metro bus service
TRANSCRIPT
-
7/29/2019 Metro Bus Service
1/78
Tender Document
METRO BUS SYSTEM (MBS)
PROJECT MANAGEMENT UNIT (PMU)
THE TRANSPORT DEPARTMENT
Government of the PunjabTRANSPORT HOUSE
11-A Egerton Road, Lahore, Pakistan
Phone: (+ 92) (42) (99200514), Fax: (+92) (42) (99200475)
URL: www.punjab.gov.pk
PROCUREMENT, OPERATION, ANDMAINTENANCES OF METRO BUSES
http://www.punjab.gov.pk/http://www.punjab.gov.pk/ -
7/29/2019 Metro Bus Service
2/78
Page 2 of78
Table of Contents
1. Invitation to Bid .............................................................................................................5
2. Bidding Details (Instruction to Bidders)........................................................................7
3. Definitions .....................................................................................................................8
4. Headings and Titles .......................................................................................................9
5. Notice.............................................................................................................................9
6. Tender Scope ...............................................................................................................11
7. Overview and Objectives.............................................................................................12
8. Contract type and duration...........................................................................................14
9. Services Required ........................................................................................................15
10. Key Service-level Parameters......................................................................................19
11. Revenue collection and payment.................................................................................19
12. Tenderer/Bidder Eligibility Tender Scope...................................................................20
13. Tender Cost..................................................................................................................20
14. Joint Venture................................................................................................................20
15. Examination of the Tender Document.........................................................................21
16. Amendment of the Tender Document .........................................................................21
17. Preparation / Submission of Tender ............................................................................21
18. Tender Price.................................................................................................................25
19. Tender Security............................................................................................................2520. Tender Validity............................................................................................................26
21. Modification / Withdrawal of the Tender....................................................................26
22. Opening of the Tender .................................................................................................26
23. Clarification of the Tender by the Purchaser ...............................................................26
24. Determination of Responsiveness of the Bid (Tender)................................................27
25. Correction of errors / Amendment of Tender ..............................................................27
26. Rejection / Acceptance of the Tender..........................................................................27
27. Acceptance Letter (Letter of Intent) ............................................................................28
28. Performance Security...................................................................................................28
29. Redressal of Grievances by the Purchaser...................................................................29
30. Contract........................................................................................................................39
31. Contract Documents and Information .........................................................................39
32. Contract Language.......................................................................................................39
33. Patent Rights and Rights to the Contents of the Program ...........................................39
-
7/29/2019 Metro Bus Service
3/78
Page 3 of78
34. Insurance......................................................................................................................39
35. Execution Schedule .....................................................................................................39
36. Payment .......................................................................................................................39
37. Price .............................................................................................................................40
38. Contract Amendment ...................................................................................................4039. Assignment / Subcontract............................................................................................40
40. Extensions in time for performance of obligations under the Contract.......................40
41. Liquidated Damages (LD) ...........................................................................................41
42. Forfeiture of Performance Security .............................................................................41
43. Termination for Default ...............................................................................................41
44. Termination for Insolvency .........................................................................................42
45. Termination for Convenience ......................................................................................42
46. Force Majeure ..............................................................................................................42
47. Dispute Resolution.......................................................................................................42
48. Statutes and Regulations..............................................................................................43
49 Taxes and Duties..........................................................................................................43
50 Contract Cost ...............................................................................................................43
51 Authorized Representative...........................................................................................43
52 Waiver..........................................................................................................................43
53 Special Stipulations .....................................................................................................44
54 ANNEXURES (FROM A TO S) Page 47 to 78
-
7/29/2019 Metro Bus Service
4/78
Page 4 of78
Important Note:
Registered companies and Joint Ventures complying with criteria given in this document, are
eligible for this tender, hereafter referred to as Bidders.
Bidders must ensure that they submit all the required documents indicated in the Bidding Documents
without fail. Bids received without, undertakings, valid documentary evidence, supporting documents and
various requirements mentioned in the Bidding Documents or test certificates are liable to be rejected at
the initial stage itself. 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/revisions/supplement shall be entertained regarding the terms and conditions of the Bidding
Document submitted by the bidder. Applicability of Punjab Procurement Rules, 2009
This Bidding Process will be governed under Punjab Procurement Rules, 2009, as amended from time to
time and instructions of the Government of the Punjab (GoPb) received during the completion of the
Operation
-
7/29/2019 Metro Bus Service
5/78
Page 5 of78
1. Invitation to Bid
Transport Department, Government of the Punjab (GoPb invites bids for the Procurement,
Operation and Maintenance ofBuses in Lahore
1.1 PPRA Rules to be followed
Punjab Procurement Rules 2009 will be strictly followed. These may be obtained from PPRAs 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 2009.
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 printmedia. The bidding document carrying all details can be downloaded from PPRAs website
www.punjab.gov.pk , www.ppra.punjab.gov.pk, and/or from the website of the Lahore TransportCompany (LTC) http://www.ltc.gop.pk for information only.
As per Rule 12(1), this Tender is being placed online at PPRA's website, as well as being advertised in
print media.
As per Rule 12(3), this Tender is also placed online at the website of the Purchaser. The bidding
document carrying all details can be downloaded from website of the Government of the Punjab
www.punjab.gov.pk; LTCs website http://www.ltc.gop.pk; and from PPRAs website
www.ppra.punjab.gov.pk for information only.
1.3 Type of Open Competitive Bidding
As per Rule 36(b), 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;
iv. ENVELOPE NO 2 shall be retained in the custody of the Purchaser without being opened;
http://ppra.punjab.gov.pk/PublicPages/prorules1.aspxhttp://www.punjab.gov.pk/http://www.ppra.punjab.gov.pk/http://www.ltc.gop.pk/http://www.punjab.gov.pk/http://www.ltc.gop.pk/http://www.ppra.punjab.gov.pk/http://www.ppra.punjab.gov.pk/http://www.ltc.gop.pk/http://www.punjab.gov.pk/http://www.ltc.gop.pk/http://www.ppra.punjab.gov.pk/http://www.punjab.gov.pk/http://ppra.punjab.gov.pk/PublicPages/prorules1.aspx -
7/29/2019 Metro Bus Service
6/78
Page 6 of78
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;
viii. After the evaluation and approval of the technical proposal the Purchaser 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. MBS-PMU/PMA will invite the successful bidder to enter into an Agreement to Procure,
Operate, and Maintain the required number of buses on the specified MBS corridor.
-
7/29/2019 Metro Bus Service
7/78
Page 7 of78
2. Bidding Details (Instructions to Bidders)
All bids must be accompanied by a Call Deposit Receipt / Demand Draft / Bank Draft of PKR Twenty
(20) Million (See Price Schedule of General Condition of Contract) as bid security in favor ofSecretary Transport Department issued by a scheduled bank allowed carrying financial transactions
in PAKISTAN. Clause 19 gives details on Tender Security.
The bids along with the Call Deposit Receipt / Demand Draft / Bank Draft, Tender Forms, Affidavits,
etc., must be dropped in Tender Box placed at Additional Secretary Office, Transport Department,
Transport House, 11-A Egerton Road, Lahore, PAKISTAN, on or before 1500 hours on 24th
August,
2012. The Technical bids will be publicly opened in the Committee Room of the Transport Planning
Unit, Transport Department, Transport House, 11-A Egerton Road, Lahore, at 1600 hours on 24th
August, 2012.
Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the services mustbe received in writing at the office of Additional Secretary, Transport Department, Transport House, 11-
A Egerton Road, on or before 15th
August, 2012. All queries shall be responded to within due time. The
Transport Department shall hold a pre-bid meeting at 1430 hours on 16th
August, 2012; at the Committee
Room, First Floor, Transport Department, Transport House, 11-A Egerton Road, Lahore).
The bidder must submit bids on the basis of complete fulfillment of requirements. Failure to meet this
condition will cause disqualification of the bidder. The bidder shall submit bids which comply with the
Bidding Document. Alternative bids will not be considered. The attention of bidders is drawn to the
provisions of Clause on Determination of Responsiveness of Bid regarding the rejection of Bids,
which are not substantially responsive to the requirements of the Bidding Document.
The contact detail for all correspondence in relation to this bid is as follows:
Email: [email protected]
Transport Department
Transport House
11-A Egerton Road
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 statedaddress.
Bidders are also required to state, in their proposals, the name, title, fax number and e-mail address of
the bidders authorized representative through whom all communications shall be directed until the
process has been completed or terminated.
Purchaser will not be responsible for any costs or expenses incurred by bidders in connection with the
mailto:[email protected]:[email protected] -
7/29/2019 Metro Bus Service
8/78
Page 8 of78
preparation or delivery of bids.
As authority competent to accept the tender, Purchaser reserves the right to cancel the tender, accept or
reject one or all bids without assigning any reason thereof.
3. Definitions
3.1 MBS MetroBus System (previously known as BRTS)
3.2 AFC-BSS Automated Fare Collection and Bus Scheduling System,
3.3 PMA is a Punjab MetroBus Authority, to be established by the Government of Punjab.
3.4 MBS-PMU; Project Management Unit of the Metro Bus System as established under
Transport Department in Lahore. Upon establishment of PMA, all the obligations ofMBS-PMU will transfer thereafter to PMA.
3.5 Client/Purchaser/Procuring Agency means Transport Department (GoPb) through
Punjab MetroBus Authority (PMA) or MBS-PMU for Metro Bus System (MBS), or any
other person/entity for the time being or from time to time duly appointed in writing by
the Purchaser to act as Purchaser for the purpose of the contract.
3.6 Operator, Bus Operator or Successful Bidder: The one technically qualified
bidder with lowest financial bid, who has the probability of award of contract for
Procurement, Operation and Maintenance of buses, subject to necessary approvals and
applicable policies.
3.7 Confirmation means confirmation in writing.
3.8 Bidder/Tenderer means a registered company or joint venture that has submitted its bidas per the criteria/specifications listed.
3.9 Contract means the contract proposed to be entered into between the procuring entityand 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 fulland proper performance of its contractual obligations.
3.11 "Pre-Bid Conference" means the meeting conducted by the procuring entity on given
date and time prior to actual date of bid opening.
3.12 Procurement Methods means any one of the procurement modes / methods as
-
7/29/2019 Metro Bus Service
9/78
Page 9 of78
provided in the Punjab Procurement Rules 2009 published by the Punjab Procurement
Regulatory Authority (PPRA), Government of Punjab.
3.13 Proposal means the Technical Proposal and the Financial Proposal for the provision
of the Services submitted by a bidder in response to RFP.
3.14 RFP means Request for Proposals, including any amendmen ts that may be made by
the procuring entity for the selection of bidder.
3.15 SBD means Standard Bidding Documents.
3.16 SCC means the Special Conditions of Contract.
3.17 Services means the tasks to be performed by the bidder pursuant to the Contract as
listed under Section 6.3.
3.18 TEC means the Technical Evaluation Committee, constituted for the purpose ofevaluating the Proposals received.
3.19 Terms of Reference or TOR means the document which explains the objectives,
scope of work, activities, task to be performed, respective responsibilities of the
procuring entity and the bidder, and expected results and deliverables of the assignment.
3.20 VC/Venture Capitalist/Venture Capital firms means A person or investment firm that
makes venture investments
3.21 "Works" means work to be done by the Operator under the Contract.
3.22 GoPb means Government of the Punjab
3.23 GoP means Government of Pakistan
3.24 Dead Mileage means kilometer travelled outside the MBS corridor for any purpose
whatsoever
4. Headings and Titles
In this document, headings and titles shall not be construed to be part thereof or be taken into
consideration in the interpretation of the document and words importing the singular only shall
also include the plural and vice versa where the context so requires.
5. Notice
5.1 In this document, unless otherwise specified, wherever provision is made for exchanging notice,
-
7/29/2019 Metro Bus Service
10/78
Page 10 of78
certificate, order, consent, approval or instructions amongst the Bus Operator and the Purchaser,
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 to their principal office in
Pakistan or such other address as they shall notify for the purpose; and5.1.4 The words "notify", "certify", "order", consent, approve, "instruct", shall be
construed accordingly.
-
7/29/2019 Metro Bus Service
11/78
Page 11 of78
6. Tender Scope
Transport Department, GoPb, invites/requests Proposals (hereinafter referred to as the
Tenders) for the Procurement, Operation and Maintenance of buses, as outlined in this
document.
In the first phase, The GoPb is looking for induction of 45 Brand New Articulated Air
conditioned (AC) Diesel buses.
The Bus Operators scope of work is as follows;
1. Procurement of buses including taxes, insurance, and transportation to Lahore
2. Operation of Buses as per prescribed schedule and adherence to criteria.
3. Maintenance of Buses
-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 and specify make for Articulated 18m AC Diesel
Buses. The quoted Brand must meet the specifications prescribed in the bidding document.
However, the purchaser retains the option to accept any brand other than the one quoted in the
bid, provided that:
1. The quality of the bus is equal or superior than the one quoted in the bid.
2. Actual price of the bus is not less than the price of the quoted bus.
3. The per bus per km rate does not exceed the quoted rate by the bidder.
-
7/29/2019 Metro Bus Service
12/78
Page 12 of78
8. Overview and Objectives
GoPb realizes the importance of providing safe, efficient, comfortable, and affordable Transport
to the public and has therefore initiated construction of MetroBus Corridor from Gajjumatta to
Shahdara along Ferozepur Road. The MBS-PMU/PMA seeks to induct approximately 45
Articulated 18m AC Diesel buses . The prospective investors/operator will procure, operate, and
maintain buses for 8 years.
MBS initially spans over approximately 27 KM running through the heart of Lahore along
Ferozepur Road. Key locations throughout the city are targeted to maximize ridership from all
surrounding areas. Roughly 31 stations have been planned to be built throughout the entire route
of MBS in the initial phase. The whole stretch of 31 stations spans from Gajju Matta to
Shahdara in Lahore. The picture below highlights general station layout.
The GoPb is executing steps to engage an operator for provisioning of Automated Fare
Collection and Bus Scheduling System (AFC-BSS) system, which will serve as a Management
Information system. The AFC-BSS will be coupled with necessary hardware and software toauthenticate entry/exit of passengers into bus stations, and to monitor adherence to bus
schedules. The system will provide variety of fare media including throwaway cards, reusable
RFID tokens, and smart cards. Smart cards may be recharged to a stated, agreed upon max limit,
for travel onto MBS stations.
The Driver Console Unit installed on buses shall be used to track buses accurately and reliably.
The back-end system shall be able to produce MIS reports and bus-schedule adherence reportand kilometers travelled by each bus of the operator. To accomplish this, GoPb will put in place
an Operation Control Center (OCC) which will receive live passenger data, financial data, and
Automatic Vehicle Location data.
The total numbers of the registered motor vehicles in Lahore in 2005 were 1.2 million as
compared to 0.5 million in 1998 (Source: Excise & Taxation Department GoPb 2006). The
number has doubled in the time span of just under a decade. The city of Lahore amongst all the
five big cities of Punjab has the highest annual vehicle growth rate of about 16 percent. Keepingin view the growth rate of 16 % the total number of vehicles in Lahore in 2009 is approximately
2.30 million. There are around 500 buses operating in Lahore. Maximum daily estimated trips of
all modes are around 20.987 million trips /day.
-
7/29/2019 Metro Bus Service
13/78
Page 13 of78
Table: Estimated Daily Passenger Traveling in Lahore (Source: JICA LUTMP Study 2010)
Mode No of Trips (000)
Walk 3729
Motor Cycle/Bicycle 3263
Car 1517
Wagon, Bus, Mazda 1620
Rickshaw, Qing chi 1363
Other 303
Total 11795
Table: Estimated Daily Passenger Traveling in Lahore. Category wise vehicles (as of December
2010) registered in Lahore are shown below:
CATEGORY WISE VEHICLE REGISTEED IN LAHORE
CATEGORY COUNT
AMBULANCE 1,082
BUS 23,500
CRANE 208
DELIVERY VAN 41,040
DOUBLE CABIN 2,633
EARTH MACHINERY 41
EXCAVATOR/GRADER 241
MINI BUS 4,016MOTOR CAR 623,019
MOTOR CYCLE/SCOOTER 1,492,225
NON A.C BUS 23,527
PICKUP 36,232
RICKSHAW (4-STROKE CNG) 26,119
RICKSHAW 66,413
TAXI CAB 9,596
TRACTOR 26,854
TRUCK 18,839
WAGON 9,220
TOTAL 2,404,805
-
7/29/2019 Metro Bus Service
14/78
Page 14 of78
Travel demand for each type of traffic is also shown below in the table.
The demand in 2005 was almost 7 million which is expected to rise to more than 11million by the year 2021 as per the study conducted by MVA Asia Limited, 2006. JICA
recorded 8 million Trips per day in the year 2010 which appears in-line with the demand
projected by MVA Asia. The current demand is highest for the public transportconstituting 50% of the total demand.
Future Expansion Plans
Once, the Green Line is successfully adopted for current phase of MBS, there are plans
to construct more corridors in Lahore.
Following are the key objectives of the Operation
To capture ridership and increase public transport modal share
To provide safe, reliable, comfortable, efficient, and affordable public transport system
Transparent and reliable mechanism of reporting payments to Bus Operator- based on
agreed upon and approved payment formulas and policies.
To Provide better customer experience and convenience through increased reliability,
efficiency, and flexibility
9. Contract type and duration
Contract will be for procurement, operations and maintenance of buses for a period of 8 Years.
Sponsorship of Operation: Transport Department GoPbTechnical Evaluation: Transport Department, GoPb.
Contract Signing: Formal Contract will be signed between technically qualified bidder with the
lowest financial bid, and the Purchaser (Transport Department, GoPb, via its authorized entity).
-
7/29/2019 Metro Bus Service
15/78
Page 15 of78
10. Services Required
Contractual obligations Roles and Responsibilities shall be as under:
9.1 MBS-PMU/PMA
9.1.1 Provide state of the art MetroBus stations with AFC operation as well as elevated and/or
fenced MetroBus corridor
9.1.2 Establish an Operation Control Center for operation of the system. The control centre
may at its discretion change or cancel the assigned operation/schedule/trip (s).
9.1.3 Arrange for provision of drivers console in the buses; and through the console the
control centre will communicate to the bus-driver the schedules regarding trips, routes,
hour of service, and timing at different station.
9.1.4 Select only one operator for operation of MBS on Green line.
9.1.5 Equip every bus with GPS devices and relevant components (on bus and off bus), that
can gather location wise data and transmit to central servers and related software
modules.
9.1.6 Provide Passenger Information System equipment and software in buses
9.1.7 Provide depot for Parking of vehicle on at least one-side of the METROBUS Corridor
with allied facilities such as washing, and minor repairs. The dead mileage from and to
the Depot will be borne by the government.
9.1.8 Guarantee average minimum of 70, 000 Kms per bus per year. The adjustment to cost
matrix will be made as per changes in cost matrix and indication mentioned in
agreement.
9.1.9 Manage fare via the AFC operator
9.1.10 Make monthly payments to the operator against tracked kilometers, reported by the
control center.
9.1.11 Develop and notify detailed specifications of the MetroBuses. All Buses to be
introduced under this project would have to conform to these specifications. The detail
of Urban Bus Specifications is attached as (Annexure-K) with this document. The
buses shall have system brand name and brand color only.
9.1.12 Open an escrow account jointly operated by authorized representatives of the GoPb/
MBS-PMU/PMA, the AFC-BSS Service Provider, and the Bus Operator.
9.1.13 Monitor all activities of the METROBUS Operation to ensure its compliance with
environmental / municipal laws and regulations; and co-opt the representative of
-
7/29/2019 Metro Bus Service
16/78
Page 16 of78
Environment Protection Agency to oversee the compliance of applicable environmental
laws, rules and regulations and their enforcement thereof by bidders.
9.1.14 MBS-PMU /PMA may consider allowing advertisements inside the bus, in which case
the size, nature, etc will be specified by MBS-PMU/PMA. Revenue proceeds of such
advertisements, if allowed, will be credited to the escrow account.
9.1.15 Be responsible for the conduct and functioning of all staff employed in the MBS-PMU
/PMA. The MBS-PMU staff shall provide efficient services, polite and courteous
behavior towards operator, and passengers. The MBS-PMU/PMA shall be liable for
any misconduct or unreasonable offense of its employees and shall take prompt and
appropriate action.
9.1.16 Confirm ownership of buses in favor of the operator upon expiry of the contract.
9.1.17 Through AFC-BSS, provide the bus drivers the required training of the use of the
Driver Console and Precision Docking.
9.1.18 Upon completion of the contract period, the MBS-PMU/PMA shall re-advertise the
RFP for procurement of bus operator. In the said process of procurement the running
bus operator will have first right of refusal to match the lowest bid received.
9.2 Operator
9.2.1 Procure 45 Brand New Air Conditioned (AC) Diesel buses as per prescribed
specification, and ensuring compatibility with the existing AFC-BSS:
9.2.2 In addition to these buses, the operator may be required to add 25% more
buses during the first six (6) months of operation.
9.2.3 Must ensure to ply the buses and follow the specified schedules and
instructions by MBS-PMU/ PMA. Failure to complete the assigned jobs
would result in penalties as per Agreement.
9.2.4 Only one operator shall carryout MBS operation on the Green-line.
9.2.5 Must employ adequate, well-trained staff to perform all duties and
responsibilities stated in this RFP including all roles/duties to be performed
on the MBS corridor, Depot, fueling operation, and general fleet
management.
9.2.6 Obtain all necessary permits under all applicable Laws of Pakistan required
to procure the buses
9.2.7 Obtain route permits and vehicle fitness certificates as prescribed in the
Punjab Motor Vehicle Ordinance
-
7/29/2019 Metro Bus Service
17/78
Page 17 of78
9.2.8 Carry out all responsibilities laid out in this document.
9.2.9 Cooperate with all other MBS service providers and to the extent possible
facilitate their operations in the MBS-PMU/PMA system.
9.2.10 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 MBS-PMU/PMA
from time to time.
9.2.11 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 MBS-
PMU/PMA 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.
9.2.12 Prior to procuring, the bus operator shall submit detailed specifications,
documentation, and manuals of related buses being procured for operation
and maintenance; and arrange inspections by MBS-PMU/PMA or by any
third party hired by MBS-PMU/PMA for the inspection of buses and seek
approval by MBS-PMU/PMA.
9.2.13 Adhere to timelines of the Operation implementation specified in this RFP.
9.2.14 Provide monthly reports on progress of the Operation implementation as per
scope defined in this RFP
9.2.15 Impart meaningful and timely training to all Driver/staff associated with the
Operation
9.2.16 Guarantee smooth operations and functioning of all buses during the entire
contract period
9.2.17 Provide maintenance plan of metro buses in consultation with MBS-
PMU/PMA, and implement it. The plan must cover procedures and
parameters for preventive and break-down maintenance, as well as
maintenance review procedures.
9.2.18 Implement the maintenance plan of metro buses
9.2.19 Allow authorized Transport Department staff (and other authorized
Government personnel) for inspection of buses at depot and while in
operation
9.2.20 Take prompt and reasonable action for resolution of each complaint
including complaints received from MBS-PMU/PMA related to the operation
-
7/29/2019 Metro Bus Service
18/78
Page 18 of78
of buses.
9.2.21 Bear the cost of license/Route permit and that for the registration of the
buses.
9.2.22 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.
9.2.23 Comply, complete, and follow all reasonable commands, directions, and
requirements of the MBS-PMU/PMA in respect of the operation, including
directions and requirements that ensure public safety and security.
9.2.24 Engage and train drivers for buses. It is expected that driver must possess at
least a graduate degree and shall be tested and declared capable of reading
English instruction/tabs. The drivers will be trained for the use of the Driver
Console by the MBS-PMU/PMA through AFC-BSS; however, the
qualification of drivers is mandatory for understanding the system parameter
and discipline of the system.
9.2.25 Arrange for fuel of buses with reserve fuel to implement the schedules
smoothly without any interruption.
9.2.26 Start operation of buses as per procedure laid-down in the agreement or upon
award of the letter for initiation of operation.
9.2.27 Ensure that there are no advertisements displayed on the outside surface ofthe buses
9.2.28 Ensure that the types, forms, and locations of all advertisement being
displayed inside the buses should not be placed without written approval of
the MBS-PMU/PMA; and should strictly conform to the rules, regulation and
procedures as notified by the MBS-PMU/PMA.
9.2.29 Ensure and deploy at least eight (8) toe-away vehicles to haul stalled buses to
depot in a timely fashion.
9.2.30 Ensure that dead mileage is limited to no more than 2 kilometers per bus per
day
9.3 Transport Department
10
9.3.1 Provide and notify fare structure and business rules for Bus operation
9.3.2 Provide Bus operator the rights/route permits to operate buses on the
-
7/29/2019 Metro Bus Service
19/78
Page 19 of78
MBS corridor and the right to use the Depot so that Bus Operator can
perform its obligations in a timely manner.
9.3.3 Attempt to grant timely approvals and documents when required.
9.3.4 Undertake and complete a competitive and transparent bidding
process to select the successful bidder.
9.3.5 Follow PPRA rules 2009, and procedures for bidding process toensure transparency and economically efficient outcome.
9.3.6 Advertise the project to initiate the procurement process and conductevaluation of bids (technical and financial) submitted against this
tender document.
11. Key Service-level Parameters
The performance indicators for provision of service are attached as Annexure-O.
12. Revenue collection and Payment11.1 An escrow account shall be opened by the Government (via MBS-PMU/PMA) in the
Bank of Punjab (BOP). The escrow account will be jointly operated by authorized
representatives of the Government of Punjab/MBS-PMU/PMA, the AFC-BSS
Service Provider, and bus operator.
11.2 The BOP shall issue a set of non-live card/token numbers (series) to the AFC-BSS
contractor, for printing and selling.
11.3 The AFC-BSS contractor shall arrange printing of the cards/tokens, based on
card/token design specified by PMA
11.4 The AFC-BSS contractor shall request the BOP to activate the card/token numbers forlive online recognition.
11.5 Prior to card activation, an amount equivalent to the value of the cards being activated,
shall be deducted from the AFC-BSS contractors account and deposited in the escrow
account.
11.6 Sale of tickets (cards/tokens) shall be the responsibility of the AFC-BSS contractor.
11.7 For activation and subsequent recharging of cards (Smart cards) and
tokens/throwaway media, the AFC-BSS contractor shall arrange Bulk Initialization
Machines (BIM),and place BIMs at premises specified by MBS-PMU/PMA.
11.8 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
load credit in the BIM/POS machine.
11.9 The revenue collected will be disbursed to all concerned parties via agreed formula.
11.10 Payments from the Escrow Account will be made to AFC-BSS Contractor, the Bus
-
7/29/2019 Metro Bus Service
20/78
Page 20 of78
Operator, and to other qualified service providers based upon agreed policies,
formulas, and reconciliation reports from AFC-BSS.
11.11 If there is surplus balance in the Escrow Account, the amount will be retained by
Government of the Punjab/MBS-PMU/PMA. If there is deficit in the Escrow Account
(that is, all service providers cannot be paid) then MBS-PMU/PMA/Government of
the Punjab will arrange for the deficit amount and make payments that are due.
11.12 Payment to the Bus Operator shall be made for actually plied Kilometers on monthly
basis
11.13 Regular third-party audit (financial as well as technical) to be made an integral part of
the Operation
13. Tenderer/Bidder Eligibility Tender Scope
An eligible Tenderer/Bidder is a Tenderer/Bidder who:
12.1 Is capable of Procuring, Operating, and maintaining the buses as outlined in thedocument
12.2 Services can only be supplied / sourced / routed from origin in eligible membercountries.
12.3 Eligible is defined as any country or region that is allowed to do business in
Pakistan by the law of Government of Pakistan.
12.4 Origin shall be considered to be the place where the company / firm is incorporated
12.5 has a registered office in the respective country of origin
12.6 has been registered for at least 5 years in country of origin, and has proven experience
of operation of buses.
12.7 has the required relevant qualified personnel and enough financial and technical
strength to fulfill the requirements.12.8 Conforms to the clause of Responsiveness of Bid given herein this tender document.
12.9 Verifiable proof for all the above shall be required.
12.10 Local companies forming part of the joint venture must be registered under
Companies Ordinance 1984.
14. Tender Cost
The Tenderer shall bear all costs / expenses associated with the preparation and submission of
the Tender(s) and the Purchaser 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 thefollowing conditions:
a. The Tenderers may form a joint venture of maximum four Tenderers. An Agreement Deed tothat effect, legally executed and signed by all the partners shall be submitted with the Tender.
b. One partner will be designated the lead partner and would enter into legal contract with
Purchaser 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
-
7/29/2019 Metro Bus Service
21/78
Page 21 of78
by all the partners shall be submitted with the Tender.
c. There must be at least one locally registered company (Partner) of good repute, with relevant
experience and proven track record, in the joint venture that must be the lead partner.d. The Lead Partner in case of joint venture shall not be allowed to assign the contract or any part
thereof to another party, without permission of the purchaser.
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 successfulTender, 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 Tenderer is expected to examine the Tender Document, including all instructions and terms
and conditions.
17. Amendment of the Tender Document
17.1 The Purchaser may, at any time prior to the deadline for submission of the Tender, at its owninitiative 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 andbinding on the Bidder(s).
17.2 The Purchaser shall notify the amendment(s) in writing to the prospective Tenderers.
17.3 The Purchaser 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
Purchaser and the Tenderers previously subject to the deadline shall thereafter be subject to the
deadline as extended.
18. Preparation / Submission of Tender
18.1 The tenderer 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 Tenderer and the
Purchaser, shall be in English. Any printed literature furnished by the Tenderer 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 Tenderer or his Authorized Representative. Incase of copies, photocopies may be submitted.
18.4 Further required information for is listed below, as in continuation to other requirements listed
in the document:
18.4.1 List of firms major international and national clientele.
18.4.2 Details related to experience procurement, operation and maintenance of buses with all
supporting documents and documented proofs.
18.4.3 Complete details of all the Operations being carried out by the bidder with all supporting
documents and documented proofs.
18.4.4 Details of similar type of Operations executed by the Bidder with all supporting
documents and documented proof.
-
7/29/2019 Metro Bus Service
22/78
Page 22 of78
18.4.5 Valid GST and NTN company registration certificates (for local representative company
and the same and the prevalent documents as applicable in the region/origin of operations
of Principal enterprise).
18.4.6 SECP Registration Certificate (if principal is based out of Pakistan, details of local
representative company).
18.4.7 Organizational Structure for MetroBus Operation.18.5 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.
18.6 The Technical Proposal shall contain the following documents duly signed and stamped,
without quoting the price:
18.6.1 Technical Proposal Submission Form (Annexure-A)
18.6.2 Technical Evaluation (Annexure-C)
18.6.3 Financial Capacity of the Bidder (Annexure-D)
18.6.4 Power of Attorney (Annexure-F)18.6.5 Undertaking (All terms & conditions and qualifications listed anywhere in the RFP have
been satisfactorily vetted) (Annexure-G)
18.6.6 Affidavit (Annexure-H)
18.6.7 Tender Security Form (Annexure-I): Tender Security of PKR Twenty (20) Million vide
clause 19 (Tender Security) of tender document).
18.6.8 Covering letter duly signed and stamped by authorized representative. (Annexure-C)
18.6.9 Authorized Certificate / document from the principle / manufacturer (if applicable).
18.6.10 Evidence of eligibility of the Tenderer and the Services
18.6.11 Evidence of conformity of the Services to the Tender Document
18.6.12 Brand/Make of the bus along with Technical Brochures / Literature18.6.13 The statement signed by the authorized representative of the Bidder
18.6.14 Valid Registration Certificate for Income Tax, Sales Tax and / or other allied agencies /
organizations / regulatory authorities (Principal, Local Representative Company).
18.6.15 Income Tax & Sales Tax Returns for the last three tax years
18.7 The Financial Proposal shall comprise the following duly signed and stamped:
18.7.1 Financial Proposal Submission Form (Annexure-K)
18.7.2 Price Table (Annexure-L)
18.7.3 Bid Price (Annexure-M)
18.8 The Tenderer shall follow the instructions laid down as under:18.8.1 The Tenderer 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]
-
7/29/2019 Metro Bus Service
23/78
Page 23 of78
[Name of the Purchaser]
[Address of the Purchaser]
[Name of the Tenderer]
[Address of the Tenderer][Phone No. of the Tenderer]
18.8.2 The Tenderer shall seal the Duplicate Technical Tender in an envelope duly marked asunder:
Envelope No. 1B: Duplicate Technical Proposal for
Tender Name. [Name of Tender]
[Name of the Purchaser]
[Address of the Purchaser]
[Name of the Tenderer]
[Address of the Tenderer]
[Phone No. of the Tenderer]
18.8.3 The Tenderer 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 Purchaser]
[Address of the Purchaser]
[Name of the Tenderer]
[Address of the Tenderer]
[Phone No. of the Tenderer]
18.8.4 The Tenderer 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]
-
7/29/2019 Metro Bus Service
24/78
Page 24 of78
[Name of the Purchaser]
[Address of the Purchaser]
[Name of the Tenderer][Address of the Tenderer]
[Phone No. of the Tenderer]
18.8.5 The Tenderer 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 Purchaser]
[Address of the Purchaser]
[Name of the Tenderer]
[Address of the Tenderer][Phone No. of the Tenderer]
18.8.6 The Tenderer shall again seal the sealed envelopes of Duplicate Technical Proposal andthe 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 Purchaser]
[Address of the Purchaser]
-
7/29/2019 Metro Bus Service
25/78
Page 25 of78
[Name of the Tenderer]
[Address of the Tenderer]
[Phone No. of the Tenderer]
18.9 As applicable, the Tenderer shall again seal Envelope Nos. (1+2)A, (1+2)B in a single envelopetitled PROCUREMENT, OPERATION, AND MAINTENANCES OF METRO BUSES.
18.10 The Tenderer shall enclose soft copies of the Technical Proposal and the Financial Proposals,including all Forms, Annexes, Schedules, Charts, Drawings, Documents, Brochures, Literature,
etc., in the form of MS Word Documents, MS Excel Worksheets and Scanned images, with the
hard copies.
18.11 The Tender shall be mailed through a registered courier or hand-delivered to reach at the
Purchasers office before the closing date and time (last day of application)
18.12 This is made obligatory to affix authorized signatures with official seal on all original and
duplicate (copies) documents, Annexures, copies, certificates, brochures, literature,
drawings, letters, forms and all relevant documents as part of the bids submitted by the
Tenderer. Noncompliance with the same will cause the rejection of bid at the time ofopening.
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 i.e. not
subject to variation / escalation;
19.1.2 inclusive of all charges up to the delivery point;
19.1.3 in Pak Rupees (PKR);
19.1.4 inclusive of all taxes, duties, levies, insurance, freight, etc.
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 Tenderer shall furnish the tender Security as part of the technical bid envelope, failing
which will cause rejection of bid; as under:
20.1.1 In the form of Bank Guarantee, issued by a scheduled bank operating in Pakistan, in the
name of the Purchaser, as per the format provided in the Tender Document or in another
form acceptable to the Purchaser;
20.1.2 A sum of PKR Twenty (20) Million;
20.1.3 Have a minimum validity period of180 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 Purchaser, on the occurrence of any
/ all of the following conditions:
20.2.1 If the Tenderer withdraws the Tender during the period of the Tender validity specified
-
7/29/2019 Metro Bus Service
26/78
Page 26 of78
by the Tenderer on the Tender Form; or
20.2.2 If the Tenderer does not accept the corrections of his Total Tender Price; or
20.2.3 If the Tenderer, having been notified of the acceptance of the Tender by the Purchaser
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 tenderer fails to provide the performance security in stipulated timeframe or format.20.3 The Tender security shall be returned to the technically unsuccessful Tenderer with
unopened/sealed financial bid, as well as to the unsuccessful bidders following the financial bidopening procedure. The Tender Security shall also be returned to the successful Tenderer on
furnishing the Performance Security.
21. Tender Validity
The Tender shall have a minimum validity period ofone hundred and eighty days (180) daysfrom the last date for submission of the Tender. The Purchaser may solicit the Tenderer'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 Tenderer agrees to extension of validity period of the Tender, thevalidity period of the Tender security shall also be suitably extended. The Tenderer may refuse
extension of validity period of the Tender, without forfeiting the Tender security.
22. Modification / Withdrawal of the Tender
22.1 The Tenderer may, by written notice served on the Purchaser, 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 Tenderer(s), if
available, for which they shall ensure their presence without further invitation.
23.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and such
other details as the Purchaser may, at its exclusive discretion, consider appropriate, shall be
announced and recorded.
23.3 No tenderer 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 Purchaser
The Purchaser shall have the right, at his exclusive discretion, to require, in writing, further
information or clarification of the Tender, from any or all the Tenderer(s). No change in theprice or substance of the Tender shall be sought, offered or permitted except as required to
confirm the corrections of arithmetical errors discovered in the Tender. Acceptance of any such
correction is solid discretion of the Purchaser
-
7/29/2019 Metro Bus Service
27/78
Page 27 of78
25. Determination of Responsiveness of the Bid (Tender)
25.1 The Purchaser shall determine the substantial responsiveness of the Tender to the Tender
Document, prior to the Tender 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 Tenderer 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 offers fixed price quotations for the Services in Rs. Per Km;
25.1.5 is accompanied by the required Tender Security as part of financial bid envelope;
25.1.6 submits original receipt of tender fee, attached with technical bid envelope;
25.1.7 is otherwise complete and generally in order;
25.1.8 conforms to all terms and conditions of the Tender Document, without material deviation
or reservation.25.1.9 Quotes the brand/make of the bus
25.2 A material deviation or reservation is one which affects the scope, quality or performance of the
Services or limits the Purchaser's rights or the Tenderer's obligations under the Contract.
25.3 The Tender determined as not substantially responsive shall not subsequently be maderesponsive by the Bidder by correction or withdrawal of the material deviation or reservation.
However, the Purchaser may waive off any minor non-conformity or inconsistency or
informality or irregularity in the Tender; but subject to approvals of the Tender Evaluation
Committee.
26. Correction of errors / Amendment of Tender
26.1 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows:
26.1.1 If there is a discrepancy between the amount in figures and the amount in words for the
Total Tender Price entered in the Tender Form; the amount in words, shall govern.
26.2 The Tenderer shall state the Tender Price for the payment terms outlined in the Conditions ofContract which will be considered for the evaluation of the Tender.
.
27. Rejection / Acceptance of the Tender
27.1 The Purchaser shall have the right, at his exclusive discretion, to increase / decrease the quantity
of Buses required without any change in unit prices or other terms and conditions, accept aTender, reject any or all tender(s), cancel / annul the Tendering process at any time prior to
award of formal Contract, without assigning any reason or any obligation to inform the Tenderer
of the grounds for the Purchaser's action, and without thereby incurring any liability to theTenderer and the decision of the Purchaser shall be final.
27.2 The Tender shall be rejected if:
27.2.1 it is substantially non-responsive; or
-
7/29/2019 Metro Bus Service
28/78
Page 28 of78
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 Tenderer submits more than one Tenders; or27.2.6 the Tenderer fails to meet the minimum mandatory score of 50% against each criterion
in the Technical Evaluation Criteria (Annexure-B); or
27.2.7 the Tenderer fails to meet the minimum passing score of 70% in the Technical Evaluation
Criteria (Annexure-B); or
27.2.8 the Tenderer refuses to accept the corrected Total Tender Price; or
27.2.9 the Tenderer has conflict of interest with the Purchaser; or
27.2.10 the Tenderer tries to influence the Tender evaluation / Contract award; or
27.2.11 the Tenderer engages in corrupt or fraudulent practices in competing for the Contract
award.
27.2.12 there is any discrepancy between bidding documents and bidders proposal i.e. any non-
conformity or inconsistency or informality or irregularity in the submitted bid.
27.2.13 the Tenderer submits any financial conditions as part of its bid which are not in
conformity with tender document.
28. Acceptance Letter (Letter of Intent)
The Purchaser shall, send the Acceptance Letter (Letter of Intent) to the successful Tenderer,
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 Tenderer shall furnish Performance Security as under:29.1.1 within ten (10) working days of the receipt of the Acceptance Letter from the Purchaser;
29.1.2 in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as perthe format provided in the Tender Document or in another form acceptable to the
Purchaser;
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 untilthe date of expiry of yearly support period.
29.1.5 The successful tenderer shall submit a Bank Guarantee of 10% of the annual contract
value for a period ofeight (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 Purchaser, on
occurrence of any / all of the following conditions:
29.1.6.1If the Operator commits a default under the Contract;
29.1.6.2If the Operator fails to submit the bank guarantee for the next year once
month before the expiry of already submitted bank guarantee in
stipulated timeframe.
29.1.6.3If the Operator fails to fulfill any of the obligations under the Contract
-
7/29/2019 Metro Bus Service
29/78
Page 29 of78
29.1.6.4If the Operator violates any of the terms and conditions of the Contract.
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 bereturned to the Tenderer within thirty working days after the expiry of its validity on written
request from the Operator.
30. Redressal of Grievances by the Purchaser
30.1 The Purchaser 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 Purchaser 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 Purchaser may follow theprocess mentioned vide Statutes and Regulations.
-
7/29/2019 Metro Bus Service
30/78
Page 30 of78
TERMS & CONDITIONS OF THE CONTRACT
CONTRACT FOR PROCUREMENT, OPERATIONS AND MAINTENANCE OF BUSES, WILL
BE SIGNED OFF BETWEEEN TRANSPORT DEPARTMENT (OR AN AUTHORITY
NOMINATED BY TRANSPORT DEPARTMENT), GOVERNMENT OF THE PUNJAB, AND
THE OPERATOR
Contract for
PROCUREMENT, OPERATIONS AND
MAINTENANCE OF BUSES
between
[Purchaser]
and
[Operator]
Dated:
-
7/29/2019 Metro Bus Service
31/78
Page 31 of78
TABLE OF CONTENTS
I. Agreement
II. General Conditions of Contract30. Contract
31. Contract Documents and Information
32. Contract Language
33. Standards
34. Commercial Availability
35. Patent Right
36. Execution Schedule
37. Payment
38. Price
39. Contract Amendment
40. Assignment / Subcontract
41. Extensions in time for performance of obligations under the Contract
42. Liquidated Damages
43. Blacklisting
44. Forfeiture of Performance Security
45. Termination for Default
46. Termination for Insolvency
47. Termination for Convenience
48. Force Majeure
49. Dispute Resolution
50. Statutes and Regulations51. Taxes and Duties
52. The Client
53. Authorized Representative
54. Waiver
55. Training
56. DocumentationIII. Technical Specifications
-
7/29/2019 Metro Bus Service
32/78
Page 32 of78
I. Agreement
This CONTRACT AGREEMENT (this Contract) made as of the [day] of[month], [year],
BETWEEN
Governor of the Punjab acting through the Secretary, Transport Department (Metro Bus System-Project
Management Unit/Punjab MetroBus Authority), Government of the Punjab on the one part (hereinafter
called the Purchaser which expression shall include its successors, legal representatives and permitted
assigns)
AND
[full legal name of Operator], on the other part (hereinafter called the Operator which expression shallinclude the successors, legal representatives and permitted assigns) severally liable to the Purchaser for all
of the Operators obligations under this Contract and is deemed to be included in any reference to the
term Operator.
RECITALS
WHEREAS,
(a) The GoPb through the Purchaser 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 andconditions of the Contract in lieu of procurement of buses and services as
described in the contract.
(b)The Purchaser has requested the Operator to provide certain services as
described in Tender Document; and
(c) The Operator, having represented to the Purchaser that it has the required
professional skills, and personnel and technical resources, has agreed to
provide such services on the terms and conditions set forth in this
Contract.
NOW THEREFORE, the Parties to this Contract agree as follows:
1. The Operator hereby covenants with the Purchaser 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 Purchaser to the Operator.
-
7/29/2019 Metro Bus Service
33/78
Page 33 of78
2. The Purchaser hereby covenants with the Operator to pay the Operator, 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 Services.
3. The following shall be deemed to form and be read and construct as part of this Contract:
a. The Tender Document
b. Bidders Proposal
c. Terms and Conditions of the Contract
d. Special Stipulations
e. The Technical Specifications
f. Tender Form
g. Price Schedule
h. Affidavit(s)
i. Authorized Dealership / Agency Certificate
j. Performance Security
k. Service Level Agreement (SLA) , if requiredl. Non-Disclosure Agreement (NDA), if required
m. Any Standard Clause acceptable for Purchaser
4. 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:
Contractual obligations Roles and Responsibilities shall be as under:
5.1 MBS-PMU/PMA
5.1.1 Provide state of the art MetroBus stations with AFC operation as well as elevated
and/or fenced MetroBus corridor
5.1.2 Establish an Operation Control Center for operation of the system. The control centre
may at its discretion change or cancel the assigned operation/schedule/trip (s).
5.1.3 Arrange for provision of drivers console in the buses; and through the console the
control centre will communicate to the bus-driver the schedules regarding trips,
routes, hour of service, and timing at different station.
5.1.4 Select only one operator for operation of MBS on Green line.
5.1.5 Equip every bus with GPS devices and relevant components (on bus and off bus),
that can gather location wise data and transmit to central servers and related software
modules.
5.1.6 Provide Passenger Information System equipment and software in buses
-
7/29/2019 Metro Bus Service
34/78
Page 34 of78
5.1.7 Provide depot for Parking of vehicle on at least one-side of the METROBUS
Corridor with allied facilities such as washing, and minor repairs. The dead mileage
from and to the Depot will be borne by the GoPb.
5.1.8 Guarantee average minimum of 70, 000 Kms per bus per year. The adjustment to
cost matrix will be made as per changes in cost matrix and indication mentioned inagreement.
5.1.9 Manage fare via the AFC operator
5.1.10 Make monthly payments to the operator against tracked kilometers, reported by the
control center.
5.1.11 Develop and notify detailed specifications of the MetroBuses. All Buses to be
introduced under this project would have to conform to these specifications. The
detail of Urban Bus Specifications is attached as (Annexures-R&S) with this
document. The buses shall have system brand name and brand color only.
5.1.12 Open an escrow account jointly operated by authorized representatives of the GoPb/
MBS-PMU/PMA, the AFC-BSS Service Provider, and the Bus Operator.
5.1.13 Monitor all activities of the METROBUS Operation to ensure its compliance with
environmental / municipal laws and regulations; and co-opt the representative of
Environment Protection Agency to oversee the compliance of applicable
environmental laws, rules and regulations and their enforcement thereof by
bidders.
5.1.14 MBS-PMU /PMA may consider allowing advertisements inside the bus, in which
case the size, nature, etc will be specified by MBS-PMU/PMA. Revenue proceeds ofsuch advertisements, if allowed, will be credited to the escrow account.
5.1.15 Be responsible for the conduct and functioning of all staff employed in the MBS-
PMU /PMA. The MBS-PMU staff shall provide efficient services, polite and
courteous behavior towards operator, and passengers. The MBS-PMU/PMA shall be
liable for any misconduct or unreasonable offense of its employees and shall take
prompt and appropriate action.
5.1.16 Confirm ownership of buses in favor of the operator upon expiry of the contract.
5.1.17 Through AFC-BSS, provide the bus drivers the required training of the use of the
Driver Console and Precision Docking.
5.1.18 Upon completion of the contract period, the MBS-PMU/PMA shall re-advertise the
RFP for procurement of bus operator. In the said process of procurement the running
bus operator will have first right of refusal to match the lowest bid received.
5.2 Operator
-
7/29/2019 Metro Bus Service
35/78
Page 35 of78
5.2.1 Procure 45 Brand New Articulated 18m Air Conditioned (AC) Diesel buses as per
prescribed specification, and ensuring compatibility with the existing AFC-BSS
5.2.2 In addition to these buses, the operator may be required to add 25% more buses
during the first six (6) months of operation.
5.2.3 Must ensure to ply the buses and follow the specified schedules and instructions by
MBS-PMU/ PMA. Failure to complete the assigned jobs would result in penalties
as per Agreement.
5.2.4 Only one operator shall carryout MBS operation on the Green-line.
5.2.5 Must employ adequate, well-trained staff to perform all duties and responsibilities
stated in this RFP including all roles/duties to be performed on the MBS corridor,
Depot, fueling operation, and general fleet management.
5.2.6 Obtain all necessary permits under all applicable Laws of Pakistan required to
procure the buses
5.2.7 Obtain route permits and vehicle fitness certificates as prescribed in the Punjab
Motor Vehicle Ordinance
5.2.8 Carry out all responsibilities laid out in this document.
5.2.9 Cooperate with all other MBS service providers and to the extent possible facilitate
their operations in the MBS-PMU/PMA system.
5.2.10 Engage and deploy suitably skilled personnel for procurement, operation andmaintenance 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 MBS-PMU/PMA from
time to time.
5.2.11 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 MBS-PMU/PMA and other
related departments/entities of the GoPb. The bus operator shall be liable for any
misconduct or unreasonable offense of its employees and shall take prompt and
appropriate action.
5.2.12 Prior to procuring, the bus operator shall submit detailed specifications,
documentation, and manuals of related buses being procured for operation and
maintenance; and arrange inspections by MBS-PMU/PMA or by any third party
hired by MBS-PMU/PMA for the inspection of buses and seek approval by
MBS-PMU/PMA.
-
7/29/2019 Metro Bus Service
36/78
Page 36 of78
5.2.13 Adhere to timelines of the Operation implementation specified in this RFP.
5.2.14 Provide monthly reports on progress of the Operation implementation as per scope
defined in this RFP
5.2.15 Impart meaningful and timely training to all Driver/staff associated with the
Operation
5.2.16 Guarantee smooth operations and functioning of all buses during the entire contract
period
5.2.17 Provide maintenance plan of metro buses in consultation with MBS-PMU/PMA,
and implement it. The plan must cover procedures and parameters for preventive
and break-down maintenance, as well as maintenance review procedures.
5.2.18 Implement the maintenance plan of metro buses
5.2.19 Allow authorized Transport Department staff (and other authorized GoPb
personnel) for inspection of buses at depot and while in operation
5.2.20 Take prompt and reasonable action for resolution of each complaint including
complaints received from MBS-PMU/PMA related to the operation of buses.
5.2.21 Bear the cost of license/Route permit and that for the registration of the buses.
5.2.22 Comply with the provisions of the applicable Motor Vehicles Ordinance / Act, the
regulations and rules framed in the standards and all other applicable local,
provincial, and federal laws. The Inability of the bus Investor(s) / Operator(s) to
comply with rules, regulations and procedures will be penalized as per penalty
mechanism.
5.2.23 Comply, complete, and follow all reasonable commands, directions, and
requirements of the MBS-PMU/PMA in respect of the operation, including
directions and requirements that ensure public safety and security.
5.2.24 Engage and train drivers for buses. It is expected that driver must possess at least a
graduate degree and shall be tested and declared capable of reading English
instruction/tabs. The drivers will be trained for the use of the Driver Console by the
MBS-PMU/PMA through AFC-BSS; however, the qualification of drivers is
mandatory for understanding the system parameter and discipline of the system.
5.2.25 Arrange for fuel of buses with reserve fuel to implement the schedules smoothly
without any interruption.
5.2.26 Start operation of buses as per procedure laid-down in the agreement or upon
award of the letter for initiation of operation.
5.2.27 Ensure that there are no advertisements displayed on the outside surface of the
-
7/29/2019 Metro Bus Service
37/78
Page 37 of78
buses
5.2.28 Ensure that the types, forms, and locations of all advertisement being displayed
inside the buses should not be placed without written approval of the MBS-
PMU/PMA; and should strictly conform to the rules, regulation and procedures as
notified by the MBS-PMU/PMA.
5.2.29 Ensure and deploy at least eight (8) toe-away vehicles to haul stalled buses to depot
in a timely fashion.
5.2.30 Ensure that dead mileage is limited to no more than 2 kilometers per bus per day
5.3 Transport Department
5.3.1 Provide and notify fare structure and business rules for Bus operation
5.3.2 Provide Bus operator the rights/route permits to operate buses on the MBScorridor and the right to use the Depot so that Bus Operator can perform its
obligations in a timely manner.
5.3.3 Attempt to grant timely approvals and documents when required.
Key Service-level parameters
Any breach of defined service levels will entail penalties; service level agreement (SLA) is further
elaborated in Annexure-O.
Revenue collection and payment- Joint mechanism for AFC-BSS Contractor and Bus Operator
1 An escrow account shall be opened by the GoPb (via MBS-PMU/PMA) in the Bank of Punjab
(BOP). The escrow account will be jointly operated by authorized representatives of the
Government of Punjab/MBS-PMU/PMA, the AFC-BSS Service Provider, and bus operator.
2 The BOP shall issue a set of non-live card/token numbers (series) to the AFC-BSS contractor, for
printing and selling.
3 The AFC-BSS contractor shall arrange printing of the cards/tokens, based on card/token design
specified by PMA
4 The AFC-BSS contractor shall request the BOP to activate the card/token numbers for live online
recognition.
5 Prior to card activation, an amount equivalent to the value of the cards being activated, shall be
deducted from the AFC-BSS contractors account and deposited in the escrow account.
6 Sale of tickets (cards/tokens) shall be the responsibility of the AFC-BSS contractor.
-
7/29/2019 Metro Bus Service
38/78
Page 38 of78
7 For activation and subsequent recharging of cards (Smart cards) and tokens/throwaway media, the
AFC-BSS contractor shall arrange Bulk Initialization Machines (BIM),and place BIMs at
premises specified by MBS-PMU/PMA.
8 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 Escrow Account of the GoPb, and the BOP will subsequently load credit in the BIM/POSmachine.
9 The revenue collected will be disbursed to all concerned parties via agreed formula.
10 Payments from the Escrow Account will be made to AFC-BSS Contractor, the Bus Operator, and to
other qualified service providers based upon agreed policies, formulas, and reconciliation reports
from AFC-BSS.
11 If there is surplus balance in the Escrow Account, the amount will be retained by GoPb/MBS-
PMU/PMA. If there is deficit in the Escrow Account (that is, all service providers cannot be paid)
then GoPb/MBS-PMU/PMA/ will arrange for the deficit amount and make payments that are due.
12 Payment to the Bus Operator shall be made for actually plied Kilometers on monthly basis
13 Regular third-party audit (financial as well as technical) to be made an integral part of the Operation
IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the
laws ofPakistan as of the day, month and year first indicated above.
For [full legal name of the Purchaser]: For [full legal name of the Operator]:
Signature Signature
Name Name
Witnessed By: Witnessed By:
WITNESSES
Signature __________________ Signature ____________________
CNIC # __________________ CNIC # ____________________
Name __________________ Name ____________________
Designation__________________ Designation ____________________
Address _________________ Address __________________
-
7/29/2019 Metro Bus Service
39/78
Page 39 of78
II General Conditions of Contract
31. Contract
The Purchaser shall, after receipt of the Performance Security from the successful Tenderer,
send the Contract provided in the Tender Document, to the successful Tenderer. Within ten
working days of the receipt of such Contract, the Tenderer shall sign and date the Contract andreturn it to the Purchaser.
32. Contract Documents and Information
The Operator shall not, without the Purchaser'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 Purchaser 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.
33. Contract Language
The Contract and all documents relating to the Contract, exchanged between the Operator and
the Purchaser, shall be in English. The Operator shall bear all costs of translation to English and
all risks of the accuracy of such translation.
34. Patent Rights and Rights to the Contents of the Program
The Operator shall indemnify and hold the Purchaser and the Purchaser 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 Purchaser will hold the exclusive rights to the
contents of this program.
35. Insurance
The Operator shall provide such insurance of the buses as is 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 Purchaser.
36. Execution Schedule
The Operator shall submit an Execution Schedule, giving details of services rendered, as
required under the Contract, to the Client, within three days of the signing of the Contract.
37. Payment
The procedure for payments to operator shall be as under:
36.1 The Operator shall submit an Application for Payment (Invoice), in the prescribed form, to the
Client. The Application for Payment shall: be accompanied by such invoices, receipts or other
documentary evidence as the Client may require; state the amount claimed; and set forth in
-
7/29/2019 Metro Bus Service
40/78
Page 40 of78
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.36.2 The Purchaser shall issue a Certificate of Payment, in the prescribed form, with a copy to the
Operator, verifying the amount due, within seven days of receipt of an Application for
Payment. The Client may withhold a Certificate of Payment on account of defect(s) / short
coming(s) in the services provided. The Client may make any correction or modification in aCertificate of Payment that properly be made in respect of any previous certificate.
36.3 The Purchaser shall pay the amount verified in the Certificate of Payment within twenty one
(21) days of receipt of a Certificate of Payment. Payment shall not be made in advance. ThePurchaser shall make payment for the Services provided, to the Operator, as per GoPb policy,
in Pak Rupees, through treasury cheque.
36.4 Payments shall be made against successful delivery of services as per operation plan and
actually travelled kilometers.
38. Price
The Operator shall not charge prices for the equipment and services provided and for other
obligations discharged, under the Contract, varying from the prices quoted by the Operator in
the Price Schedule or not agreed by the Purchaser as per this Contract
39. Contract Amendment
38.1 The Purchaser may, at any time, by written notice served on the Operator, 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.
38.2 The Operator shall, within ten working days of receipt of such notice, submit a cost estimate andexecution schedule of the proposed change (hereinafter referred to as the Change), to the
Purchaser.
38.3 The Operator shall not execute the Change until and unless the Purchaser has allowed the said
Change, by written order served on the Operator with a copy to the Client.
38.4 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.
38.5 No variation in or modification in the Contract shall be made, except by written amendmentsigned by both the Purchaser and the Operator.
40. Assignment / Subcontract
39.1 The Operator will not assign or sub-contract its obligations under the Contract, in whole or in
part, except with the Purchaser's prior written consent.
39.2 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.
41. 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 Purchaser,
promptly indicate the facts of the delay, its likely duration and its cause(s). As soon as
practicable after receipt of such notice, the Purchaser 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 with a copy to the Client, extend the Operator's time for performance of its
obligations under the Contract.
-
7/29/2019 Metro Bus Service
41/78
Page 41 of78
42. 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 Purchaser may, without prejudice to any other right of action /
remedy it may have, levy liquidated damages as follows:
LD per day = (Factor F x 200 x Number of Buses x Value X)
(See Price Tables in Annexure L for value of X)
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 Purchaser, and
the actual delivery date(s) (This penalty will also be invoked on the commitments given by the
Operator in the technical proposal)
43. Forfeiture of Performance Security
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 Purchaser may, without prejudice to any other right of action /
remedy it may have, forfeit Performance Security of th