bidding document for installation of security surveillance ... · outside plant civil works on ring...

95
1 1 BIDDING DOCUMENT For Installation of Security Surveillance System at Entry & Exit Points of City & Civil Work for Outside Plant (OSP) On Ring Road Tender No: PSCA/22/15 - March /19 Punjab Safe Cities Authority Date 25 - March 2019

Upload: others

Post on 28-Jun-2020

5 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

1

1

BIDDING DOCUMENT

For Installation of Security Surveillance System

at Entry & Exit Points of City &

Civil Work for Outside Plant (OSP) On Ring

Road

Tender No: PSCA/22/15 - March /19

Punjab Safe Cities Authority

Date 25 - March 2019

Page 2: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

1

DISCLAIMER

1. This request for bid documents has been prepared by the Punjab Safe cities Authority (“The

PSCA”). This request constitutes no commitment on the part of the PSCA to enter into any

arrangements with any (Original Equipment Manufacturer) or with any other person /bidder in

respect of this proposed procurement or otherwise.

2. The information contained in these bid documents or as may be subsequently provided to

bidders (whether verbally or in documentary or any other form) by or on behalf of the PSCA,

on the terms and conditions set out in these bid documents, are indicative only and are provided

solely to assist in a preliminary assessment of the proposed procurement.

3. These bid documents do not constitute an agreement; its sole purpose is to provide interested

bidders with information that may be useful to them in preparing their bids pursuant to these

bid documents.

4. These bid documents may not be appropriate for all persons and it’s not possible for PSCA to

consider the objectives and particular needs of each party which reads or uses these bid

documents.

5. The assumption, assessment, statements and information contained in theses bid documents

may not be complete, accurate and adequate or correct for the purposes of any or all bidders.

6. Each bidder should, therefore , conduct its own due investigation and analysis, check the

accuracy , adequacy , correctness, reliability and completeness of the assumption, assessments,

statements and information contained in these bid documents and seek independent

professional advice on any or all aspects of these bid documents, as deemed appropriate.

7. All information submitted in response to this bid documents becomes the property of the

Procuring agency (PSCA), including all business information and proprietary data submitted

with all rights of communication and disclosures.

8. The PSCA shall not be responsible for non-receipt of any correspondence sent by the post /

courier / email / fax.

9. No decision should be based solely on the basis of the information provided for any statements,

opinions or information provided in these bid documents.

10. While submitting a proposal in response to these bid documents, each bidder certifies that it

understands, accepts and agrees to the disclaimers set forth above.

11. Nothing contained in any provision of these bid documents or any statements made orally or

in writing by the person or party shall have the effect of negating or suspending any of the

disclaimers set forth herein.

12. This PSCA reserves the right to withdraw from or cancel this procurement bidding process or

any part thereof, or to vary any of its term at any time, without incurring any financial obligation

in connection therewith.

Page 3: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

2

1. Punjab Safe Cities Authority (PSCA) invites sealed bids from eligible bidders for the

supply of following mentioned items :

Sr. Lots

Bid Security

(Within 5% limit

of the estimated

cost)

1

Security Surveillance System at Entry & Exit Points of City

including Design & Construction of Sites, Procurement &

Installation of Traffic Management Components, OFC laying

and Operation & Maintenance

Rs. 3,000,000/-

2

Outside Plant Civil Works On Ring Road including OFC

laying, Operation & Maintenance ,Commissioning of

Cameras and Allied Equipment’s Rs.3,900,000 /-

2. Interested eligible bidders may obtain detailed bidding documents which are available

in the office of Punjab Safe Cities Authority (PSCA) after depositing/ submitting

Rs.5000/-(non-refundable) against each Lot in shape of Pay Order “Establishment

of IC3 Funds”, Account #PK31BPUN-6010-0457-6650-0010 having NTN:7129125-0

and may also be downloaded from the website of Punjab Safe Cities Authority

(www.psca.gop.pk) & PPRA (www.ppra.punjab.gov.pk).

3. Sealed bids must be reached in this office on or before PST 1500 hours on April 15, 2019 accompanied with a Bid Security as mentioned above in the form of CDR from

a scheduled Bank of Pakistan that shall be opened on same date in the presence of

bidders representatives who chose to attend at PST 1530 hours in the office of Punjab

Safe Cities Authority (PSCA) on the same date.

4. For obtaining any further information or clarifications, please contact the procurement

department of Punjab Safe Cities Authority.

Page 4: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

3

Table of Contents

Contents

PART- I (SECTION I) ......................................................................................................................................... 4

INSTRUCTIONS TO BIDDERS ........................................................................................................................ 4

SECTION-II........................................................................................................................................................ 22

BID DATA SHEET ............................................................................................................................................ 22

SECTION-III ...................................................................................................................................................... 25

SCHEDULE OF REQUIREMENTS ................................................................................................................ 25

SECTION IV....................................................................................................................................................... 26

TECHNICAL SPECIFICATIONS ................................................................................................................... 26

SECTION V ........................................................................................................................................................ 58

EVALUATION CRITERIA ............................................................................................................................ 58

FOR ALL LOTS ............................................................................................................................................... 58

SECTION VI....................................................................................................................................................... 59

BIDDING FORM FOR LOT – 1 & LOT – 1 ................................................................................................... 59

1. BID SUBMISSION FORM .................................................................................................................. 59 1. BID SUBMISSION FORM II .............................................................................................................. 61 2. MANUFACTURER’S AUTHORIZATION FORM .................................................................................. 68

PART-II (SECTION I) ....................................................................................................................................... 73

1. CONTRACT FORM ................................................................................................................................... 73 2. PERFORMANCE SECURITY FORM ..................................................................................................... 74

SECTION II ........................................................................................................................................................ 75

GENERAL CONDITIONS OF CONTRACT ................................................................................................. 75

SECTION III ...................................................................................................................................................... 93

SPECIAL CONDITIONS OF CONTRACT .................................................................................................... 93

Page 5: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

4

Part- I (Section I) INSTRUCTIONS TO BIDDERS

A. Introduction

1. Source of

Funds

1.1 Punjab Safe Cities Authority (PSCA) has enough budget and

intends to apply a portion of the proceeds of this budget subject to

approval from the competent authority to eligible payments under

the contract for which this Invitation for Bids is issued.

2. Eligible

Bidders/

Contractor

2.1 This Invitation for Bids is open to all Service Provider’s, except as

provided hereinafter.

2.2 Government-owned enterprises may participate only if they are

legally and financially autonomous, if they operate under

commercial law, and if they are not a dependent agency of the

Government.

2.3 Bidders shall not be under a declaration of blacklisting by any

Government department or Punjab Procurement Regulatory

Authority (or any PPRA) or involved in any corrupt practice or

facing such case anywhere.

2.4 Each bidder is allowed to submit only one bid for each LOT, either

individually or as a partner/Joint of a company/firm etc. In case a

bidder submits more than one bid his/its all bids shall be rejected.

2.5 Joint Venture (JV) is allowed for this project. Bidder to provide

the documentary evidence/undertaking on legal paper, properly

signed and stamped. Bids submitted by a JV shall include the Joint

Venture Agreement entered into by all partners. The agreed Bid

submitted by a joint venture of two (2) or more firms shall comply

with the following requirements:

a. In case of a successful bid, the Form of JV Agreement shall be

signed so as to be legally binding on all partners within 7 days of

the receipt of letter of acceptance failing which the contract/the

letter of acceptance shall stand void and redundant.

b. One of the joint venture partners shall be nominated as being in

charge; and this authorization shall be evidenced by submitting a

power of attorney signed by legally authorized signatories of all

the joint venture partners;

Page 6: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

5

c. The partner-in-charge shall always be duly authorized to deal with

the Employer/PSCA regarding all matters related to the

performance, services regarding project/procurement as per the

Terms and Conditions (T&C);

d. All partners of the joint venture shall at all times and under all

circumstances be liable jointly and severally for the execution of

the Contract in accordance with the Terms & Conditions (T&C)

of the Contract;

e. A copy of JV agreement shall be submitted along with the bid and

before signing of the Contract, stating the conditions under which

JV will function, its period of duration that shall not be less than

the period of the contract/project. The JV agreement shall be the

part of the contract and no amendment/modification whatsoever in

the JV agreement shall be allowed without the prior permission of

the employer/PSCA.

f. In case of any default or found involve in corrupt practice or

unable to perform in accordance with T&C of the agreement or

any delay or incomplete or defective bid or cause any damage

whatsoever to the employer/PSCA all the partners of the JV shall

be blacklisted as per applicable laws or any other penalty may be

imposed by PSCA in this regard.

3. Origin of

Goods

3.1 All Goods and related services to be supplied under the contract

shall have their origin in eligible source countries, defined in the

Bid Data Sheet (BDS), and all expenditures made under the

contract will be limited to such Goods and ancillary services,

3.2 For purposes of this clause, “origin” means the place where the

Goods are mined, grown, or produced, or the place from which the

related services are supplied. Goods are produced when, through

manufacturing, processing, or substantial and major assembly of

components, a commercially-recognized product results that is

substantially different in basic characteristics or in purpose or

utility from its components.

3.3 The origin of Goods is distinct from the nationality of the Bidder.

3.4 The bidder may visit the site at his own risk and cause if he desired

so.

4. Cost of

Bidding

4.1 The Bidder shall bear all costs associated with the preparation and

submission of its bid, and the Punjab Safe Cities Authority (PSCA)

will in no case be responsible or liable for those costs, regardless

of the conduct or outcome of the bidding process.

Page 7: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

6

B. The Bidding Documents

5. Content of

Bidding

Documents

5.1 The Goods / Works / Services required, bidding procedures, and

contract terms are prescribed in the bidding documents. In

addition to the Invitation for Bids, the bidding documents include:

a. Instructions to Bidders (ITB);

b. Bid Data Sheet;

c. Schedule of Requirements;

d. Technical Specifications;

e. Bid Submission Form;

f. Manufacturer’s Authorization Form;

g. Price Schedules;

h. Contract Form;

i. Performance Security Form;

j. General Conditions of Contract (GCC);

k. Special Conditions of Contract (SCC);

l. Specification & Design if any;

m. Delivery time or completion time/schedule;

n. Bid evaluation Criteria;

o. Any other / subsequent from if any;

p. Payment Milestones

5.2 The Bidder is expected to examine all instructions, forms, terms,

and specifications in the bidding documents. Failure to furnish all

information required by the bidding documents or to submit a bid

or substantially responsive to the bidding documents in every

aspect will be at the Bidder’s risk and may result in the rejection

of its bid.

6. Clarification of

Bidding

Documents

6.1 A prospective Bidder requiring any clarification of the bidding

documents may notify the Punjab Safe Cities Authority (PSCA)

in writing or by email at the Punjab Safe Cities Authority’s

address before a week to the closing date of the bids or as per

decision of PSCA. The PSCA may call a Pre- Bid meetings for

discussion by informing the prospective bidders if deems so.

7. Amendment of

Bidding

Documents

7.1 At any time prior to the deadline for submission of bids, the Punjab

Safe Cities Authority, for any reason, whether at its own initiative

or in response to a clarification requested by a prospective Bidder,

may modify the bidding documents by amendment.

7.2 All prospective bidders that have received the bidding

documents will be notified of the amendment in writing or by

email, and will be bidding on them.

Page 8: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

7

7.3 In order to allow prospective bidders reasonable time in

which to take the amendment into account in preparing their

bids, the Punjab Safe Cities Authority, at its discretion,

may extend the deadline for the submission of bids.

C. Preparation of Bids

8. Language of

Bid

8.1 The bid prepared by the Bidder, as well as all correspondence

and documents relating to the bid exchanged by the Bidder

and the Punjab Safe Cities Authority (PSCA) shall be written

in English language specified in the Bid Data Sheet.

Supporting documents and printed literature furnished by the

Bidder may be in same language.

8.2 In case of any other language, the authentic copy of the

translation & translated document should be enclosed and

is case of any ambiguity the true contract / copy should be

prevailed.

9. Documents

Comprising

the Bid

9.1 The bid prepared by the Bidder shall comprise the following

components:

(a) a Bid Form and a Price Schedule completed in accordance

with ITB Clauses 10, 11, and 12; and evaluate Criteria.

(b) documentary evidence established in accordance with ITB

Clause 13 that the Bidder is eligible to bid and is qualified to

perform the contract if its bid is accepted;

(c) documentary evidence established in accordance with ITB

Clause 14 that the Goods / Works / Services and ancillary

services to be supplied by the Bidder and conform to the

bidding documents; and

(d) Bid security furnished in accordance with ITB Clause 15 or

any other information required by PSCA.

10. Bid Form

10.1 The Bidder shall complete the Bid Form and the appropriate Price

Schedule furnished in the bidding documents, indicating the

Goods / Works / Services to be supplied, a brief description of the

Goods / Works / Services, and their country of origin, quantity,

and prices.

Page 9: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

8

11. Bid Prices 11.1 The Bidder shall indicate on the appropriate Price Schedule the

unit prices (where applicable) and total bid price of the Goods /

Works / Services (including all applicable taxes) it proposes to

supply under the contract.

11.2 Prices quoted by the Bidder shall be fixed during the Bidder’s

performance of the contract and not subject to variation on any

account, unless otherwise specified in the Bid Data Sheet. A bid

submitted with an adjustable price / Optional quotation will be

treated as nonresponsive and will be rejected.

12. Bid Currencies 12.1 Prices shall be quoted in Pak Rupees unless otherwise specified

in the Bid Data Sheet.

13. Documents

Establishing

Bidder’s

Eligibility and

Qualification

13.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the Bidder’s eligibility to bid and its

qualifications to perform the contract if its bid is accepted.

13.2 The documentary evidence of the Bidder’s eligibility to bid shall

establish to the Punjab Safe Cities Authority (PSCA) satisfaction

that the Bidder, at the time of submission of its bid, is eligible as

defined under ITB Clause 2.

13.3 The documentary evidence of the Bidder’s qualifications to

perform the contract if its bid is accepted shall establish to the

Punjab Safe Cities Authority (PSCA)satisfaction:

(a) that, in the case of a Bidder offering to supply Goods / Works

/ Services under the contract which the Bidder did not

manufacture or otherwise produce, the Bidder has been duly

authorized by the’ Manufacturer or producer to supply in

Pakistan;

(b) that if a bidder is a firm / company or organization has a valid

certificate from Govt. entity in respect of its registration /

renewal.

(c) that the Bidder has the financial, technical, and production

capability necessary to perform the contract;

(d) that, in the case of a Bidder not doing business within

Pakistan, the Bidder is or will be (if awarded the contract)

represented by an Agent in that country equipped, and able

to carry out the Contractor’s maintenance, repair, and spare

parts-stocking obligations prescribed in the Conditions of

Contract and/or Technical Specifications if otherwise is not

mentioned; and

(e) that the Bidder meets the qualification criteria listed in the

Bid Data Sheet.

Page 10: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

9

14. Documents

Establishing

Goods / Works

/ Services’

Eligibility and

Conformity to

Bidding

Documents

14.1 Pursuant to ITB Clause 9, the Bidder shall furnish, as part of its

bid, documents establishing the eligibility and conformity to the

bidding documents of all Goods / Works / Services, which the

Bidder proposes to supply under the contract.

14.2 The documentary evidence of the eligibility of the Goods / Works

/ Services shall consist of a statement in the Price Schedule of the

country of origin of the Goods offered which shall be confirmed

by a certificate of origin issued at the time of shipment.

14.3 The documentary evidence of conformity of the Goods / Works /

Services to the bidding documents may be in the form of literature,

drawings, and data, and shall consist of:

(a) a detailed description of the essential technical and

performance characteristics of the Goods / Works / Services;

14.4 The successful Bidder may substitute alternative standards, brand

names, and/or catalogue numbers in its bid, provided that it

demonstrates to the Punjab Safe Cities Authority (PSCA)

satisfaction that the substitutions ensure substantial equivalence or

higher to those designated in the Technical Specifications in case

if such brand /item /equipment has been abundant or ceased;

15. Bid Security 15.1 Pursuant to ITB relevant clause, the Bidder shall furnish, as part

of its bid, a bid security in the amount specified in the Bid Data

Sheet.

15.2 The bid security shall be in Pak. Rupees as per bid data sheet or as

required by PSCA.

15.3 Unsuccessful bidders’ bid security will be discharged or returned

as promptly as possible the expiration of the period of bid validity

prescribed by the Punjab Safe Cities Authority (PSCA) pursuant

to relevant ITB Clause as per PPRA rules 2014 (amended). The

bid security of successful bidder shall be released after issuing of

advance acceptance letter/contract and after receiving the

performance guarantee.

15.4 The bid security is required to protect the Punjab Safe Cities

Authority (PSCA)against the risk of Bidder’s conduct which

would warrant the security’s forfeiture under the followings:

(a) if a Bidder withdraws its bid during the period of bid validity

specified by the Bidder on the Bid Form; or

Page 11: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

10

(b) In the case of a successful Bidder, if the Bidder fails;

I. to sign the contract in accordance with requirements

II. to furnish performance security in accordance with

relevant ITB Clause.

III. to submit its bid in accordance with the conditions of

knock out clause / basic requirement or in case of any

false information or submission a fake documents or

in case of any illegal / fraudulent practice.

15.5 In case of JV, the Bid Security of a JV must be in the name of the

JV that submits with bid. If the JV has not been legally constituted

at the time of bidding, the Bid Security shall be in the names of

all future partners as named in the letter of intent to constitute the

JV.

16. Period of

Validity of

Bids

16.1 Bids shall remain valid for the period specified in the Bid Data

Sheet after the date of bid opening prescribed by the Punjab Safe

Cities Authority, pursuant to ITB Clause 18. A bid valid for a

shorter period shall be rejected by the Punjab Safe Cities Authority

(PSCA).

16.2 In exceptional circumstances, the Punjab Safe Cities Authority

(PSCA) may solicit the Bidder’s consent to an extension of the

period of validity as provided in PPRA Rules 2014.

D. Submission of Bids

17.Sealing/Signing

/Submitting of

Bids

17.1 The Bidder shall seal the bid(s) in separate envelope after duly

marking the each page and stamping, signing of the bid(s) (each

pages) and then separately in an outer envelope according to

PPRA Rules.

17.2 PSCA shall not be responsible for any injury / causality resulting

from any accident / mishap to the vender / staff in connection to

the provision of Goods / Works / Services / ancillary services

towards compensation / medical care etc incurred for the same or

breach of any law.

18. Deadline for

Submission of

Bids

18.1 Bids must be received by the Punjab Safe Cities Authority (PSCA)

at the address specified not later than the time and date specified

in the Tender.

Page 12: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

11

18.2 The Punjab Safe Cities Authority (PSCA) may, at its discretion,

extend this deadline for the submission of bids by amending the

bidding documents in accordance with PPRA Rules 2014.

19. Late Bids 19.1 Any bid received by the Punjab Safe Cities Authority (PSCA)

after the deadline for submission of bids prescribed by the Punjab

Safe Cities Authority (PSCA) pursuant to ITB Clause 19 will be

rejected and returned unopened to the Bidder.

20. Withdrawal of

Bids

20.1 The Bidder may withdraw its bid after the bid’s submission, by

providing a written notice to Punjab Safe Cities Authority (PSCA)

prior to one (01) day of the deadline for submission of bids.

20.2 The Bidder’s withdrawal notice shall be prepared, sealed, marked,

and dispatched in accordance with the provisions of said ITB

Clauses.

E. Opening and Evaluation of Bids

21. Process of 21.1 Single Stage two envelop/process/ method provided in rule

Procurement 38 of PPRA Rules 2014 shall be followed if otherwise it is

not mentioned.

22. Opening of

Bids by the

Punjab safe

cities authority

22.1 The Punjab Safe Cities Authority (PSCA) will open all bids in the

presence of bidders’ representatives who choose to attend, at the

time, on the date, and at the place specified in the Bid Data Sheet.

The bidders’ representatives who are present shall sign an

attendance sheet evidencing their presence.

22.2 The bidders’ names, bid modifications or withdrawals, bid prices,

discounts, and the presence or absence of requisite bid security and

such other details as the Punjab Safe Cities Authority, at its

discretion, may consider appropriate, will be announced at the

opening. No bid shall be rejected at bid opening, except for late

bids, which shall be returned unopened to the Bidder.

23. Clarification of

Bids

23.1 During evaluation of the bids/prior the signing of the contract, the

Punjab Safe Cities Authority (PSCA) may, at its discretion, ask

the Bidder for a clarification of its bid. The request for

clarification and the response shall be in writing, and no change in

the prices or substance of the bid shall be sought, offered, or

permitted.

24. Preliminary

Examination

24.1 The Punjab Safe Cities Authority (PSCA)will preliminary

examine the bids to determine whether they are complete, whether

Page 13: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

12

any computational errors have been made, whether required

sureties have been furnished, whether the documents have been

properly signed, and whether the bids are generally in order.

24.2 Arithmetical errors will be rectified on the following basis. If

there is a discrepancy between the unit price and the total price

that is obtained by multiplying the unit price and quantity, the unit

price shall prevail, and the total price shall be corrected. If the

Contractor does not accept the correction of the errors, its bid will

be rejected, and its bid security shall be forfeited. If there is a

discrepancy between words and figures, the amount in words will

prevail.

24.3 The Punjab Safe Cities Authority (PSCA)may waive any minor

informality, nonconformity, or irregularity in a bid which does not

constitute a material deviation or change the substance of the bid,

provided such waiver does not prejudice or affect the relative

ranking of any Bidder.

25. Qualification

& Evaluation

of Bids

25.1 In the absence of prequalification, the Punjab Safe Cities

Authority (PSCA) will determine to its satisfaction whether the

Bidder is qualified to perform the contract satisfactorily, in

accordance with the. Criteria / Section V.

25.2 The determination will take into account the Bidder’s financial,

technical, and production capabilities. It will be based upon an

examination of the documentary evidence of the Bidder’s

qualifications submitted by the Bidder, pursuant to ITB Relevant

Clause, as well as such other information, as the Punjab Safe Cities

Authority (PSCA) deems necessary and appropriate.

25.3 The Punjab Safe Cities Authority (PSCA) will technically

evaluate and compare the bids which have been determined

to be substantially responsive, as per Technical Specifications

requirement.

25.4 The Punjab Safe Cities Authority (PSCA) will financially

evaluate a bid on delivered duty paid (DDP) standard and price

shall be inclusive of all prevailing taxes and duties, if otherwise

not mentioned.

25.5 PSCA may consider a single bid if it is responsive as per PPRA

Rules 2014.

25.6 Financial evaluation bid shall be free from all computational errors.

Page 14: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

13

26.Annoucement

of Evaluation of

Bids

26.1 PSCA shall announce the evaluation report as provided in PPRA

Rules 2014 up dated.

27. Contacting the

Punjab safe

cities authority

27.1 No Bidder shall contact the Punjab Safe Cities Authority (PSCA)

on any matter relating to its bid, from the time of the bid opening

to the time evaluation report is made public. If the Bidder wishes

to bring additional information or has grievance to the notice of

the Punjab Safe Cities Authority, it should do so in writing.

27.2 Any effort by a Bidder to influence the Punjab Safe Cities

Authority (PSCA) during bid evaluation, or bid comparison may

result in the rejection of the Bidder’s bid and forfeiting of its bid

security and its blacklisting.

F. Award of Contract

28. Award Criteria 28.1 Subject to ITB Clause 30, the Punjab Safe Cities Authority

(PSCA) will award the contract to the successful Bidder whose

bid has been determined to be substantially responsive in

accordance with the evaluation Criteria and has been determined

to be the lowest evaluated bid as defined in PPRA rules 2014.

28.2 In case if more than one bidder quote the same cost / equal (lowest

bid) the Punjab Safe Cities Authority (PSCA) may ask only to

those lowest bidder at once to submit their financial bids again or

opt any other option.

29. Punjab safe

cities

authority’s

Right to Vary

Quantities at

Time of Award

29.1 The Punjab Safe Cities Authority (PSCA) reserves the right at the

time of contract awarding to add/delete terms and conditions, the

quantity of Goods / Works / Services originally specified in the

Schedule of Requirements without any change in unit price in

accordance with prevailing rules & regulations.

30. Punjab safe

cities

authority’s

Right to Accept

or Reject All

Bids

30.1 The Punjab Safe Cities Authority (PSCA)reserves the right to

reject all bids, and to annul the bidding process at any time prior

to contract award, without thereby incurring any liability to the

Bidder or bidders or any obligation to inform the Bidder or bidders

the grounds for the rejection of bids.

31. Notification of

Award

31.1 Prior to the expiration of the period of bid validity, the Punjab Safe

Cities Authority (PSCA) will notify the successful Bidder in

writing by registered letter or by email, that its bid has been

accepted subject to verification of the CDR, however this

acceptance shall not be termed as a contract or the bidders can not

made any claim or as a vested right on this ground.

Page 15: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

14

31.2 The notification of award will constitute the formation of the

Contract subject to the Performance Guarantee.

32. Signing of

Contract

33.Commencement

of the Contract

34.Integraty Pact

32.1 After notifications to the successful Bidder that its bid has been

accepted, the successful bidder will send to the PSCA, the

signed/stamped (on stamp paper) Contract provided in the bidding

documents or reviewed, incorporating all agreements between the

parties within seven (07) days (or extendable date by the PSCA).

32.2 Prior to signing of the contract the PSCA successful bidder may

discuss any issue regarding the contents of the contract with PSCA

successful bidder. But, there should be no variation or amendment

in the contract without prior approval and consent of PSCA.

However, no amendment, variation shall be allowed that violate

the principles of procurement.

32.3 The stamp duty on the contract of the same shall be imposed as per

the “The Stamp Act, 1899” that shall be paid by the bidder/

service provider.

32.4 If the successful bidder fails to submit the model contract in the

prescribed time period as mentioned above, the next lowest

evaluated bidder (whose bid is responsive and acceptable) may be

issued a letter of acceptance. In such case, the bid security of the

former bidder shall be forfeited along with any other legal action.

33.1 The Contract shall be command after submission of the required

Performance guarantee and its validation / conformation for the

bank.

34.1 PSCA may require from the bidder (qualified) for submission of

an integrity pact.

Page 16: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

15

35. Performance

Security

35.1 Within Seven (07) days of the receipt of notification of award from

the Punjab Safe Cities Authority, the successful Bidder shall

furnish the performance security in accordance with the

Conditions of Contract, on the Performance Security Form

provided in the bidding documents, or in any another form

acceptable to the Punjab Safe Cities Authority.

35.2 Failure of the successful Bidder to comply with the requirements

of relevant ITB Clauses or any other requirement by the PSCA

shall be sufficient grounds for the annulment of the award and

forfeiture of the bid security/black listing, in which event or on

any other reason deems appropriate, the Punjab Safe Cities

Authority (PSCA) may make the award to the next lowest

evaluated Bidder (responsive bidder) or call for new bids (re-bid).

35.3 In case of JV, the Performance Security of a JV must be in the

name of the JV or as per the satisfaction of the PSCA.

36. Corrupt or

Fraudulent

Practices

36.1 The Punjab Safe Cities Authority (PSCA) requires that Bidders,

Contractors, and Contractor observe the highest standard of ethics

during the procurement and execution of contracts. For the

purposes of this provision, the terms set forth in PPRA Rules /Act

shall be applicable:

(a) The Punjab Safe Cities Authority (PSCA) will bar/black list a

firm, in accordance with prevailing Blacklisting procedures

under Punjab Procurement Rules 2014 or initiate any legal

action against such bidders who involve in such corrupt or

fraudulent practices in any case if deems so.

37. Grievance 37.1 In case of any dis-satisfaction or objection against the evaluation /

Redressel report the aggrieved bidder may approach to the grievance redressed

Committee committee that shall be notified by the PSCA for the purpose to

address the grievance within 10 days after the announcement of

the evaluation report as provided in PPRA rules 2014 amended.

38. Resolution

of Disputes

38.1 The Punjab Safe Cities Authority (PSCA)and the

Contractor shall make every effort to resolve amicably by

direct informal negotiation any disagreement or dispute

arising between them under or in connection with the

Page 17: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

16

Contract. If, after thirty (30) days from the commencement

of such informal negotiations.

38.2 The matter shall be referred to MD Punjab Safe Cities

Authority (PSCA) in case of bidder / Contractor and the

procuring agency/ employer / PSCA are not agreed or

dispute is unsettled after 30 days who shall decide the

matter in accordance with prevailing laws after affording

opportunity of hearing to the parties whose decision shall

be final.

38.3 In case of any objection thereafter, the matter may be

referred for judication / arbitration in accordance with

arbitration Act 1940.

39. Scope of

Work

For Lot I

39.1 Bidder will be responsible for procurement/provision, transportation,

installation, commissioning and testing of all equipment and relevant

accessories from relevant testing authority/authorities at his own cost.

39.2 Bidder will be responsible for installation of ANPR sites on Entry &

Exit locations of Lahore city.

39.3 Bidder shall responsible to carry out civil works to construct entry/exit

gates at each location as per site condition. The Design & Construction work

will be of concrete frame structure / Brick Masonry same as existing structure

and of steel structure for new sites as per design in Technical Specification.

39.4 Each ANPR site contains:

Fixed/Box ANPR Camera(s)

PTZ IP Camera(s)

IP65 rated Power/Networking Cabinet

Cabinet should have at least 8U space of 19” standard telecom

rack width.

Cabinet should have separate space/cabin for battery bank as

calculated/proposed by the bidder.

Battery backup shall have battery backup for at least 8 hours; batteries

shall be capable of maintaining the full specified current output for the

required discharge autonomy period at the rated output voltage.

Minimum recharge time to 90% of state of charge shall be 9 hours.

The cabinet should be powder coated, rust proof.

Cabinet should have proper concrete foundation which must include

cable/pipes inlet so that no pipes/cables are exposed.

Page 18: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

17

Each cabinet should have locking mechanism to prevent

vandalism/theft.

Anti-theft cage/system should be provided to secure the equipment’s

inside the cabinet.

Cabinet should have exhaust fans (fresh air in and heat out) placed on

safe location of the cabinet where water cannot reach.

Proper earthing/grounding must be done for each cabinet/poles.

Each cabinet must have a sticker pasted on each sides of the cabinet

Cabinet Number (Safe Spot ID) = 4 Digits

Final design of the sticker must be approved by the employer before

printing.

Cabinet should have enough space to easily mount/install below

mentioned equipment

UPS/Rectifier/Electricity Related equipment such as circuit breakers,

power sockets, surge protectors etc.

Batteries (Dry Cell)

Networking Equipment (Switch(es), fiber termination equipment

Local NVR/Storage device(s)

All equipment must be properly mounted in the cabinet using proper

accessories and should not be just placed in the cabinet.

Cabinet must have built-in alarm system which should cover

Door Open/Close state and alarm

Fire Alarm

Low Battery Voltage Alarm

Main Power Supply Failure Alarm

Temperature sensor

All above and other related real-time status/alarm must be available in

control room.

Bidder will install suitable LED lights or any other equipment to

ensure proper capture/reading of number plates at night or in low light

conditions.

39.5 ANPR Cameras should fulfill following requirements:

ANPR cameras should capture vehicles from the front. One camera

shall cover one traffic lane. A selection of number plates which shall

be read by the ANPR system are identified in Technical Specification.

The system shall be capable of achieving below capture and read rates,

in all weather conditions (and average wind speeds of up to 20 m/s),

day and night on Punjab plates identified in Technical Specification.

Page 19: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

18

The system shall also have the capability to read a range of

international, variants of the Punjab standard and other Pakistani

plates.

Type of Plate and Vehicle Capture and Read Rates (Day)

Capture and Read Rates (Night)

Existing Punjab standard plate – Car / Rickshaw / Truck etc.

Capture = 97% Read = 97%

Capture = 95% Read = 95%

Existing Punjab standard plate – Motorcycle (front)

Capture = 80% Read = 55%

Capture = 75% Read = 50%

Future Punjab standard plate – Car / Rickshaw / Truck etc.

Capture = 97% Read = 97%

Capture = 95% Read = 95%

Future Punjab standard plate – Motorcycle (front)

Capture = 80% Read = 70%

Capture = 75% Read = 65%

To achieve the required recognition rate, all the processing for example

OCR or any other image processing can be done on camera or at data

center. It shall have local storage of at least 48 hours. In case of

network failure / disconnection from the center all the data including

images shall be store on camera site and shall be transferred to the

Centre after network is restored.

The system shall capable to capture and read multiple vehicles (Cars,

motorbikes, trucks etc.) in a single lane

Capture number plates from 3 to 30 meters in all weather conditions at

speed up to 200 KMPH. Capture images and number plates both day

and night in all weather conditions.

The polarization filter shall provide clear image of driver in all weather

conditions during the day and during the night

The Vehicle Registration Mark/ Plate capture shall provide a color

image.

All ANPR cameras shall capture images up to a speed of 200kph.

CAT-6 FTP pure copper cable must be used for networking while

appropriate power cables (minimum 4mm 2 core 600/1000 flexible)

according to the electrical requirements should be used.

All wires must be concealed properly whether inside ducts or

underground. No wires/pipes should be exposed and proper

weatherproofing must be ensured.

Each cabinet must be equipment with a fiber optic and PoE/PoE+

supported network switch.

Requirement for electric power

Page 20: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

19

Each IPNV site will be connected to existing fiber optic network and

bidder is responsible for laying of fiber optic cable as well as

connectivity and all related work/equipment/accessories/any other

related work.

39.5 Fiber optic requirements are attached.

39.6 Bidder is responsible to energize the site with LESCO main supply.

All related equipment e.g power cable, allied civil work and other

accessories will be bidder’s responsibility.

Bidder will install speed hump in each lane of the road on both entry

and exit side to reduce the vehicle speed.

Bidder will provide polyethylene UV protected road barriers.

Bidder will provide/install polyethylene delineators near each ANPR

site to separate the traffic lanes

Bidder will install traffic signage near each ANPR site for

understanding and awareness of drivers.

Bidder will provide informatory signs of 3M diamond grade reflective

sheeting i/c aluminum board with back frame to be fixed at top of entry

exit gates complete as per design and specifications

Bidder will paint line/lane markings and other related symbols such as

arrows, zebra crossings, shoulder lane marking, lane separator

marking, centre line marking etc.

Bidder shall use thermoplastic road marking paint (1.5mm thick).

One IPNV fixed bullet camera must be installed at each site facing

opposite to the ANPR cameras direction and covering all the lanes.

This camera will be just for monitoring purpose and not license plate

reading.

The estimated number of Cameras to be installed has been provided in

the relevant portion of bidding document which may increase as per

the requirement without violating the prevailing laws.

Bidder will responsible to restore the site to its original condition

keeping in view the safety of newly installed equipment / Poles. All

restoration work will be of same standard as per existing condition /

site requirements.

Bidder will be responsible for operations and maintenance of all

above said equipment’s / projects constructed, installed for a period

of 02 years from the date of Taking over Certificate (TOC). The

operations and maintenance includes :

Warranty of all equipment/accessories.

Page 21: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

20

Scope of Work

For Lot II

Repair/Replacement of any faulty equipment/accessories.

Bidder is responsible for installation of replacement equipment

(temporary) until the original equipment is back after

replacement/repair.

Bidder is responsible for keeping adequate spares during the entire

operations and maintenance period at a location of employer’s choice

of above mentioned Lots.

Bidder will be responsible to arrange Design & Construction work

equipment’s such as traffic cones, road closure barriers, traffic signs

and all workmanship should be equipped with safety jackets. The

Design & Construction work arrangement should be submitted to

employee for approval before execution of work.

39.6 The Bidder will be responsible for OFC Laying up to 5 Km for

Security Surveillance System at Entry & Exit Points of city.

39.7 The Bidder will be responsible for operation & maintenance for 2

years.

39.8 Bidder will be responsible for Design & Construction of 36

and 55 foundations for power system and poles (extendable)

respectively. Bidder have to provide foundation design for poles

and power cabinets keeping in view physical site condition and

constraints.

Bidder will be responsible for installation / commissioning /

energization of poles, power system, cameras and allied

equipment’s.

Proper earthing / grounding must be done for each cabinet.

Each cabinet must have a sticker pasted on 3 sides of the

cabinet (apart from the mounting side) which displays.

Cabinet Number (Safe Spot ID) = 4 Digits.

The employer before printing must approve final design of

the sticker.

Each pole should have a lightening arrestor rod fitted properly on

top of the pole.

Page 22: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

21

Bidder is responsible to energize the site with LESCO main

supply. All related equipment e.g power cable, electric power

meter and other accessories will be bidder’s responsibility.

Bidder will be responsible for operations and maintenance of OFC

only for a period of 02 years from the date of Taking over

Certificate (TOC). The operations and maintenance includes

Warranty of all equipment/accessories.

Repair/Replacement of any faulty equipment/accessories.

Bidder will responsible to restore the site to its original

condition keeping in view the safety of newly installed

equipment / Poles.

Page 23: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

22

Section-II

Bid Data Sheet

The following specific data for the Goods / Works / Services to be procured shall complement,

supplement, or amend under the provisions in the Instructions to Bidders (ITB) Part One.

Whenever there is a conflict, the provisions herein shall prevail over those in ITB.

Introduction

PUNJAB SAFE CITIES AUTHORITY

Name of Project: Installation of Security Surveillance System at Entry & Exit Points of City &

Civil Work for Outside Plant (OSP) On Ring Road

For clarification purposes, the Employer’s address is: PSCA – Qurban Lines, Jail Road,

Lahore. Phone : 042-99051605-8 and Email: [email protected] Requests for

clarification shall be received by the Punjab Safe Cities Authority (PSCA) no Later than [12-

04-2019]

Language of the bid – English

Bid Price and Currency

The price quoted shall be Delivered Duty Paid / BOQ / O & M at the following locations in

accordance with the Schedule of Requirements including the delivery charges: [PSCA

Lahore]

The price shall be in Pak Rupees (including all taxes) and shall be fixed.

Preparation and Submission of Bids

Mandatory Requirement For All Lots –

a. Certificate of Incorporation of bidders firm showing its location and the date of

registration etc.

b. NTN & GST.

c. Professional Tax Certificate

d. Punjab Sales Tax

e. Registration with PEC (Pakistan Engineering Council)

f. Signed & stamped bidding document and all attachments

Page 24: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

23

Audited Balance Sheet or Bank Statement for the last 2 financial years (2017, 2018).

Qualification Requirements ;

In addition to ITB relevant clause, the potential bidder must also fulfill the following:-

a) Technical Brochures of Equipment quoted, mentioning its specifications, manufacture’s

model, product number, and country of origin.

b) An average annual Turnover from the sale of all types of equipment for the last 2 years.

c) Authority Letter from the Bidder Company authorizing the relevant person to represent

the company.

d) Submission of undertaking on legal valid and attested stamp paper that the firm, company,

joint venture (any partner of JV) or consortium is not blacklisted by any of Provincial or

Federal Government Department, Agency, Organization or autonomous body or Private

Sector Organization anywhere in Pakistan.

e) A certificate from the dealer that all spare parts of the equipment to be supplied are

easily available in Pakistan in the local market or from company owned outlets along

with a certificate that its quoted price is not more than the price of market value.

Amount of Bid Security:

Sr. Item

Bid Security

(Within 5%

limit of the

estimated cost)

1

Security Surveillance System at Entry & Exit Points of City

including Design & Construction of Sites, Procurement &

Installation of Traffic Management Components, OFC laying

and Operation & Maintenance

Rs. 3,000,000/-

2

Outside Plant Civil Works On Ring Road including OFC

laying, Operation & Maintenance ,Commissioning of

Cameras and Allied Equipment’s Rs.3,900,000 /-

1. Bids shall be in the prescribed format, sealed and accompanied by the Bid Security

in the form of Call Deposit Receipt (CDR) in favor of [“Establishment of IC3

Funds”, Account # PK31BPUN-6010-0457-6650-0010 (Bank of

Punjab) having NTN: 7129125-0 having its validity 120 days from the date

of opening of bid that shall be annexed with the technical proposal (bid).

Bid Validity Period: 120 days after the date of opening of bid.

Bids must be accompanied by unit price and total price.

Deadline for Bid Submission: April 15, 2019 no later than 1500 Hours

Page 25: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

24

Time, Date, and Place for Bid Opening: April 15, 2019 at 1530 Hours PSCA Office

Bid Evaluation

Criteria for bid evaluation: Lowest Delivered Duty Paid (DDP) / BOQ / O & M Total Price

offered by the qualified responsive bidder.

Contract Award

Percentage for quantity increase or decrease accordance with PPRA rules.

Page 26: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

25

Section-III

Schedule of Requirements

The delivery schedule expressed as weeks stipulates hereafter a delivery date which is the date

of delivery required.

TABLE 1 COMPLETION SCHEDULE

Sr. Lots

Completion Period from

the date of Notification of

Award/ Contract

1

Security Surveillance System at Entry & Exit Points

of City including Design & Construction of Sites,

Procurement & Installation of Traffic Management

Components, OFC laying and Operation &

Maintenance

2 Month

2

Outside Plant Civil Works On Ring Road including

OFC laying, Operation & Maintenance

,Commissioning of Cameras and Allied

Equipment’s

2 Month

Page 27: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

26

Section IV

Technical Specifications

Lot- I Security Surveillance System at Entry & Exit Points of City

including Design & Construction of Sites, Procurement & Installation

of Traffic Management Components, OFC laying and Operation

&Maintenance

Proposed Site Locations:

Sr.

No.

Latitude

Longitude

Site Name Design & Construction

1 31.61334924 74.30008848 Naka Old

Ravi Bridge

Use existing structure with

modification of attachment /

separations

2 31.61166305 74.29314048 Naka New

Ravi Bridge

Extension of existing structure of

same type on both ends

3 31.53880496 74.263170255 Naka

Sherakot

Proving new steel structure on

entry and exits

4 31.5806073 74.226510612 Naka

Saggiyan

Extension of existing structure of

same type on both ends

5 31.46793372 74.23168657 Naka

Thokar Niaz

Baig

Proving new steel structure on

entry and exits

6 31.35457226 74.36184157 Naka

Gajjumattah

Proving new steel structure on

entry and exits

Page 28: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

27

TENTATIVE SITES SPECIFICATIONS

Page 29: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

28

Page 30: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

29

Page 31: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

30

Page 32: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

31

Page 33: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

32

Page 34: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

33

Page 35: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

34

Page 36: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

35

Page 37: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

36

Tentative Design of On-Site Arrangements of Traffic Control Devices

Page 38: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

37

A. Existing Number Plate of Commercial Vehicles

B. Existing Number Plate of Rickshaw

Page 39: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

38

C. Existing Back Number Plate of Motor Bike

D. Existing Front Number Plate of Motor Bike

Page 40: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

39

E. Existing Number Plate of Car (White, Green, Blue & Yellow)

Page 41: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

40

Note: All the above-mentioned number plates have different combinations of Alphabets and Letters

i.e. LEJ 1482, LE 1482, LE 14, LEJ 148, LEJ 1, LEJ 1 etc. So, bidder have to consider all combinations for

all above mentioned number plates.

F. Future Proposed Number Plate of Rickshaw

G. Future Proposed Number Plate of Motor Bike

H. Future Proposed Number Plate of Car & Commercial Vehicles

Page 42: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

41

Note: The Green will be changed to white, green, yellow or blue as per vehicle type.

Informatory Sign

Page 43: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

42

ANPR CAMERA SPECIFICATIONS

ANPR camera should be able to read Pakistani Standard and non standard license plates:

Number plate reading should work both in day and night.

Capturing rate of ANPR camera should be more than 97%

Reading accuracy (correctly read number plates) should be more than 95% for

standard license plates and 60% for non standard license plates during the daytime.

Reading accuracy should be more than 92% for standard license plates and 50% for

non standard license plates during the night time.

One ANPR camera should be installed in each lane of the road.

Appropriate lighting should be installed with the ANPR cameras to ensure color

picture at night.

ANPR camera should be able to capture and read the license plates of vehicles

traveling at 200 km/h at least.

ANPR camera should be of minimum 3 Megapixel resolution.

ANPR camera should have multiple video stream output as well as image capturing

with H.264 encoding format and at least 25 frames per second.

ANPR camera should be ONVIF supported

Camera should be IP-66 rated or the bidder shall provide IP-66 rated external

cover/housing.

Operating temperature of the camera and related equipment should be -10o to 60o C

at least.

Camera should have local storage Micro SDHC/XC Supported.

All ANPR cameras from all locations should capture and read license plates and send

the captured images as well as meta data to PPIC3 Center Lahore servers where it

will be stored.

Integration with existing system of ANPR is to be ensured.

Page 44: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

43

Fixed IP Camera Technical Specifications

• Minimum 1 / 2.8” Progressive Scan CMOS image sensor

• 4 Megapixel resolution

• At least 30 FPS

• H.264, H.265 supported

• Multi-Stream supported (3 streams)

• 2.8 – 12 mm zoom lens, Auto and manual focus

• 1/5 to 1/20000 shutter speed

• 80 meter IR

• IR Cut Filter

• Micro SD SDHC/SDXC Card Supported

• BLC, HLC, True WDR (120 dB)

• 3D Digital Noise Reduction

• Image Stabilization support

• ONVIF compliant Profile S, Profile G and ISAPI

• Minimum Illumination = 0.005 lux in color mode and 0 lux with IR

• 3.5 mm audio input and output support

• 1/1 alarm in/out support

• IP 67, IK 10 support

• Privacy mask (multiple) support

• TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, RTP, RTSP, NTP, UPnP, IGMP

supported

• Power over Ethernet Supported

• Configuration Profiles scheduling support

• -10 to 60oC operating temperature

Page 45: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

44

PTZ IP Camera Technical Specifications

Minimum 1 / 1.8” Progressive scan CMOS image sensor

2 Megapixel resolution

At least 30 FPS

H.264, H.265 supported

Multi-Stream supported (3 streams)

Minimum 30x Optical Zoom

1/5 to 1/10000 shutter speed

Minimum 200 meter IR/Laser (Smart IR auto adjusted with zoom)

Micro SD SDHC/SDXC Card Supported

BLC, HLC, True WDR (120 dB)

3D Digital Noise Reduction

Image stabilization

ONVIF compliant Profile S, Profile G and ISAPI

360o endless pan

-10 to 90o tilt (auto flip support)

Configurable pan/tilt speed

Pelco-D, Pelco-P PTZ protocols supported

3D intelligent zoom (zoom with box draw)

200+ presets

Minimum 32 guard tours

Home position preset support

2/2 alarm in/out support

IP 67, IK 10 support

TCP/IP, ICMP, HTTP, HTTPS, FTP, DHCP, RTP, RTSP, NTP, UPnP

supported

Power over Ethernet Supported

-10 to 60o C operating temperature

Page 46: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

45

Network Switch Technical Specifications

Minimum 8 Port Gigabit Ethernet PoE (at least 2 ports PoE+)

Minimum 4 SFP slots

Switching capacity = 54 Gbps minimum

DRAM = 256 MB minimum

Flash memory = 512 MB minimum

Operating temperature = -10 to 70o C

Industrial grade

IEEE 802.1P, IEEE 802.1q, IEEE 802.3

VLAN, Static/Dynamic MAC Address

Port Aggregation, LACP, LLDP

ARP, DHCP, DNS, DDNS, NAT

STP, RTSP, MSTP, SEP supported or equivalent

Static routing, RIP, BGP, RIPng, BGP4+

IPSec VPN, GRE VPN

ACL, 802.1X authentication

AAA and RADIUS authentication

Page 47: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

46

Power Cabinet Technical specification

Input Voltage Range = 180 – 260 VAC Single Phase

Input Frequency = 50/60 Hz

Output = 220 VAC (Pure Sine Wave), 12/24/48 VDC

Surge Protection Support

Real-time status over the network

o Battery Voltage

o Battery Percentage

o Input Voltage Status

o Output Voltage Status

Minimum 8 hours battery backup on full load

Frontend Storage

The frontend storage adopts a low-power and fan-less industrial design. The

storage is equipped with SSD 1 TB hard disk in standard configuration and can

be connected to four HD traffic integrated cameras. In addition, the storage

provides redundancy backup to the local PC.

When the central network connection is interrupted, the frontend storage

temporarily stores vehicle traffic information. When the network recovers, the

storage device automatically uploads the data generated during network

interruption to the command center.

Lane Marking, Arrows

Thermoplastic Paint 1.5mm thick for arrows stop line and hatch area including glass beads

Page 48: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

47

Speed Hump, Road Barrier, Delineators Technical Specifications

Speed Hump should be at least of following specifications

Height = 2 inches

Width = 1 feet

Built-in reflectors

Should be removable for road maintenance purposes.

Maximum weight capacity should be at least 40,000 lbs

Guaranteed against breakage for 5 years

Road Barrier technical specifications are as follows

Length = 6 feet

Width = 1.5 feet

Height = 3 feet

Empty weight = Less than 30 kg

High density polyethylene with UV protection

Reflective strips for safety and driver alert

Sand/Water filling capability with at least 4” lid to fill and 2” lid for drainage.

Color = Orange/Red

Page 49: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

48

1. Delineators technical specifications are mentioned below

1.1. Micro prismatic retro reflective PVC sheeting

1.2. Height = 2 feet (includes the base/fitting)

1.3. Color = Orange/Red

2. Traffic Signage technical specifications are mentioned below

2.1. Warning and regulatory sign boards to be installed

2.2. Size of one sign board = 1.2m x 0.9m

2.3. Base Plate = 3mm Aluminum sheet

2.4. Reflective sheet should be of diamond grade = 3mm

2.5. Galvanized Pole and foundation must be included in the installation.

2.6. Type of signage on each location will be approved by employer before

manufacturing.

Page 50: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

49

LED SPECIFICATION

Page 51: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

50

OFC Laying Upto 5 KM at Entry & Exit Points of City

Note: Detailed Technical specification can be obtained by emailing copy of the deposit

slip(s) of respective lot(s) of tender document fee at [email protected]

Page 52: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

51

LOT –II: Outside Plant Civil Works On Ring Road including OFC laying,

Operation & Maintenance, Commissioning of Cameras and Allied

Equipment’s

Sr. # Site ID Description Locations Latitude Longitude Direction JTMS

Pole

1 1

Out Side Plant (OSP)

Civil Works

(Civil Works

inclusive of Poles

foundation/installation

and allied accessories

such as cameras, LED

lights installation

&

Laying/proving

trench work for

electricity connection

from LESCO meter to

Power Cube including

supply of Flexible

pipes, power cable

and OP work)

Befor Sagiaan

Interchange - Bravo

31.56655 74.28137 S to N P - 1

2 Befor Sagiaan

Interchange - Alpha

31.56649 74.28157 N to S P - 2

3 2 Sagiaan Interchange

Exit - Bravo

31.57282 74.28454 S to N P - 1

4 3 Before Niazi

Interchange - Bravo

31.57729 74.2873 S to N P - 1

5 Before Niazi

Interchange - Alpha

31.57722 74.28746 N to S P - 2

6 4 Niazi Interchange -

Exit -01 -Bravo

31.60413 74.29705 E to W P - 1

7 5 Niazi Interchange -

Exit -02 -Bravo

31.60565 74.29925 S to N P - 2

8 6 Niazi Interchange -

Exit -02 - Alpha

31.60351 74.29835 N to S P - 3

9 7 Before Floor Mills

Package-3 - Alpha

31.60989 74.30735 S to N P - 1

10 Befor Floor Mills

Package-3 - Bravo

31.60969 74.30737 N to S P - 2

11 8 Before Karol Ghati

Under Pass - Bravo

31.60891 74.34866 S to N P - 1

12 Before Karol Ghati

Under Pass - Alpha

31.60878, 74.34866 N to S P - 2

13 9 Before Mahmood

Booti - Bravo

31.6084 74.37885 S to N P - 1

14 Before Mahmood

Booti - Aipha

31.60827 74.37887 N to S P - 2

15 10 Before Shareefpura

Underpass - Bravo

31.61429 74.4137 S to N P - 1

16 Before Shareefpura

Underpass - Alpha

31.61416 74.41373 N to S P - 2

17 11 Before Quaid-e-

Azam Interchange -

Bravo

31.59882 74.43046 N to S P - 1

Page 53: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

52

18 Before Quaid-e-

Azam Interchange -

Alpha

31.59874 74.43034 S to N P - 2

19 12 Before Harbanspura

Interchange - Bravo

31.581903 74.435556 N-S P-1

20 Before Harbanspura

Interchange - Alpha

31.581903 74.435556 S-N P-2

21 13 Before Abdullah

Gul Interchange -

Bravo

31.55271 74.43284 N to S P - 1

22 Before Abdullah

Gul Interchange -

Alpha

31.55285 74.43276 S to N P - 2

23 14 Abdullah Gul

Interchange

31.53835 74.42602 W to E P - 1

24 15 Abdullah Gul

Interchange

31.54029 74.42601 E to W P - 2

25 16 Airport Exit-01 -

Bravo

31.5293 74.42478 N-S P-1

26 17 Airtport Entry-02-

Bravo

31.511322 74.424267 S-N P-2

27 Before DHA Phase

8 - Bravo

31.511275 74.424172 N-S P-1

28 Before DHA Phase

8 - Alpha

31.511272 74.424 S-N P-2

29 18 DHA Phase 8 Exit-

01 - Bravo

31.50611 74.42429 N to S P - 1

30 19 Before Nawaz

Shareef Interchange

- Bravo

31.48591 74.43215 N to S P - 1

31 Before Nawaz

Shareef Interchange

- Alpha

31.48591 74.43197 S to N P - 2

32 20 Nawaz Shareef

Interchange Exit-02

- Bravo

31.46524 74.43171 N to S P - 1

33 21 Nawaz Shareef

Interchange Exit-01

- Alpha

31.46743 74.43285 S to N P - 2

34 22 Before Kamahan

Interchange - Bravo

31.4569 74.41967 N to S P - 1

35 Before Kamahan

Interchange - Alpha

31.45702 74.41951 S to N P - 2

36 23 Kamahan

Interchange Exit-01

- Bravo

31.45045 74.35437 N to S P - 1

Page 54: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

53

37 24 Kamahan

Interchange Exit-01

- Alpha

31.4518 74.38608 S to N P - 2

38 25 Before Ashiana

Interchange - Bravo

31.43594 74.38298 N to S P - 1

35 Before Ashiana

Interchange - Alpha

31.43597 74.38284 S to N P - 2

40 26 Rohi Nullah - Exit-

01 - Bravo

31.40066 74.37831 N to S P - 1

41 27 Before Gajju Matta

- Bravo

31.35597 74.3752 N to S P - 1

42 Before Gajju Matta

- Alpha

31.35605 74.37509 S to N P - 2

43 28 Gajju Matta Exit-01

- Bravo

31.35246 74.36447 N to S P - 1

44 29 Gajju Matta Exit-01

- Alpha

31.35423 74.36079 S to N P - 2

45 30 Before Kahna

Interchange Bravo

31.38706 74.35366 N to S P - 1

46 Before Kahna

Interchange Alpha

31.38715 74.35355 S to N P - 2

47 31 Before Halloki

Interchange- Bravo

31.37899 74.32042 E to W P - 1

48 Before Halloki

Interchange- Alpha

31.37914 74.32043 W to E P - 2

49 32 Halloki Interchange

Exit-01 - Bravo

31.36617 74.28968 E to W P - 1

50 33 Halloki Interchange

Exit-01 - Alpha

31.36836 74.28537 W to E P - 2

51

34

Before Lake City

Interchange - Bravo

31.36824 74.27113 E to W P - 1

52 Before Lake City

Interchange - Alpha

31.36835 74.27112 W to E P - 2

53 35 Before Adda Plot

Interchange - Bravo

31.37076 74.24463 E to W P - 1

54 Before Adda Plot

Interchange - Alpha

31.3709 74.2446 W to E P - 2

55 36 Adda Plot

Interchange Exit-01

- Bravo

31.3675 74.23192 N to S P - 1

Page 55: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

54

Pole Foundation Specification

Page 56: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

55

Pole Foundation Specification

Page 57: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

56

EQUIPMENT DETAIL ON POLE

OFC Laying Upto 60 KM at Entry & Exit Points of City

Note: Detailed Technical specification can be obtained by emailing copy of the deposit

slip(s) of respective lot(s) of tender document fee at [email protected]

Page 58: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

57

NOTE:

1. Client/PSCA has the right to change in the quantities or numbers / sizes

cancel the bid and Lot at any point of time.

2. Samples are obligatory, will be submitted to PSCA as a part of technical bid.

3. Standard Warranty at least for Two (02) year after the

commissioning/operationally of goods.

4. Delivery timeline is extendable with the consent after the issues of purchase

order or the Procuring agency may extended the delivery period or demand

as per the time frame given to the Contractor.

5. If delivered items are not as per standard mentioned in the Tender Document,

Client reserves the right to claim replacement of the same or cancelation of

the Contract or any other action along with forfeiting the performance

guarantee and take any other legal action.

6. Where any brand / name, reference no or any such inference is given in the

specification, the word “or equivalent” shall be consider.

7. The sample or delivered goods may be sent to any laboratory / factory for its

evaluation / examination and in case the samples etc declared substandard

as required the client has right to reject all delivered items or its bid, forfeit

its bid security / performance security or initiate any legal action against

him.

Page 59: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

58

Section V EVALUATION CRITERIA

For All LOTs

EVALUATION CRITERIA

SR. # CRITERIA MAX.

MARKS

DOCUMENTS

REQUIRED

1 Number of Years

of Existence of

Firm

04 or more Years = 20 Points

03 Years = 15 Points

02 Years = 10 Points

01 Years = 05 Points

Less Than 01 Years = 0 Point

20 Evidence Required

2

Number of Similar

Tenders/

Assignments for

each Lot

06 or more Projects = 30 Points

05 Projects = 20 Points

04 Projects = 15 Points

03 Projects = 10 Points

02 Projects = 06 Points

Less than 02 = 0 Point

30 Evidence Required

3

Cumulative value

of similar

contracts/award

successfully

completed in last

Five (05) years for

each Lot

>=PKRs. 10 million and More=

20 Point

>=PKRs. 6 million and <

PKRs. 10 Million = 15 Point

>=PKRs. 4 million and <

PKRs. 6 Million = 10Point

>=PKRs. 2 million and <

PKRs. 4 Million = 5 Point

>=PKRs. 0 million and <

PKRs. 2 Million = 0 Point

20 Evidence Required

4 Quality Control

Strategy for each

Lot

Methodology Required 15 Relevant Documents

Required

5 Health and Safety

Strategy for each

Lot

Methodology Required 15 Relevant Documents

Required

TOTAL MARKS = 100 MINIMUM PASSING MARKS = 80

Note: Bidders are required minimum 30 % marks in each above-mentioned

criteria

Page 60: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

59

Section VI

Bidding Form for Lot – 1 & Lot – 1

1. BID SUBMISSION FORM

Date:

No:

To

[PUNJAB SAFE CITIES AUTHORITY]

Having examined the bidding documents including Addenda Nos. [ ], the receipt of which is

hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of Goods / Works

/ Services and services] in conformity with the said bidding documents for the sum of [total bid amount in

words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices

attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver the Goods / Works / Services in accordance with

the delivery schedule specified in the Schedule of Requirements. And, prior to execution of the contract

no right accrue.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10%

percent of the Contract Price for the due performance of the Contract, in the form prescribed by the

PUNJAB SAFE CITIES AUTHORITY.

We agree to abide by this Bid for a period of 120 days from the date fixed for Bid opening under relevant clauses of the Instructions to Bidders, and it shall remain binding upon us and shall be

accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance

thereof and your notification of award, shall constitute a binding Contract between us but prior to

executing the contract we have no right to claim on any information, written acceptance etc. issued by

PSCA.

In any case and at any stage of procurement process or thereafter for the verification purpose the

Punjab Safe Cities Authority (PSCA) has right to seek the clarification or call any document / record

to authenticate / verify of the submitted document from undersigned or any institution, Commissions

or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if

we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or

gratuity

______________________ _______________________ _______________________

______________________ _______________________ ________________________

Page 61: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

60

______________________ _______________________ ________________________

(if none, state “none”)

We understand that Punjab Safe Cities Authority (PSCA) is not bound to accept the lowest or any

received bid and may cancelled the process at any time.

Dated this ________________ day of ________________ 20______.

[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 62: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

61

Bidding Form for Lot - II

1. BID SUBMISSION FORM II

Date:

No:

To

[PUNJAB SAFE CITIES AUTHORITY]

Having examined the bidding documents including Addenda Nos. [ ], the receipt of which is

hereby duly acknowledged, we, the undersigned, offer to supply and deliver [description of Goods / Works

/ Services and services] in conformity with the said bidding documents for the sum of [total bid amount in

words and figures] or such other sums as may be ascertained in accordance with the Schedule of Prices

attached herewith and made part of this Bid.

We undertake, if our Bid is accepted, to deliver/provide the Goods / Works / Services in

accordance with the delivery/completion schedule specified in the Schedule of Requirements. And,

prior to execution of the contract no right accrue. And, in case of any default or misrepresentation or

corrupt practice or non-compliance by the undersigned the PSCA has right to take any legal action

against us/ our company/JV including black listing.

If our Bid is accepted, we will obtain the guarantee of a bank in a sum equivalent to 10%

percent of the Contract Price for the due performance of the Contract, in the form prescribed in the

bidding documents and required by the PUNJAB SAFE CITIES AUTHORITY.

We agree to abide by this Bid for a period of 120 days or extended time from the date fixed

for Bid opening under relevant clauses of the Instructions to Bidders, and it shall remain binding upon

us and shall be accepted at any time before the expiration of that period.

Until a formal Contract is prepared and executed, this Bid, together with your written acceptance

thereof and your notification of award, shall constitute a binding Contract between us but prior to

executing the contract we have no right to claim on any information, written acceptance etc. issued by

PSCA.

In any case and at any stage of procurement process or thereafter for the verification purpose the

Punjab Safe Cities Authority (PSCA) has right to seek the clarification or call any document / record

to authenticate / verify of the submitted document from undersigned or any institution, Commissions

or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if

we are awarded the contract, are listed below:

Name and address of agent Amount and Currency Purpose of Commission or

gratuity

______________________ _______________________ _______________________

______________________ _______________________ ________________________

______________________ _______________________ ________________________

(if none, state “none”)

Page 63: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

62

We understand that Punjab Safe Cities Authority (PSCA) is not bound to accept the lowest or any

received bid and may cancelled the process at any time.

Dated this ________________ day of ________________ 20______.

[Signature] [In the capacity of]

Duly authorized to sign Bid for and on behalf of

Page 64: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

63

B. JOINT VENTURE SUMMARY

Names of all Members of a Joint Venture

1. Lead Member

Name of Company:

Owner:

Address:

2. Member

Name of Company:

Owner:

Address:

3. Member

Name of Company:

Owner:

Address:

Page 65: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

64

a. Joint Venture Agreement (Applicable to Joint Venture Only)

(Should be a Formal Joint Venture agreement on a Stamp Paper of value PKR 1,000)

To:

[Name and address of the Leading Member firm] who for the purpose of this Agreement shall

hereinafter called “Lead Member”

[Name and address of the Member firm]

Who, for the purpose of this Agreement shall hereinafter called “Member‟. They hereby declare:

i. That they will legalize a Joint Venture in case the Contract is awarded to their JV

ii. That they have nominated (name of the

Lead member) as the Lead Member of the Joint Venture. iii. That they authorized Mr./Ms. (Name of the person who is

authorized to act as the Representative on behalf of the Joint Venture) to act as the Joint

Venture’s Representative in the name and on the behalf of their Joint Venture.

iv. That all members of the Joint Venture shall be liable jointly and severally for the

execution of the Contract.

v. That this Joint Venture is constituted for the project titled “Lane Marking & Traffic

Signage on Road”. vi. That if the Employer accepts the Bid of this Joint Venture it shall not be modified in its

composition or constitution until the completion of Contract without the prior consent of

the Employer/PSCA.

vii. The JV (all partners) are under obligation and acknowledged that in case of any wrong

entry or false intimation or forged document all the JV partners may be blacklisted or face

any other legal action by the PSCA

1. Signed for and on behalf of [Name of

the Lead Member]

Signature Name:

Designation:

Date:

Seal

2. Signed for and on behalf of [Name

of the Member]

Signature Name:

Designation:

Date

Page 66: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

65

b. Power of Attorney form for JV

Power of Attorney for Lead Member of Joint Venture

[To be printed on a PKR 100 stamp paper]

Whereas the Punjab Safe Cities Authority (PSCA) has invited Application for

Whereas, and

(collectively the “Joint Venture” and individually as the “Member”) being

members of the Joint Venture are interested in Bidding for the Project in accordance with the Terms and

Conditions (T&C) of the Bidding Document and:

Whereas, it is necessary for the Joint Venture to designate one of the Joint Venture Member as the Lead

Member with all necessary power and authority to do for and on behalf of the Joint Venture, all acts, deeds

and things as may be necessary in connection with the Joint Venture’s Bid for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

We, having our registered office at_____________________________,

M/s.______________________________ having our registered office at__________________________,

M/s.______________________________, having our registered office at__________________________,

[the respective names and addresses of the registered office] (hereinafter collectively referred to as the

“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorize M/s

,having its registered office

at , being one of

the Member of the Joint Venture, as the Lead Member and true and lawful attorney of the Joint Venture

(hereinafter referred to as the “Attorney”) and hereby irrevocably authorize the Attorney (with power to

sub-delegate) to conduct all business for and on behalf of the Joint Venture and any one of us during the

Bidding process and, in the event the Joint Venture is awarded the Contract, during the execution of the

Project, and in this regard, to do on our behalf and on behalf of the Joint Venture, all or any of such acts,

deeds or things as are necessary or required or incidental to the submission of its bid for the Project,

including but not limited to signing and submission of all applications, Bids and other documents and

writings, participate in bidders ‘and other conferences, respond to queries, submit information/documents,

sign and execute contracts and undertakings consequent to acceptance of the bid of the Joint Venture and

generally to represent the Joint Venture in all its dealings with the Authority.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things

lawfully done or caused to be done by our said Attorney pursuant to and in exercise of the powers

conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in

exercise of the powers hereby conferred shall and shall always be deemed to have been done by us/ Joint

Venture.

Page 67: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

66

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE

EXECUTED THIS POWER OF ATTORNEYONTHIS DAY OF

20________.

For:

(Signature)

(Name, Title and Address)

For:

(Signature)

(Name, Title and Address)

Witnesses:

1.

2.

(Executants)

For:

(Signature)

(To be executed by all the Members of the Joint Venture) Notes:

a) 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

executant(s) and when it is so required, the same should be under common seal affixed

in accordance with the required procedure.

b) Also, wherever required, the applicant 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 applicant.

Page 68: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

67

c) For a Power of Attorney executed and issued overseas, the document will also have to

be legalized by the Pakistani Embassy and notarized in the jurisdiction where the

Power of Attorney is being issued.

NOTE: No change or amendment in this document is allowed otherwise bid will be rejected.

Page 69: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

68

2. MANUFACTURER’S AUTHORIZATION FORM

[See the Relevant clause of the Instructions to Bidders.]

To: [name of the PUNJAB SAFE CITIES AUTHORITY]

WHEREAS [name of the Manufacturer] who is established and reputable manufacturers of [name

and/or description of the Goods / Works / Services] having factories at [address of factory]

Do hereby authorize [name and address of Agent] to submit a bid, and subsequently negotiate and

sign the Contract with you against [Reference of the Invitation to Bid] for the above Goods / Works

/ Services manufactured by us.

We hereby extend our full guarantee and warranty as per Relevant Clause of the General

Conditions of Contract and bidding documents for the Goods / Works / Services offered for

supply by the above firm/company against this Invitation for Bids.

[Signature for and on behalf of Manufacturer]

Note: This letter of authority should be on the letterhead of the Manufacturer and should be

signed by a person competent and having the power of attorney (attachment required)

to bind the Manufacturer. It should be included by the Bidder in its bid.

Page 70: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

69

3. Price Schedules

Lot-1: Security Surveillance System at Entry & Exit Points of City including Design &

Construction of Sites, Procurement & Installation of Traffic Management Components,

OFC laying and Operation & Maintenance

Ser Items

Unit Estimated

Qty

Amount

Per Unit (including all

Taxes)

Total

Amount (including all

Taxes)

1 Fixed IP Camera With all accessories including installation & Commissioning

No 12

2 PTZ IP Camera With all accessories including installation & Commissioning

No 6

3

Power Cabinet With all accessories including UPS, Batteries, installation & Commissioning

No 6

4 Network Switch With all accessories including installation & Commissioning

No 6

5 ANPR Camera With all accessories including installation & Commissioning with Perpetual License

No 57

6 LEDs Lights including installation & Commissioning

No 57

7 Frontend Storage for ANPR Camera with 1-TB SSD

No 15

8 Design & Construction of Entry Exit Gates

Site 6

9 Speed Hump With all accessories including installation & Commissioning

Mtr 350

10 Road Barrier With all accessories including installation

No 110

11 Delineators including installation No 3500 12 Lane Marking Arrows SQM 2000

13 Traffic Signage (Warnings & Regulatory) including installation

No 70

14 OFC Laying up to 5 Km KM 5

15

Laying/proving trench work for electricity connection from LESCO meter to Power Cube including supply of Flexible pipes, power cable and OP work.

Sites 6

16 Operation & Maintenance for 2 Years of Security Surveillance System

Year 2

Grand Total

Page 71: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

70

Note:

1. In case of discrepancy between unit price and total, the unit price shall prevail.

2. Detailed OFC Technical Manual may be obtained by emailing copy of the deposit slips

of respective Lots of tender documents fee at [email protected]

3. The Contractor are required to complete the above said price schedule carefully and in

case of any discrepancy or multiple price the bid shall not be consider.

4. The Price schedule formulated and submitted after its fulfilling by the bidders itself

instead of the schedule (Template) appended with the bidding documents shall not be

acceptable and state away rejected.

5. At site complete training of PSCAs nominated staff regarding maintenance and

operation of Goods / Works / Services.

6. All prices must be included with all prevailing taxes.

7. The technically qualified bidders shall be responsible to provide the samples.

8. All software and devices must be compatible with current data center of PSCA.

Page 72: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

71

Lot-II: OUTSIDE PLANT CIVIL WORKS ON RING ROAD INCLUDING

OFC LAYING, OPERATION & MAINTENANCE, COMMISSIONING OF

CAMERAS AND ALLIED EQUIPMENT’S

Ser Items

Unit Estimated Qty

Amount Per Unit (including all Taxes)

Total Amount (including all Taxes)

1

Poles Foundation

15M including

installation,

transportation and

Commissioning of

cameras, LEDs,

lighting, Poles

arrestor and other

work.

No

36

2

Poles Foundation

10M including

installation,

transportation and

Commissioning of

cameras, LEDs,

lighting, Poles

arrestor and other

work.

No

19

3

Power Cabinet

Foundation including

installation,

transportation and

Commissioning of

power cabinet and

other work.

No

36

4

Laying/proving trench

work for electricity

connection from

LESCO meter to

Power Cube including

supply of Flexible

No.

36

Page 73: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

72

pipes, power cable

and OP work.

5 OFC Laying upto 60

Km Km 60

6 Operation &

Maintenance of OFC

Fiber for 2 Years

Year 2

Grand Total

Note:

1. In case of discrepancy between unit price and total, the unit price shall prevail.

2. Detailed OFC Technical Manual may be obtained by emailing copy of the deposit slips

of respective Lots of tender documents fee at [email protected]

3. The Contractor are required to complete the above said price schedule carefully and in

case of any discrepancy or multiple price the bid shall not be consider.

4. The Price schedule formulated and submitted after its fulfilling by the bidders itself

instead of the schedule (Template) appended with the bidding documents shall not be

acceptable and state away rejected.

5. At site complete training of PSCAs nominated staff regarding maintenance and

operation of Goods / Works / Services.

6. All prices must be included with all prevailing taxes.

7. The technically qualified bidders shall be responsible to provide the samples.

8. All software and devices must be compatible with current data center of PSCA.

9. The technically qualified bidders shall be responsible to provide the samples.

Page 74: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

73

Part-II (Section I) Contract Forms

1. CONTRACT FORM

THIS AGREEMENT made the _____ day of __________ 20_____ between Punjab Safe

Cities Authority (PSCA) (hereinafter called “the PSCA/Client”) of the one part and [name of

Contractor] of (hereinafter called “the Contractor”/client) of the other part:

WHEREAS the Punjab Safe Cities Authority (PSCA) invited bids for certain Goods / Works /

Services and ancillary services, viz., [brief description of Goods / Works / Services and services] and has

accepted a bid by the Contractor for the supply of those Goods / Works / Services in the sum

of [contract price in words and figures] (hereinafter called “the Contract Price”).

NOW THIS AGREEMENT WITNESSETH AS FOLLOWS:

1. In this contract words and expressions shall have the same meanings as are

respectively assigned to them in the Conditions of Contract referred to.

2. The following documents shall be deemed to form and be read and construed as

integral part of this Contract, viz.:

a. The Bid Form and the Price Schedule submitted by the Bidder;

b. The Schedule of Requirements;

c. The Technical Specifications;

d. The General Conditions of Contract;

e. The Special Conditions of Contract; and

f. The Punjab Safe Cities Authority (PSCA) Notification of Award.

g. The clarifications provided to the Contractor

3. The Client hereby covenants to pay the Contractor in consideration of the provision of

the Goods / Works / Services and the remedying of defects therein, the Contract Price

or such other sum as may become payable under the provisions of the contract at the

times and in the manner prescribed by the contract.

4. The Client may add, delete, and review any conditions or clause of the contract at the

timing of its signing with mutual consent without changing the substance of the bid

process / price. The Contract may be extended for a reasonable period with the consent

of the parties.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in

accordance with their respective laws the day and year first above written.

Signed, sealed, delivered by the (for the PUNJAB

SAFE CITIES AUTHORITY)

Signed, sealed, delivered by the (for the Contractor)

Page 75: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

74

2. PERFORMANCE SECURITY FORM

To:

[Client Address]

WHEREAS [name of Contractor] (hereinafter called “the Contractor”) has undertaken, in

pursuance of Contract No. [Reference number of the contract] dated ____________ 20_____ to

supply [description of Goods / Works / Services and services] (hereinafter called “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall

furnish you with a bank guarantee by a reputable bank for the sum specified therein as security

for compliance with the Contractor’s performance obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the guarantee:

THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of

the Contractor, up to a total of [amount of the guarantee in words and figures], and we undertake to

pay you, upon your first written demand declaring the Contractor to be in default under the

Contract and without cavil or argument, any sum or sums within the limits of [amount of guar-

antee] as aforesaid, without your needing to prove or to show grounds or reasons for your

demand or the sum specified therein.

This guarantee is valid until the _____ day of __________20_____.

Signature and seal of the Guarantors

[Name of bank or financial institution]

[Address]

[Date]

Page 76: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

75

Section II

General Conditions of Contract

1. Definitions 1.1 In this Contract, the following terms shall be interpreted as indicated:

a) “Applicable Laws/Rules” means the laws/Rules of Islamic

Republic of Pakistan/Punjab, as they may be issued and enforced

from time to time.

b) “Authority” means Punjab Safe Cities Authority, Lahore

c) “Day” means calendar day.

d) “GCC” means the General Conditions of Contract contained in this

section.

e) “Province” means Punjab Province.

f) “SCC” means the Special Conditions of Contract.

g) “The Contract Price” means the price payable to the Contractor

under the Contract for the full and proper performance of its

contractual obligations.

h) “The Contract” means the agreement entered into between the

Punjab Safe Cities Authority (PSCA) and the Contractor, as

recorded in the Contract Form signed by the parties, including all

attachments and appendices thereto and all documents

incorporated by reference therein.

i) “The Goods means all of the equipment, machinery, and/or other

materials, which the Contractor is required to supply to the Punjab

Safe Cities Authority (PSCA) under the Contract and ancillary

services.

j) “The Project Site,” where applicable, means the place or places

named in SCC or anywhere or later on specified by the PSCA .

k) “The Punjab Safe Cities Authority (PSCA) country” is Islamic

Republic of Pakistan.

l) “The Punjab Safe Cities Authority” means the organization

established under the under the Punjab safe cities authority act

2016.

m) “Services” means any kind of services, such as transportation and

insurance, installation, commissioning, provision of technical

assistance, training, and other obligations of the

Contractor/Contractor covered under the Contract.

n) Contractor means the individual or firm or JV supplying the Goods

/ Works / Services under this Contract.

o) The “PPRA” Rules means the Punjab Procurement Rules

2014ammended to date.

p) ‘Works’ means a Design & Construction work heading consisting

of erection , assembly , repair , renovation or demolition of a

building or structure or part includes incidental services such as

Page 77: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

76

drilling , mapping , sate light photography , seismic investigation

‘’

2. Application 2.1 These General Conditions shall apply to the extent that they are not

superseded by provisions of other parts of the Contract.

3. Country of

Origin

3.2 For purposes of this Clause, “origin” means the place where the

Goods were mined, grown, or produced, or from which the Services

are supplied. Goods are produced when, through manufacturing,

processing, or substantial and major assembly of components, a

commercially recognized new product results that is substantially

different in basic characteristics or in purpose or utility from its

components.

3.3 The origin of Goods is distinct from the nationality of the Contractor.

4. Standards 4.1 The Goods / Works / Services supplied under this Contract shall

conform to the standards mentioned in the Technical Specifications,

and, when no applicable standard is mentioned, to the authoritative

standards appropriate to the Goods country of origin. Such standards

shall be the latest issued by the concerned institution.

5. Use of

Contract

Documents

and

Information;

Inspection

and Audit by

the Bank

5.1 The Contractor shall not, without the PUNJAB SAFE CITIES

AUTHORITY’s prior written consent, disclose the Contract, or any

provision thereof, or any specification, plan, drawing, pattern,

sample, or information furnished by or on behalf of the Punjab Safe

Cities Authority (PSCA) Punjab Safe Cities Authority (PSCA) in

connection therewith, to any person other than a person employed by

the Contractor 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.

5.2 The Contractor shall not, without the Punjab Safe Cities Authority

(PSCA) prior written consent, make use of any document or

information enumerated in GCC relevant clause except for purposes

of performing the Contract and under intimation of purchased.

5.3 Any document, other than the Contract itself, enumerated in GCC

relevant clauses shall remain the property of the Punjab Safe Cities

Authority (PSCA)and shall be returned (all copies) to the Punjab

Safe Cities Authority (PSCA)on completion of the Contractor’s

performance under the Contract if so required by the Punjab Safe

Cities Authority.

5.4 The Contractor shall permit the Punjab Safe Cities Authority (PSCA)

to inspect the Contractor’s accounts and records relating to the

Page 78: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

77

performance of the Contractor and to have them audited by auditors

appointed by the Punjab Safe Cities Authority, if so required by the

Punjab Safe Cities Authority.

6. Patent Rights 6.1 The Contractor shall indemnify the Punjab Safe Cities Authority

(PSCA) against all third-party claims of infringement of patent,

trademark, or industrial design rights arising from use of the Goods

/ Works / Services or any part thereof.

7. Performance

Security

7.1 Within seven (7) days of receipt of the notification of Contract

award, the successful Bidder shall furnish to the Punjab Safe Cities

Authority (PSCA) the performance security in the amount specified

in SCC before the execution of the contract that shall be up to 10%

of the total amount of the contract.

7.2 The proceeds of the performance security shall be payable to the

Punjab Safe Cities Authority (PSCA) as compensation for any loss

resulting from the Contractor’s failure to complete its obligations

under the Contract.

7.3 The performance security shall be denominated in the currency of

the Contract acceptable to the Punjab Safe Cities Authority

(PSCA)and shall be in a form of:

a. Bank guarantee or an irrevocable letter of credit issued by a

reputable bank located in Punjab, in the form provided in the

bidding documents or another form acceptable to the Punjab

Safe Cities Authority.

7.4 The performance security will be discharged by Punjab Safe Cities

Authority (PSCA) and returned to the Contractor not later than thirty

(30) days following the date of completion of the Contractor’s

performance obligations under the Contract, including any warranty

obligations, unless specified otherwise in SCC.

7.5 The Performance security shall be verified promptly from the

concerned bank prior to signing the contract and in case of its non-

confirmation, PSCA has right to blacklisting such bidders.

8. Inspections

and Tests

8.1 The Punjab Safe Cities Authority (PSCA) or its representative shall

have the right to inspect and/or to test the Goods / Works / Services

its component / part to confirm their conformity to the Contract

specifications at no extra cost to the Punjab safe cities authority.

SCC and the Technical Specifications / SCC shall specify what

inspections and tests the Punjab Safe Cities Authority (PSCA)

requires and where they are to be conducted. The Punjab Safe Cities

Authority (PSCA) shall notify the Contractor in writing, in a timely

Page 79: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

78

manner, of the identity of any representatives retained for these

purposes.

8.2 The inspections and tests may be conducted on the premises of the

Contractor or its subcontractor(s), at point of delivery, and/or at the

Goods / Works / Services’ final destination. If conducted on the

premises of the Contractor or its subcontractor(s), all reasonable

facilities and assistance, including access to drawings and production

data, shall be furnished to the inspectors at no charge to the Punjab

Safe Cities Authority.

8.3 Any inspected or tested Goods / Works if fail to conform to the

Specifications, the Punjab Safe Cities Authority (PSCA) may reject

the Goods / Works, and the Contractor shall either replace the

rejected Goods / Works or make alterations necessary to meet

specification requirements free of cost to the Punjab safe cities

authority or PSCA may take any action against the Contractor.

8.4 The Punjab safe cities authority’s right to inspect, test and, where

necessary, reject the Goods / Works after the Goods / Works /its

components arrival in Pakistan shall in no way be limited or waived

by reason of the Goods / Works having previously been inspected,

tested, and passed by the Punjab Safe Cities Authority (PSCA) or its

representative prior to the Goods shipment from the country of

origin.

8.5 The Punjab safe cities Authority has right to inspect and test the work

constructed, installed, maintained and operate by the contractor at

any time during the project and specially on completion / handing

over / taking over as per the requirements or and in accordance with

the criteria / specification / drawings or terms and conditions set forth

in the bidding document or thereafter. A satisfactory certificate shall

be issued at the time of handing over taking over by the Punjab safe

cities Authority.

8.6 The Punjab safe cities authority has right to inspect and evaluate the

services provided by the contractor through its own resources or

through an independent consultant to gage the performance of the

Contractor and to satisfy the terms and condition provided in the

bidding documents or settled separately.

8.7 Nothing in GCC relevant Clause shall in any way release the

Contractor from any warranty or other obligations under this

Contract.

9. Packing 9.1 The Contractor shall provide such packing of the Goods as is

required to prevent their damage or deterioration during transit to

Page 80: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

79

their final destination, as indicated in the Contract. The packing shall

be sufficient to withstand, without limitation, rough handling during

transit and exposure to extreme temperatures, salt and precipitation

during transit, and open storage. Packing case size and weights shall

take into consideration, where appropriate, the remoteness of the

Goods final destination and the absence of heavy handling facilities

at all points in transit.

9.2 The packing, marking, and documentation within and outside the

packages shall comply strictly with such special requirements as

shall be expressly provided for in the Contract, including additional

requirements, if any, specified in SCC, and in any subsequent

instructions ordered by the Punjab safe cities authority.

10. Delivery of

Goods /

Completion

of Works /

Services

10.1 Delivery of the Goods shall be made by the Contractor in accordance

with the terms specified in the Schedule of Requirements. The

details of shipping and/or other documents to be furnished by the

Contractor are specified in as per requirement of PSCA.

10.2 The works shall be completed by the contractors as per the criteria

within the time frame or extended with the consent of PSCA without

fail otherwise PSCA may initiate any legal action against the

contractors

10.3 The services shall be rendered within the Time limit and in

accordance with the terms and conditions mentioned in the bidding

documents or settled thereafter with the consent and satisfaction of

PSCA.

11. Insurance 11.1 The Goods supplied under the Contract shall be delivered duty paid

(DDP) under which risk is transferred to the PSCA after having been

delivered; hence, insurance coverage is contractor responsibility.

The insurance coverage concerned to the works and services is the

responsibility of the contractor.

12.Transportation 12.1 All activities relating to transportation till the completion of the

project shall be arranged by the Contractor, and related costs shall be

included in the Contract Price.

13. Incidental

Services

13.1 The Contractor may be required to provide any or all of the following

services, including additional services, if any, specified in SCC or

required by the PSCA:

(a) Performance or supervision of on-site assembly and/or start-up

of the supplied Goods.

(b) furnishing of tools required for assembly and/or maintenance

of the supplied Goods

Page 81: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

80

(c) furnishing of a detailed operations and maintenance manual for

each appropriate unit of the supplied Goods / Works / Services;

(d) performance or supervision or maintenance and/or repair of the

supplied Goods / Works / Services, for a period of time agreed

by the parties, provided that this service shall not relieve the

Contractor of any warranty obligations under this Contract; and

(e) Training of the PUNJAB SAFE CITIES AUTHORITY’s

personnel, at the Contractor’s plant and/or on-site, in assembly,

start-up, operation, maintenance, and/or repair of the supplied

Goods / Works / Services.

13.2 All cost for incidental service shall be borne by the Contractor

included in the contract Price for the Goods / Works and the PSCA

shall not pay such cost in any case except additional requirement by

the PSCA.

14. Spare Parts 14.1 As specified in SCC, the Contractor may be required to provide any

or all of the following materials, notifications, and information

pertaining to spare parts manufactured or distributed by the

Contractor:

(i) in the event of termination of production of the spare

parts:

(ii) advance notification to the Punjab Safe Cities Authority

(PSCA)of the pending termination, in sufficient time to

permit the Punjab Safe Cities Authority (PSCA)to

procure needed requirements; and

(iii) Such termination, furnishing at no cost to the PUNJAB

SAFE CITIES AUTHORITY, the blueprints, drawings,

and specifications of the spare parts, if requested.

15. Warranty 15.1 The Contractor warrants that the Goods branded including all spare

parts) supplied under the Contract are new, unused, and that they

incorporate all recent improvements in design and materials unless

provided otherwise in the Contract. The Contractor further warrants

that all Goods supplied under this Contract shall have no defect,

arising from design, materials, or workmanship (except when the

design and/or material is required by the PUNJAB SAFE CITIES

AUTHORITY’s specifications) or from any act or omission of the

Contractor, that may develop under normal use of the supplied

Goods in the conditions prevailing in the country of final destination.

Page 82: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

81

15.2 This warranty shall remain valid for twelve (24) months after the

Goods / Works or any portion thereof as the case may be, have been

delivered to and accepted at the final destination indicated in the

Contract, or for eighteen (30) months after the date of shipment from

the port or place of loading in the source country, whichever period

concludes earlier, unless specified otherwise.

15.3 The Punjab Safe Cities Authority (PSCA) shall promptly notify the

Contractor in writing of any claims arising under this warranty.

15.4 Upon receipt of such notice, the Contractor Shall, within the period

of a week or specified in SCC and with all reasonable speed, repair

or replace the defective Goods / Works or parts thereof, without costs

to the Punjab safe cities authority.

15.5 If the Contractor, having been notified, fails to remedy the defect(s)

within the period specified above or in SCC, within a reasonable

period, the may proceed to take such remedial action as may be

necessary, at the Contractor’s risk and expense and without prejudice

to any other rights which the Punjab Safe Cities Authority (PSCA)

may have against the Contractor under the Contract.

16. Payment 16.1 The method and conditions of payment to be made to the Contractor

under this Contract shall be specified in SCC.

16.2 The Contractor’s request(s) for payment shall be made to the

PUNJAB SAFE CITIES AUTHORITY (PSCA) in writing,

accompanied by an invoice describing, as appropriate, the Goods /

Works / Services delivered performed, and by documents submitted

pursuant to GCC Clause 10, and upon fulfillment of other obligations

stipulated in the Contract.

16.3 The currency of payment is Pak. Rupees and paid in lump sum after

the completion of services and issuing of Satisfactory Certificate or

as per the decision (agreement) of the PSCA.

17. Prices 17.1 Prices charged by the Contractor for Goods / Works / Services

delivered performed under the Contract shall not vary from the prices

quoted by the Contractor in its bid, with the exception of any price

adjustments authorized in SCC or in the Punjab safe cities authority’s

request for bid validity extension, as the case may be or voluntary

discount by the Contractor.

18. Change

Orders

18.1 The Punjab Safe Cities Authority (PSCA)may at any time, by a

written order given to the Contractor, make changes within the

Page 83: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

82

general scope of the Contract in any one or more notwithstanding

anything contrary to prevailing laws / rules:

19. Contract & its

Commencements

19.1 No variation in or modification of the terms of the Contract shall be

made except by written amendment signed by the parties.

19.2 The contract shall be commenced after verification of the Bank

guarantee submitted by the Contractor from the concerned bank if

otherwise not provided.

20. Assignment

or

Sub -contract

20.1 The Contractor shall not assign, to any other or sublet or sub-contract

with in whole or in part, its obligations to perform under this

Contract, except with the Punjab safe cities authority’s prior written

consent.

21. Delays in the

Contractor’s

Performance

21.1 Delivery / completion of the Goods / Works / Services and

performance of Services shall be made by the Contractor in

accordance with the time schedule prescribed by the Punjab Safe

Cities Authority (PSCA) in the Schedule of Requirements shall not

be tolerated.

21.2 If at any time during performance of the Contract, the Contractor or

its subcontractor(s) (if otherwise allowed) should encounter

conditions impeding timely delivery of the Goods / Works / Services

and performance of Services, the Contractor shall promptly notify

the Punjab Safe Cities Authority (PSCA) in writing of the fact of the

delay, its likely duration and its cause(s). As soon as practicable after

receipt of the Contractor’s notice, the Punjab Safe Cities Authority

(PSCA)shall evaluate the situation and may at its discretion extend

the Contractor’s time for performance, with or without liquidated

damages, in which case the extension shall be ratified by the parties

by amendment of Contract.

21.3 Except as provided anywhere in GCC Clause, a delay by the

Contractor in the performance of its delivery obligations shall render

the Contractor liable to the imposition of liquidated damages

pursuant to GCC relevant Clause, unless an extension of time is

agreed upon pursuant to related GCC Clause without the application

of liquidated damages.

22. Liquidated

Damages

22.1 Notwithstanding anywhere in GCC Clause, if the Contractor fails to

deliver / complete any or all of the Goods / Works / or to perform the

Services within the period(s) specified in the Contract, the Punjab

Safe Cities Authority (PSCA)shall, without prejudice to its other

remedies under the Contract, deduct from the Contract Price, as

liquidated damages, a sum equivalent to the percentage specified in

Page 84: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

83

SCC (0.2 % of contractual price per day) of the delivered price of the

delayed Goods / Works / Services or unperformed Services for each

day or part thereof of delay until actual delivery or performance, up

to a maximum.

23. Termination

for Default

23.1 The Punjab safe cities authority, without prejudice to any other

remedy for breach of Contract, by written notice of default sent to

the Contractor, may terminate this Contract in whole or in part:

(a) if the Contractor fails to deliver / perform any or all of the

Goods / Works / Services within the period(s) specified in the

Contract, or within any extension thereof granted by the Punjab

Safe Cities Authority (PSCA)pursuant to GCC relevant Clause

or

(b) If the Contractor fails to perform any other obligation(s) under

the Contract.

(c) If the Contractor, in the judgment of the PUNJAB SAFE

CITIES AUTHORITY (PSCA) has engaged in corrupt or

fraudulent practices in competing for or in executing the

Contract. For the purpose of this clause: “Corrupt practice”

means that defined in PPRA Rules 2014 or Act 2009

amended to date. However, PSCA shall follow the prevailing

rules and law in case of termination of the contract, if required.

23.2 In the event the Punjab Safe Cities Authority (PSCA)terminates the

Contract in whole or in part, the Punjab Safe Cities Authority

(PSCA)may procure, upon such terms and in such manner as it

deems appropriate, Goods / Works / Services or Services similar to

those undelivered, and such additional costs shall be payable by the

Contractor. However, the Contractor shall continue performance of

the Contract to the extent not terminated. The benefit of force

majeure shall be in favor of client if it anytime.

24. Force

Majeure

24.1 Notwithstanding anything contrary provided in the provisions of

GCC Clauses, the Contractor shall not be liable for forfeiture of its

performance security, liquidated damages, or termination for default

if and to the extent that it’s delay in performance or other failure to

perform its obligations under the Contract is the result of an event of

Force Majeure.

24.2 For purposes of this clause, “Force Majeure” means an event beyond

the control of the Contractor and not involving the Contractor’s fault

or negligence and not foreseeable. Such events may include, but are

not restricted to, acts of the Punjab Safe Cities Authority (PSCA) in

Page 85: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

84

its sovereign capacity, wars or revolutions, fires, floods, epidemics,

quarantine restrictions, and freight embargoes.

24.3 If a Force Majeure situation arises, the Contractor shall promptly

notify the Punjab Safe Cities Authority (PSCA) in writing of such

condition and the cause thereof. Unless otherwise directed by the

Punjab Safe Cities Authority (PSCA) Punjab Safe Cities Authority

(PSCA) in writing, the Contractor shall continue to perform its

obligations 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. The benefit of Force Majeure

shall be in favor of client (PSCA) if it happened anytime.

25. Termination

for

Insolvency

25.1 The Punjab Safe Cities Authority (PSCA)may at any time terminate

the Contract by giving written notice to the Contractor if the

Contractor becomes bankrupt or otherwise insolvent. In this event,

termination will be without compensation to the Contractor,

provided that such termination will not prejudice or affect any right

of action or remedy which has accrued or will accrue thereafter to

the Punjab safe cities authority.

26. Termination

for

Convenience

26.1 The Punjab safe cities authority, by written notice sent to the

Contractor, may terminate the Contract, in whole or in part, at any

time for its convenience. The notice of termination shall specify that

termination is for the Punjab Safe Cities Authority (PSCA)

convenience, the extent to which performance of the Contractor

under the Contract is terminated, and the date upon which such

termination becomes effective.

26.2 All enabling clauses of PPRA laws / rules / regulations shall be

strictly followed in process of procurement black listing contract

management etc.

27. Resolution of

Disputes

27.1 The Punjab Safe Cities Authority (PSCA) and the Contractor shall

make every effort to resolve amicably by direct informal negotiation

any disagreement or dispute arising between them under or in

connection with the Contract. If, after thirty (30) days from the

commencement of such informal negotiations.

27.3 The matter shall be referred to MD Punjab Safe Cities Authority

(PSCA)in case of PSCA and Contractor are not agreed or dispute is

unsettled after 30days who shall decide the matter in accordance with

prevailing laws after affording opportunity of hearing to the parties

whose decision shall be final.

27.4 In case of any objection therefore, the matter may be referred for

judication / arbitration in accordance with arbitration Act 1940.

Page 86: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

85

28. Governing

Language

28.1 The Contract shall be written in the language English. The version

of the Contract written in the specified language shall govern its

interpretation. All correspondence and other documents pertaining

to the Contract which are exchanged by the parties shall be written

in the same language. In case of any other language the authenticated

translation dully attested may be added with bid and, In case of any

ambiguity the language of original documents shall prevails.

29. Applicable

Law

29.1 The Contract shall be interpreted in accordance with the laws of

Islamic Republic of Pakistan / Punjab.

30. Notices

30.1 Any notice given by one party to the other pursuant to this Contract

shall be sent to the other party in writing or by fax or by email or any

other modern devices (accepted by PSCA) and confirmed in writing

to the other party’s address specified in the bidding document and

construed its receiving if not responded.

31. Taxes and

Duties

31.1 Contractor shall be entirely responsible for all taxes, duties, license

fees, etc., incurred until delivery / completion of the contracted

Goods / Works / Services.

32. Corrupt or

Fraudulent

Practices

32.1 The Punjab Safe Cities Authority (PSCA) requires that Bidders,

Contractors, and Contractor observe the highest standard of ethics

during the procurement and execution of contracts. For the purposes

of this provision, the terms set forth in PPRA Rules /Act shall be

applicable:

(a) The Punjab Safe Cities Authority (PSCA) will bar a

firm/individual/company/bidders/Contractor/Contractors/consult

ants/or what so ever named, in accordance with Blacklisting

procedures under Punjab Procurement Rules 2014 in any case

if deems so.

32.2 Furthermore, Bidders shall be aware of the provision stated in the

General Conditions of Contract.

33. Punjab safe

cities

authority’s

Privileges

33.1 The Punjab Safe Cities Authority (PSCA) reserves the right at the

time of contract awarding or thereafter to add/delete any terms and

conditions, the quantity of Goods or scope of Works or terms and

condition of the Services originally specified in the Schedule of

Requirements without any change in unit price in accordance with

prevailing rules & regulations.

Page 87: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

86

34.Integraty Pact

35. Scope of

Work for Lot – I

34.1 PSCA may require from the bidder (qualified) for submission of an

integrity pact.

39.1 Bidder will be responsible for procurement/provision,

transportation, installation, commissioning and testing of all

equipment and relevant accessories from relevant testing

authority/authorities at his own cost.

39.2 Bidder will be responsible for installation of ANPR sites

on Entry & Exit locations of Lahore city.

39.3 Bidder shall responsible to carry out civil works to

construct entry/exit gates at each location as per site

condition. The Design & Construction work will be of concrete

frame structure / Brick Masonry same as existing structure

and of steel structure for new sites as per design in Technical

Specification.

39.4 Each ANPR site contains:

Fixed/Box ANPR Camera(s)

(PTZ IP Camera(s)

(IP65 rated Power/Networking Cabinet

Cabinet should have at least 8U space of 19” standard

telecom rack width.

Cabinet should have separate space/cabin for battery

bank as calculated/proposed by the bidder.

Battery backup shall have battery backup for at least 8

hours; batteries shall be capable of maintaining the full

specified current output for the required discharge

autonomy period at the rated output voltage. Minimum

recharge time to 90% of state of charge shall be 9 hours.

The cabinet should be powder coated, rust proof.

Page 88: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

87

Cabinet should have proper concrete foundation which

must include cable/pipes inlet so that no pipes/cables are

exposed.

Each cabinet should have locking mechanism to prevent

vandalism/theft.

Cabinet should have exhaust fans (fresh air in and heat

out) placed on safe location of the cabinet where water

cannot reach.

Proper earthing/grounding must be done for each

cabinet/poles.

Each cabinet must have a sticker pasted on each sides of

the cabinet

Cabinet Number (Safe Spot ID) = 4 Digits

Final design of the sticker must be approved by the

employer before printing.

Cabinet should have enough space to easily

mount/install below mentioned equipment

UPS/Rectifier/Electricity Related equipment such as

circuit breakers, power sockets, surge protectors etc.

Batteries (Dry Cell)

Networking Equipment (Switch(es), fiber termination

equipment

Local NVR/Storage device(s)

All equipment must be properly mounted in the cabinet

using proper accessories and should not be just placed in

the cabinet.

Cabinet must have built-in alarm system which should

cover

Door Open/Close state and alarm

Fire Alarm

Low Battery Voltage Alarm

Main Power Supply Failure Alarm

Temperature sensor

Page 89: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

88

All above and other related real-time status/alarm must

be available in control room.

Bidder will install suitable LED lights or any other

equipment to ensure proper capture/reading of number

plates at night or in low light conditions.

35.5 ANPR Cameras should fulfill following requirements:

ANPR cameras should capture vehicles from the front.

One camera shall cover one traffic lane. A selection of

number plates which shall be read by the ANPR system

are identified in Technical Specification. The system

shall be capable of achieving below capture and read

rates, in all weather conditions (and average wind speeds

of up to 20 m/s), day and night on Punjab plates

identified in Technical Specification. The system shall

also have the capability to read a range of international,

variants of the Punjab standard and other Pakistani

plates.

Type of Plate and Vehicle Capture and Read Rates (Day)

Capture and Read Rates (Night)

Existing Punjab standard plate – Car / Rickshaw / Truck etc.

Capture = 97% Read = 97%

Capture = 95% Read = 95%

Existing Punjab standard plate – Motorcycle (front)

Capture = 80% Read = 55%

Capture = 75% Read = 50%

Future Punjab standard plate – Car / Rickshaw / Truck etc.

Capture = 97% Read = 97%

Capture = 95% Read = 95%

Future Punjab standard plate – Motorcycle (front)

Capture = 80% Read = 70%

Capture = 75% Read = 65%

It is preferred that all the processing for example OCR

or any other image processing shall be done on camera.

However bidder may provide their own solution that

may increase the processing to achieve the required

capture and recognition rates. In case of network failure

/ disconnection from the center all the data including

Page 90: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

89

images shall be store on camera site and shall be

transferred to the centre after network is restored.

Capture number plates from 3 to 30 meters in all weather

conditions at speed upto 200 KMPH. Capture images

and number plates both day and night in all weather

conditions.

The polarization filter shall provide clear image of driver

in all weather conditions during the day and during the

night

The Vehicle Registration Mark/ Plate capture shall

provide a color image.

All ANPR cameras shall capture images up to a speed of

200kph.

CAT-6 FTP pure copper cable must be used for

networking while appropriate power cables (minimum

4mm 2 core 600/1000 flexible) according to the

electrical requirements should be used.

All wires must be concealed properly whether inside

ducts or underground. No wires/pipes should be exposed

and proper weatherproofing must be ensured.

Each cabinet must be equipment with a fiber optic and

PoE/PoE+ supported network switch.

Requirement for electric power

Each IPNV site will be connected to existing fiber optic

network and bidder is responsible for laying of fiber

optic cable as well as connectivity and all related

work/equipment/accessories/any other related work.

39.6 Fiber optic requirements are attached.

39.7 Bidder is responsible to energize the site with LESCO

main supply. All related equipment e.g power cable,

Page 91: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

90

electric power meter and other accessories will be

bidder’s responsibility.

Bidder will install speed hump in each lane of the road

on both entry and exit side to reduce the vehicle speed.

Bidder will provide polyethylene UV protected road

barriers.

Bidder will provide/install polyethylene delineators near

each ANPR site to separate the traffic lanes

Bidder will install traffic signage near each ANPR site

for understanding and awareness of drivers.

Bidder will provide informatory signs of 3M diamond

grade reflective sheeting including aluminum board with

back frame to be fixed at top of entry exit gates complete

as per design and specifications

Bidder will paint line/lane markings and other related

symbols such as arrows, zebra crossings, shoulder lane

marking, lane separator marking, centre line marking etc.

Bidder shall use thermoplastic road marking paint

(1.5mm thick).

One IPNV fixed bullet camera must be installed at each

site facing opposite to the ANPR cameras direction and

covering all the lanes. This camera will be just for

monitoring purpose and not license plate reading.

The estimated number of Cameras to be installed has

been provided in the relevant portion of bidding

document which may increase as per the requirement

without violating the prevailing laws.

Bidder will responsible to restore the site to its original

condition keeping in view the safety of newly installed

equipment / Poles.

Page 92: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

91

Scope of Work

for Lot - II

39.8 The Bidder will be responsible for OFC Laying up

to 5 Km for Security Surveillance System at Entry & Exit

Points of city.

39.9 The Bidder will be responsible for operation & maintenance for 2 years. 39.10 Bidder will be responsible for Design & Construction of

36 and 55 foundations for power system and poles (extendable)

respectively. Bidder have to provide foundation design for

poles and power cabinets keeping in view physical site

condition and constraints.

Bidder will be responsible for installation / commissioning /

energization of poles, power system, cameras and allied

equipment’s.

Proper earthing / grounding must be done for each cabinet.

Each cabinet must have a sticker pasted on 3 sides of

the cabinet (apart from the mounting side) which

displays.

Cabinet Number (Safe Spot ID) = 4 Digits.

The employer before printing must approve final design

of the sticker.

Each pole should have a lightening arrestor rod fitted properly

on top of the pole.

Bidder is responsible to energize the site with LESCO main

supply. All related equipment e.g power cable, electric power

meter and other accessories will be bidder’s responsibility.

Bidder will be responsible for operations and maintenance of

OFC only for a period of 02 years from the date of Taking over

Certificate (TOC). The operations and maintenance includes

Warranty of all equipment/accessories.

Page 93: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

92

Repair/Replacement of any faulty

equipment/accessories.

Bidder will responsible to restore the site to its original

condition keeping in view the safety of newly installed

equipment / Poles.

Page 94: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

93

Section III

Special Conditions of Contract

The following Special Conditions of Contract shall supplement the General Conditions of

Contract. Whenever there is a conflict, the provisions herein shall prevail over those in the

General Conditions of Contract.

1. Definitions

a) The Punjab Safe Cities Authority (PSCA) is: [Department Name]

b) The Punjab Safe Cities Authority (PSCA) country is: Islamic Republic of Pakistan

c) The Contractor is: [Detail]

d) The Project Site is: [Detail]

2. Performance Security

The amount of performance security, i.e. Rs…………………. in the shape of non-

recourse, irrevocable and unconditional bank guarantee from scheduled bank of Pakistan/

having setup in Punjab on the prescribed format attached with the bidding document.

3. Inspections and Tests

Inspection and tests prior to delivery of Goods completion of works & services

and at final acceptance are:-

i) For being Brand New, bearing relevant reference numbers of the

equipment (Certificate from Contractor)

ii) For Physical Fitness having No Damages (Certificate from Contractor)

iii) For the Country of Origin as quoted by the Contractor(Certificate from

manufacturer)

iv) For conformance to specifications and performance parameters, through

Prior to delivery inspection (Inspection Report by PMU)

v) For successful operation at site after complete installation, testing and

commissioning of the equipment (Installation, Testing and

Commissioning Report by PMU)

vi) Clearing certificates and receipt of payments (as required by the

Contractor) from the custom or any other relevant entity in case of

import.

vii) Any other requirement, test, inspection etc concerning the work or

services mentioned in the bidding documents or Annex or subsequent

documents / contracts.

Page 95: BIDDING DOCUMENT For Installation of Security Surveillance ... · Outside Plant Civil Works On Ring Road including OFC laying, Operation & Maintenance ,Commissioning of Cameras and

94

4. Warranty

In accordance with the provisions, the overall warranty period shall be 24 months from

date of Handing Over (Final Acceptance) of the Goods and incase of works as per the

agreement. The Contractor shall, in addition, comply with the performance and/or

consumption guarantees specified under the Contract.

a. In case of any default or failure to perform obligation as per the obligation as per

contract or late delivery, the Contractor shall pay liquidated damages to the Punjab

Safe Cities Authority (PSCA) as provided.

5. Payment

The method and conditions of payment to be made to the Contractor under this Contract

shall be as follows:

Payment for Goods / Works / Services supplied / rendered:

Payment shall be made in Pak. Rupees in the following manner:

Billing Cycle: The payment shall be done after completion of whole assignment and

issuing satisfactory certificate by the PSCA / client or as per contract (addendums etc.).

(i) Payment against completion works: Upon submission of claim and satisfaction

of PSCA the Contractor shall be paid within thirty (30) days of receipt of the

Goods at site after performing the requisite inspection and tests as mentioned

above or on satisfaction of the PSCA.

6. Prices :

Prices shall be: Fixed.

7. Liquidated Damages / Late Delivery:

a. The maximum amount of liquidated damages for the whole of the Works may subject

to satisfaction of PSCA be 5% of the contract price.

-

b. Applicable rate: 0.2 % of contract price per day.

8. Payment Milestone:

Payment milestone will be finalized at the time of contract.