bidding document for installation of security surveillance ... · outside plant civil works on ring...
TRANSCRIPT
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
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.
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.
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
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;
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.
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.
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.
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.
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
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.
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
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.
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.
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.
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
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.
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.
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
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.
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.
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.
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
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
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.
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
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
27
TENTATIVE SITES SPECIFICATIONS
28
29
30
31
32
33
34
35
36
Tentative Design of On-Site Arrangements of Traffic Control Devices
37
A. Existing Number Plate of Commercial Vehicles
B. Existing Number Plate of Rickshaw
38
C. Existing Back Number Plate of Motor Bike
D. Existing Front Number Plate of Motor Bike
39
E. Existing Number Plate of Car (White, Green, Blue & Yellow)
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
41
Note: The Green will be changed to white, green, yellow or blue as per vehicle type.
Informatory Sign
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.
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
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
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
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
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
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.
49
LED SPECIFICATION
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]
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
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
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
54
Pole Foundation Specification
55
Pole Foundation Specification
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]
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.
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
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
______________________ _______________________ _______________________
______________________ _______________________ ________________________
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
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”)
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
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:
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
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.
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.
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.
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.
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
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.
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
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.
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)
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]
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
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
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
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
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
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.
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
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
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
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.
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.
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.
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
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
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,
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.
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.
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.
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.
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.