNJAB MASSTRANSIT AUTHORITY

And

SUCCESSFUL BIDDER

Dated:

Page 31 of 87
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 32 of 87
1. AGREEMENT

PROCUREMENT, OPERATION, AND MAINTENANCE OF FEEDER


BUSES FOR INTEGRATED BUS OPERATIONS IN MULTAN

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;
(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.
Page 33 of 87
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.

5. SERVICES REQUIRED:
Please refer to section 10 of RFP

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
Page 34 of 87
the contract and forfeit the performance security, if the penalties are 10 % of the monthly
payments for a few consecutive months.

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 35 of 87
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 place of destination and time, as required by the Client. During Passenger Operations, in

Page 36 of 87
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.

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

Page 37 of 87
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 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.

Page 38 of 87
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 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).

Page 39 of 87
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 the extent not terminated.

Page 40 of 87
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 70,000 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 41 of 87
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 42 of 87
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 the Principal.
30.4. Notwithstanding above Clause, any failure of the Authorized Representative to
Page 43 of 87
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:
The Operator shall furnish the Tender Security as under:

1 Tender Security 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;

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

Page 44 of 87
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;
100 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 If and when applicable, liquidated damages (LD) shall be levied as
failure / configuration of follows:
Services by the Operator
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 The Bidder must be allowed and meet all conditions set forth by
Pakistan the GoPb to work with all concerned parties of the private, public,
and not for profit sectors.

Page 45 of 87
ANNEXURES

Page 46 of 87
Annexure - A – 0

DOCUMENT CHECKLIST FOR SUBSTANTIAL RESPONSIVENESS AND TECHNICAL PROPOSAL


Sr. Not
List of Documents Yes No
# Applicable
Covering letter duly signed and stamped by authorized representative.
1
(Annexure-N)

Technical Proposal Submission Form (Annexure-A)


2

Firm Registration record in the country of Origin (In case of JV Applicable to all
3
members)

Firm Establishment record for at least 5 years in form of Company


Registration with SECP/Certified Copy of Certificate of Incorporation OR
4
equivalent document as applicable in the country of origin (In case of JV
Applicable to any one member)

Valid GST and NTN company registration certificates (In case of JV Applicable
5
to all members)

Income tax OR equivalent documents as applicable in the country of origin.


The returns shall be for the Fiscal Years 2012-2013, 2013-2014 and 2014-2015
6
or Calendar Years 2013, 2014 and 2015 whichever is applicable in the country
of Origin. (In case of JV Applicable to all member)

Demand Draft / Pay Order/ Tender Security Form (Annexure-I): Tender

7 Security of PKR Ten (10) Million vide clause 20 (Tender Security) of tender
document).

8 Agreement Deed / MOU in case of JV

9 Document stating compliance to each bus specification mentioned in Annex Q

10 Technical Evaluation (Annexure-C)

Copy of Route Permits OR Contract Document OR Letter of Award OR


Any other valid document for evidence for Number of
10.1
implementations of successful Bus operations for a period of no less
than six months (Intercity / Public Routes)

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
10.2
have been completed as of the date of bid) in case of Buses on Lease
OR Any other valid document for evidence which support fleet

Page 47 of 87
management system experience in Transport sector

10.3 List of Human Resources Employed stating Designation and numbers

Copy of Route Permits OR Contract Document OR Letter of Award OR


Any other valid document for evidence for showing minimum 5 Years

10.4 for experience

(In case of JV, applies to any one single member with maximum years
of experience)

Financial Statements for the Fiscal years 2012-2013, 2013-2014,

10.5 2014-2015 OR Calendar Years 2013, 2014, 2015 whichever is


applicable in the country origin of operations.

10.6 Undertaking for Supply Timeline as per Annex C

11 Financial Capacity of the Bidder (Annexure-D)

12 Power of Attorney (Annexure-F)

Undertaking (All terms & conditions and qualifications listed anywhere in the
13
Tender have been satisfactorily vetted) (Annexure-G)

14 Affidavit (Annexure-H)

Authorized Certificate / document from the principle / manufacturer (if


15
applicable).

16 Technical Brochures / Literature

17 List of National and International Clientele

Note:

The bidder shall place tags on documents according to their Serial Numbers

Page 48 of 87
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 Multan 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 49 of 87
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 Max. Documents required


Criteria Comment/Description
No. Marks
Number of
Number of Routes
implementations of
Operated :- Copy of Route Permits OR Contract
successful Bus
Less than 1 = 0 Points Document OR Letter of Award OR
1 operations for a period
15 1 to 2= 5 Points Any other valid document for
of no less than six
3 to 5= 10 Points evidence
months (Urban/Intercity
6 or more =15 Points
Public routes)
Registration Certificates in case of
Buses owned OR Lease Agreement
Less Than 10 = 0 Points (for a period of not less than one year
Maximum transport fleet 10 to 20= 6 Points of which at least three months have
2 maintained and operated 15 21 to 30= 9 Points been completed as of the date of bid)
currently 31 to 50 = 12 Points in case of Buses on Lease OR Any
51 or more =15 Points other valid document for evidence
which support fleet management
system experience in Transport sector
Less than 50 = 0 Points
Total number of human
50 to 200 = 4 Points
resource managed by the List of Human Resources Employed
3 200 to 300= 6 Points
company 10 stating Designation and numbers
300 to 400= 8 Points
401 or more =10 Points

Less than 5 = 0 Points


5 to 6 = 2 Points Copy of Route Permits OR Contract
Number of years of bus > 6 to 7= 4 Points Document OR Letter of Award OR
operations (Bus > 7 to 8= 6 Points Any other valid document for
4 Operations including but 10 > 8 to 9= 8 Points evidence
not limited to Urban and > 9 to 10= 10 Points (In case of JV, applies to any one
Intercity) (Bid shall be non- single member with maximum years
responsive if less than 5 of experience)
years)

Financial Statements for the Fiscal


Average Annual
< 300 = 0 Points years 2011-2012, 2012-2013, 2013-
Turnover of Transport
> 300 to 500= 5 Points 2014 OR Calendar Years 2012, 2013,
Business in last three
5 20 > 500 to 625= 10 Points 2014 whichever is applicable in the
years in Millions
> 625 to 750 = 15 Points country origin of operations.
> 750 = 20 Points

Net Worth of Transport


Less than 150 = 0 Points
Business in Last Year in
> 150 to 200 = 5 Points Same as of Criteria for Average
6 Millions (Total Assets - 15
>200 to 300 = 10 Points Annual Turnover at serial no 6
Total Liabilities)
>300 = 15 Points
7 Supply Timeline 100 15 Up to 100 days* = 15 Undertaking as per Annex C
Page 50 of 87
Brand New AC Diesel Points
Buses in days Within 110 days = 10
(100 numbers of 8-meter Points
long buses) 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)

TOTAL 100 Minimum Passing Marks = 70

Page 51 of 87
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


Number of implementations of successful Bus operations
1 for a period of no less than six months (Urban/Intercity
Public routes)

2 Maximum fleet maintained and operated currently

Total number of human resource managed by the company


3

Number of years of bus operations (Bus Operations


4
including but not limited to Urban and Intercity)

Average Annual Turnover of Transport Business in last


5
three years in Millions

Net Worth of Transport Business in Last Year in Millions


6
(Total Assets - Total Liabilities)

Supply Timeline 100 number of 8 m buses ( Brand New


7
AC Diesel Feeder Buses) in days

Page 52 of 87
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 2 Year 3


(Year) (Year) (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 53 of 87
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 54 of 87
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 55 of 87
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 56 of 87
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 57 of 87
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 58 of 87
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.

GUARANTOR
Signature __________________

Page 59 of 87
CNIC # __________________
Name __________________
Designation __________________
Address __________________

Page 60 of 87
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
Temder Document dated _(insert date)_ and our Technical Proposal. Our attached Financial Proposal is
for PKR. ___________Per Km Per Bus (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 61 of 87
Annexure-L: Price Table

Technically qualified bidders with minimum value of “X” will be considered successful.

Sr Item Price per bus / Km


No (PKR.)
1 Procurement of 100 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, X
tire/lubricants, management, all applicable taxes, insurance, duties,
freight charges up to Depot etc.

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 62 of 87
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 63 of 87
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 64 of 87
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 65 of 87
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 66 of 87
TABLE: KEY PERFORMANCE INDICATORS

S.No Key Performance Formula Standard Kilometers fined based on Monthly evaluation
Indicators (KPIs)
(Per Month)

1 Trip Efficiency/ (No of Trips operated x 100) / More than 91%- 98% 40 x Number of Trips Missed
(No of trips assigned in 95% 80%-90% 45 x Number of Trips Missed
Regularity of Operation Schedule)
Below 80% Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client’s
Decision
2 Punctuality No of trips on time from first 85% - 95% 50 x Number of Trips Observed Late
station x 100 /Total no of trips
More than
operated Below 85% Not Permitted, May result in Heavy
95%
Penalties/Termination of Contract as per Client’s
Decision
3 Travel Time Regularity (No of trips completed within 85% - 95% 50 x Number of Trips Observed Late
scheduled time x 100) / (Total no
More than
of trips operated) Below 85% Not Permitted, May result in Heavy
95%
Penalties/Termination of Contract as per Client’s
Decision
4 Schedule Adherence / (No of On-time Bus Arrivals / 70% - 85% 0.25 x Number of Bus Arrivals at Control or Time
On time Performance Departures x 100) / (Total Points not within the specified limits
number of Bus Arrivals / More than
Departures) 80% Below 70% 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 67 of 87
6 Reliability of Buses/ (Monthly No of Breakdowns / Not more than > 1 to 1.5 300 x Number of Breakdowns
Monthly Total Kms plied) x 1 > 1.5 to 2 350 x Number of Breakdowns
No. of Breakdowns 70,000
Above 2 Not Permitted, May result in Heavy
Penalties/Termination of Contract as per Client’s
Decision
7 Cleanness of Buses / Maximum 10 11-30 30 x Number of vehicles observed dirty
Above 30 50 x Number of vehicles observed dirty
Number of Buses found
dirty

8 Safety of Operation/ Nil 1-5 250 x Number of Accidents


Rate of Accidents 6-10 300 x Number of Accidents

Above 10 Not Permitted, May result in Heavy


Penalties/Termination of Contract as per Client’s
Decision
9 User Satisfaction / Maximum 20 20-50 2 x Number of Complaints
Above 50 5 x Number of Complaints
Number of Passenger
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 68 of 87
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

Fine
Description of the infraction
(No. of KM’s)

To place any type of decoration or non-functional items inside or outside the vehicle, 15
which have not been installed by the original manufacturer of the chassis or body
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 15
the standards parameters established by Client.
To install additional lamps such as “explorers”, chassis illumination or decoration, 15
which are not regulatory or installed by the original manufacturer
The on board wireless communication in a single bus failed to communicate with control 25
center for any reason whatsoever
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 15
regarding advertising material in vehicles.
To drive with lights off at night. 15
To operate equipment with sound inside the vehicle, or to read announcements not 15
authorized by the Client
To use unauthorized electronic equipment by the driver (cell phones, walkman, etc.) 50
during driving
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 20
exterior route displays OR Non functional interior or exterior route displays
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 20
operation including nonfunctional door cameras and display units which affects boarding
and alighting times or safety of passengers.
Page 69 of 87
Fine
Description of the infraction
(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 25
any of its parts (On Board Unit (OBU), GPS Antena and all other equipment for that
purpose).
Improper / No Announcements 30
Operate buses with slogan/marking etc on exterior face 30
Missing (As per quantity installed by the manufacturer) / nonfunctional fire 30
extinguishers
Missing (As per quantity installed by the manufacturer) Emergency Glass Breaking 30
Hammers or switches used for emergency opening
Tyres worn out or in unsuitable condition 50
Non-compliant Bus Specification. Fine shall be imposed against number of buses with 100 for each non
non-compliance. 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 40
OBU or CAN fail to work properly

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 30
than specified by the Client. Fine shall be imposed against number of buses
with non-compliance.
Stopping at a station and/or platform not established on the route Schedule 25
for a service without the prior authorization or instruction of the PMA /
Client
Changing the route of a service without the prior authorization or instruction 30
of the PMA / Client
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 20
its authorization.
Delaying operation without cause. 15

Page 70 of 87
Stopping bus at station for a time lesser or more than specified in the 50
schedule
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, 30 x A
operations personnel OR Any act/instance which is non-conforming to
Authority's Rules/Regulations/Contract/Instructions , not covered in other Where A = 1 to 100 depending
sections of SLA upon sensitivity of event and
decision from the Client
Failure to arrange repairs of the damages to PMA Property caused by the 25 x No of days delayed
Operator within the prescribed time frame.
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 15


operation

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 35
during normal operations.
Facilitate passengers to travel without fare or not inform Control center 15
about such activity
Drivers observed without valid PSV license 20
Drivers found ignorant about code of conduct about drivers or Standard 10
Operating Procedure of the operator in emergency
Drivers engaged in operation without training 10

Page 71 of 87
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 30
station.
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 100
authorization from the PMA / Client
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 25
outside the terms which for this purpose the PMA / Client may establish.
To refuse to accept the visits of the PMA’s / Client's inspectors, to hide 25
information or to provide partial or erroneous information.
To implement administrative and accounting practices which impair the 10
reliability of the accounting and financial information which the Operator
will keep in accordance with this Contract.
When it is shown that there are deliberate practices which restrict free 10
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

Page 72 of 87
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 10
manuals and regulations which the PMA / Client issues or has issued
regarding placement of advertising material inside the trunk route buses.
To omit compliance with obligations regarding driver training 10
To omit compliance with obligations established by the employment and 10
social security regime regarding drivers.
To breach contractual provisions regarding financial mechanisms and liens 10
on vehicles.
To transfer title of vehicles without the prior, express and written 10
authorization of the PMA / Client
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 50
recommended and methodology of work.

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 70% of Accumulated Penalties in Km’s

251-500 Km’s 80% of Accumulated Penalties in Km’s

501 - 750 Km’s 90% of Accumulated Penalties in Km’s

751 - 1000 Km’s 100% of Accumulated Penalties in Km’s

Above 1000 Km’s 200% of Accumulated Penalties in Km’s

Page 73 of 87
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 bid submission

o For adjustments in Lubricants, base value considered shall be of the month of bid
submission.

o For adjustments in Tires, Maintenance and Salaries, base values considered shall be
of the first complete calendar month after bid submission.

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.

 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.

Page 74 of 87
 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

16.73
Fuel = F
2.08
Tyres = T
2.43
Lubricants = L
6.15
Maintenance = M
23.84
Salaries = S

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
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
Page 75 of 87
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 76 of 87
Annexure-Q: Bus Specifications for 8m Buses
Operator has to conform to the following specifications for Brand New AC Diesel buses for 100 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)
2.5 m exclusive of side mirror (Variations upto
C Overall Width
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:
0-20 km/h in less than 6 secs
a Acceleration (Fully Laden with A/C On)
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 77 of 87
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
The Body and frame should remain rust free for
b Rust Proofing
the entire life span of the bus.
The body should be fitted with heat and noise
insulation (Non Flammable) so that interior noise
c Insulation
shall not exceed 80 dBA during any part of the
cycle.
Steering on the Right Side (Power Steering
2.4 Steering Position
hydraulic assisted)

2.5 Windscreen and Wipers


Laminated safety toughened glass min 8 mm
a Front Windscreen thick, plain, flat with curved corners and crack
proof
Electrically operated 02 wipers at front
b Wiper and Washer
windshield with washers
Tempered /toughened glass min 8 mm thick and
c Rear Windscreen
crack proof

Section:3 Accessibility

3.1 Doors

1 wide door on Left side (Opposite to Driver's


a Doors Quantity & Direction
Side) aligned in the middle of the bus

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
b Door size & type 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.

Electro-Pneumatically operated.
c Door Opening and Closing requirements
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
d Safety Provisions 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 78 of 87
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
First step height from ground (The service
provider shall keep the required ground
c clearance for safely negotiating speed 300-360 mm
breakers and prevailing road furniture in
Multan)
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.

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
4.5
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
Seats should be ergonomically designed, placed keeping in
view the passenger comfort & durability to withstand daily
b Seat design & material
wear & tear. Seats should be covered with water and dust
proof fire retardant material.
Energy efficient lights which should provide light intensity
5.2 Lighting Passenger Comfort
of min 300 LUX in all internal areas.
A demisting system that ensures the following are kept clear
at all times when the bus is carrying passengers:
5.3 Demisting 1) Driver’s Windscreen
2) Access Door Window
3) All Quarter Light Windows if installed
Section 6: Design Features of Bus
Page 79 of 87
6.1 Bus Drive Right Hand Driven bus (Steering on the right side)
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,
6.2 Bus Design
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

The bus shall be of proven design suitable and modified to


the climatic and operational conditions, infrastructure and
6.3 Bus Suitability
road conditions as available in the urban/municipal areas of
the Punjab.

Bus structure shall meet the requirements of structural


requirements of structural strength, stability, deflection,
6.4 Bus Structure
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

In accordance with specifications and international code of


6.5 Bus Body Design
practice for bus body design.

A comprehensive multi-stage anti-rust treatment would be


provided to bus flooring , sides, roof, under-structure, axle
6.6 Anti Rust Treatment 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
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
6.7 Bus Under Structure Treatment
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

Floor would be of such material which is anti skid and fire


6.8 Bus Floor Treatment retardant. Adequate sealing would be provided in the floor
to prevent ingress of dust ,gases, water etc.

Page 80 of 87
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
6.9 Driver Cabin
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.

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
6.10 Rear View Mirrors
the saloon area. The exterior view mirror would also enable
the driver to view object near bumper area.

For electrical installations, flame proof, good quality and


durable cables would be used, especially positive terminals
6.11 Electrical Wiring would be locked firmly with all cables & pipes with proper
looming to take care of vibrations

All structure, body, and panel-bending mode frequencies,


including vertical, lateral, and torsional modes, would be
Treatment for Resonant sufficiently removed from all primary excitation frequencies
6.12
Vibrations to minimize audible, visible, or sensible resonant vibrations
during normal service.

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
Manual Folding Ramps for
6.13 chairs. The ramp should have adequate strength to resist the
Wheel Chairs
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.

The bus Loaded to Gross Vehicle Weight (GVW), with crush load and under static conditions,
6.14 shall not exhibit deflection or deformation that impairs the operation of the steering, doors,
windows, passenger escape mechanism and service doors.

Besides meeting the statutory requirements the bus shall be designed with respect to its body and
6.15 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 81 of 87
Materials used in construction of buses shall be as per
society of Automotive Engineers (SAE)/specifications
and/ or other internal specifications meeting/surpassing
6.16 Materials the performance & other requirement as given in the
international Bus Code. Wherever Pakistani Standards
are not available, international acceptable standards may
be referred.

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
6.17 Front, Rear and Side Windows Glass
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)


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
7.1
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 55 degree centigrade
b Humidity Level 5% to 100%
Dust stirred up from paved and unpaved roads,
c Dust Level windblown dust, dust from construction activity
near corridor.
d Altitude Level Over 700 m

The engine compartment shall be insulated to


avoid transmission of heat and noise to saloon
7.3 Insulation of Engine Compartment
area. The passengers and engine compartment
shall be separated by a bulkhead(s).

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
7.4 Protection against Fire 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
The vehicles would have air intake
7.5 Air Intake
design/location in a manner as to provide
Page 82 of 87
adequate quantity of dust free, restriction free air
so as to avoid any operational problem of the
engine.

Heavy duty radiator and other systems to


7.6 Cooling System 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

Paint to sustain daily wear & tear and rust


a
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
Paint to sustain daily wear & tear and rust
a
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
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 ambient temperature
up to 55 Degree Celsius
 Winter season with minimum temperature up to -1 Degree Celsius
10.1
 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


The bus architecture may be compatible with ITS
and Vehicle Tracking System (VTS). There
11.1 Electronics/Telematics /VTS requirement
should be provision on the bus for installation of
Driver's console for Bus Scheduling System
The vehicle should have three (front, rear, left
side) electronic route destination boards -LED
based (day light viewable) with PC interface or
11.2 Destination Boards equivalent with suitable matrix size. Operator will
make all necessary arrangements to program,
control and display messages as per requirement
of Client
Page 83 of 87
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
11.3 Passenger Information System (PIS)
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

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
Passenger Access Control / Fare Media
11.4 design should keep in view Fare Validator’s
Validators
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.

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
11.5 Surveillance Cameras 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

Controller Area Network (CAN) module must be


capable of providing following data

 Acceleration,
 Deceleration,
11.6 Controller Area Network (CAN) Module  Breaking (All kinds of Break),
 Gear shifting, (Not required in Manual
Gear shifting)
 Fuel information,
 Engine RPM,
 Bus speed,

Page 84 of 87
 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 85 of 87
Annexure-R

Feeder Routes Phase -I


Route
Route Headway Nos. of
Route alignment Length
No. (Min) Buses
(Km)
Chowk Kumharan to Dera Adda via Chungi No
1 7.78 5 12
9,Ghanta Ghar
Canal to Fiah Market via Suraj miani road and
2 6.18 10 6
Ghanta Garh
NFC/ Khaad Factory to Ghanta Ghar via Chowk
3 7.72 5 12
Kumharan

4 Nag Shah to Vehari Chowk via Bahawalpur Chowk 11.64 10 9

Canal Bridge to Chowk Kumharan via Piran Ghaib


5 3.93 5 7
Road
Khooni Burj to fatima Jinnah Town via Vehri
6 4.13 5 8
Chowk and Chungi no. 14
Dunyapur to Mamtazabad via Allah Wasaya Stop (
7 4.52 5 8
Peoples Colony)
Mohalla Wazira abad/ basti Shorkot to BCG Chowk
8 4.57 5 8
via Southern Bypass
Railway Station to Chungi No. 9 via SP Chowk,
9 5.72 5 10
Chungi No.8
Faiz-e-Aam Chowk to Qasim Fort via Nawabpur
10 6.34 5 10
road, Chungi no 8, Chungi no 7
BCG Chowk to Dera Adda via Shah Abbas Chowk,
11 6 5 10
Double Phatak

Total 68.53 100

Page 86 of 87
Page 87 of 87

You might also like