minutes of pre bid meeting held on 28-05-2018 / … · subject: operation, management and...
TRANSCRIPT
Subject: OPERATION, MANAGEMENT AND MAINTENANCE OF MOBILE & PERMANENT WEIGH STATIONS ON HIGHWAYS AND MOTORWAYS
FOR THE FY 2018-20
MINUTES OF PRE BID MEETING HELD ON 28-05-2018 / ADDENDUM NO. 1
Reference: Request for proposal (RFP) issued to the firms / companies / sole
propertier for subject procurement.
Pre-bid meeting regarding the procurement of subject weigh stations was held in
NHA auditorium Islamabad in the presence of Tender Opening and Evaluation
Committee and interested bidders on 28-05-2018. The queries raised by the
participants, departmental clarifications and required amendment in the RFP is as
detailed below:
Sr.
No.
Firm/company/
sole propertier Queries Departmental Comments/Decision
1 M/s A.R
Enterprises
Pre-qualification marks have been
changed to greater extent, which shows
that only few companies would be
accommodated in case of tie in same
rate. Following are the proposals:
a) The pre-qualification in 2016 bared
marks for litigation cased against
NHA, which has now been
removed, which is against clause
number 19 of PPRA rules.
b) General experience marks have
been decreased from 15 to 10.
c) Relevant experience constituted
marks per on- going project and one
finished project to 20 in total (10
each) in RFP of 2016, this has been
abolished with last ten years
experience which would favor only
2-3 companies.
a) Not Agreed.
b & c) Marks for Experience,
Financial statement / Accounts and
Minimum Qualifying Marks has been
revised as under:
i) General experience in O&M
contracts during last 10 years: 03
Marks per year upto Max of 15.
ii) Relevant experience of O&M
contracts of weigh stations during
last 10 years: 06 Marks per year
upto Max of 30.
iii) Financial statement revised marks
are as under:
More than 100 Mill 10 Marks
70 - 100 Mill 08 Marks
40 - 70 Mill 06 Marks
Upto 40 Mill 03 Marks
iv) Minimum Qualifying Marks are
revised as 70 (Seventy).
Eligibility and Technical Criteria
(E&TC) is amended accordingly and
attached at Annex-A)
2 M/s Millat
Enterprises
Police Fine Collection is more risk
oriented than Weigh Station as the fine
collected in police fine collection is
much more than weigh stations monthly
and the cost incurred for the procurement
of vehicles and offices is much more
Please refer E&TC as amended and
attached at Annex-A
than in case of weigh stations
i. The average net worth in PFC for
the year 2018-20 was constituted
to 70 million for 100 percent
marks, for weigh stations it has
been made more than 100 million
for 100 percent marks
ii. Similarly the annul turnover with
150 million scores 100 percent
marks and for Police Fine
Collection it was 100 Million
3 M/s Sparco and
M/s Fast Lane Clause 12 of section-VI Penalties
a) Timing for removing the fault of
weigh station is too short, it should be
extended.
b) Minimize or remove your
mentioned penalties amount as so
possible.
Not Agreed
4 M/s National
Engineers
What is the Financial distribution of lead
firm in JV partnership in Technical
scores
For Technical evaluation of JV, Lead
firm share for Average Net Worth and
Average Turnover will be considered as
70% and other firms 30%. OMC will
give clearly mention the name of lead
firm in JV and partnership deed on
Stamp paper will be the part of
Technical Bid.
Please refer E&TC as amended and
attached at Annex-A
5 M/s Tollink and
M/s TRAM
a) “Sales Tax” may be removed in
clause 19.1(a) of 19 Bidder to
inform Himself.
b) “Bank Guarantee” may be also
be allowed to be submitted as
Performance Security under
Clause 12 of Bid Data Sheet.
a) Agreed.
b) Agreed.
6 M/s Tollink and
M/s TRAM
M/s Malik
Masood Akram
& Brothers
M/s Sparco and
M/s Fast Lane
M/s AR
Enterprises
All the Firms/ Companies has requested
for revision in basic criteria of bidding
because all the companies will quote
lowest identical rate i.e 0.1% and in
case of tie only those companies will
emerge winners whose technical score
is more. Bids on the basis of Bill of
Quantities (BoQ) like consultancy
contract are the best option.
a) The basic criteria for Financial
bidding as per Clause 13 of LOI,
Award Criteria has been revised.
The OMC will quote the fix rate for
the OM&M of Mobile and
Permanent weigh stations on
Highways and Motorways based on
realistic detailed BOQ of Salaries
of Staff, minor Maintenance of IT
equipments, weigh buildings and
overhead & profits as per the
revised bid form/ BOQ forms BF-1
to BF-6.for Mobile weigh stations
(Annex-B) and for Permanent
weigh stations (Annex-C) with
following conditions:
(i) If more than one bidder, quote same bid, then lowest bidder will be decided on the basis of having higher score in the technical evaluation.
(ii) All forms (BF-1 to BF-6) must be filled, signed/stamped and submitted with the bid, and the total amount mentioned in the said Forms must be co-related with final bid price, otherwise bid will be treated as non-responsive.
(iii) Staff salaries must meet minimum wages as per labor laws.
(iv) Seriously un-balanced and non-practical bid will be treated as non-responsive.
b) Previous bid forms along with
Form 1B to 5B stands canceled.
c) The Clause 2.8.2 of Article 2 SOS,
Staff Requirement for each
weigh station has been revised to
the extent that the minimum Staff
requirement, qualification and
experience on Mobile and
Permanent weigh stations will be
considered as given in relevant
Form BF-1.
d) Clause 2.17.2 (3) of Article 2 SOS,
Utilities has been revised to the
extent that the utility bills
(Electricity, gas and water etc) will
be quoted by the OMC in relevant
bid Form BF-4. NHA will not
reimburse the actual bills
separately.
(SALAHUDDIN)
General Manager (Revenue)
Distribution:
All Bidders
Copy to:-
Member (Finance) NHA, HQ.
SPS to Chairman NHA, HQ.
NHA Website.
15. Eligibility and Technical Criteria
Total= 100
The minimum qualifying marks are 70 (Seventy)
An undertaking on judicial stamp paper to be furnished confirming the detail of
litigation / dispute/ cases, both existing and previous, with NHA and also mentioning
non-performance of the contracts (if any) with any govt. or private
institute/organization.
Contractor must have NTN & STN and must be listed in Active Tax payer list (ATPL) of
FBR.
Company/firm/registration of sole proprietor ship shall be in the name of bidder.
If two or more bidders have quoted same identical bid then bidder will be declared
successful on the basis of higher score in technical evaluation.
Sr. No
Description Requirement Max Marks
1
PEC Registration
(Valid PEC Certificate) for year 2018
(IN case of JV, one out of two firm must be O-5)
O-A, O-B 15 Marks
O-1 to O-2 10 Marks
O-3 to O-4 & 06 Marks
O-5 03 Marks
15
2
Financial Statements / Accounts duly certified by Chartered Accountant having average net worth over last 03 years (2014-15, 2015-16 & 2016-17) (Total Assets - Total Liability except
capital)
In case of JV, lead firm share will be taken as 70% of Average Net Worth whereas other partner as 30%.
More than 100 Million 10 Marks
70 - 100 million 08 Marks
40 - 70 million 06 Marks
Upto 40 million 03 Marks 10
3
Average Annual Turn-Over for the year 2014-15, 2015-16 & 2016-17. (Certified statement showing turnover of each year separately )
In case of JV, lead firm share will be taken as 70% of Turnover whereas other partner as 30%.
More than 150 million 15 Marks
100 - 150 million 10 Marks
50 – 100 million 07 Marks
25 – 50 million 05 Marks
Upto 25 million 03 Marks
15
4 General Experience in O&M contracts during last 10 years
03 Marks per year upto 5 years 15
5
Relevant Experience of O&M
contracts of weigh stations during
last 10 years
06 Marks per year upto 5 years 30
6 Corporate Structure
Company 15 Marks
Firm 10 Marks
Sole Proprietor 05 Marks
15
Annex-A
BID FORM FOR MOBILE WEIGH SATIONS ON
HIGHWAYS AND MOTORWAYS
General Manager (Revenue)
National Highway Authority-HQ 27 Mauve area G-9/1, Islamabad, Pakistan.
Phone: +92-51-9260190, Fax: +92-51-9261116
1. Having examined the bidding documents including Addenda Nos. [insert
numbers], the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to Operate, Manage, Maintain and Collect fine for Mobile
Weigh Station (Package No.______________________) in conformity with the said
bidding documents as per following:
Rate Quoted by OMC per month per package (in Figures/ Words):
___________________________________________________________________________
2. As a security for due performance of the undertaking and obligations of this bid, we submit herewith a Bid Security in the amount of Rs. 500,000/- drawn in your favor or made payable to you and valid for a
period for twenty eight (28) days beyond the period of validity of Bid.
3. We undertake, if our Bid is accepted, to provide the services in accordance with terms and conditions as specified in the bidding documents.
Note:
(i) If more than one bidder, quote same bid, then lowest bidder will be decided on the basis of having higher score in the technical evaluation.
(ii) All forms (BF-1 to BF-6) must be filled, signed/stamped and submitted with the bid, and the total amount mentioned in the said Forms must be co-related with final bid price, otherwise bid will be treated as non-responsive.
(iii) Staff salaries must meet minimum wages as per labor laws. (iv) Seriously un-balanced and non-practical bid will be treated as non-
responsive.
4. If our Bid is accepted, we will promptly submit the Performance Security for the due performance of the Contract, in the amount and form as prescribed
by the Employer in bidding documents. 5. We agree to remain committed to this Bid for a period of One Hundred and
Eighty (180) days from the date fixed for Bid opening under
Annex-B
Clause-3 of the IFB and it shall remain binding upon us and may be accepted at any time before the expiration of that period.
6. 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.
7. We understand that you are not bound to accept the lowest or any bid you may receive.
8. We do hereby declare that the Bid is made without any collusion, comparison
of figures or arrangement with any other persons making a Bid for the Services.
9. We confirm, if our Bid is accepted, that all partners of the joint venture will be liable jointly and severally for the execution of the Contract and the composition or the constitution of the joint venture shall not be altered
without the prior consent of the Employer.
Name of Bidder___________________________________
Signature: _____________________________________
Stamp: _____________________________________
Form BF-1 Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
Qualification & Experience of Staff
Package No. _______________________________
Sr. No.
Position Minimum Qualification Minimum Experience
1 Supervisor/Manager BA/BSc 3 years of O&M Contrats with 2 years in weigh
station
2 Computer Operator FA/FSc with short computer
courses 3 years of weigh station
3 Flag Man Matric 1 year of weigh station
4 Electrician/ Generator Operator Middle 5 years of relevant field
5 Guard/Gunman Having weapon with valid license 5 years of relevant field
6 Cook Nil 5 years of relevant field
OMC
Form BF-2
Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
Breakdown of rates for staff
Name Position
Basic Salary per
Working Month Col-1
Social Charges
(% of 1) Col-2
Overheads/ profits per
person Col-3
Fee/ Allowance
(% of 1) Col-4
Monthly
Billing Rate (1+2+3+4)
Remarks
To Be Nominated
Supervisor
To Be Nominated
Computer Operator
To Be Nominated
Flag Man
To Be Nominated
Electrician/Generator Operator
To Be Nominated
Guard/Gunman
To Be Nominated
Cook
Total
Note: Staff salaries must meet minimum wages as per labor laws
OMC
Form BF-3 Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
Bill No. 1 (Salary Cost/ Remuneration of Staff)
Package No. __________________________________
Sr. No.
Position
Total Positions (for 3 Shifts)
Monthly Billing Rate
(Rs)
Total Staf Amount (Rs)
Remarks
A B Common Cost
A x B Specific Cost
A x B
1 Supervisor/Manager 1 For all equipments installed at one location (Common Staff)
2 Computer Operator 3 Per Equipment (Specific Staff)
3 Flag Man 6 Per Equipment (Specific Staff)
4
Electrician/Generator Operator
1 For all equipments installed at one location (Common Staff)
5 Guard/Gunman 2
For all equipments installed at
one location (Common Staff)
6 Cook 1
For all equipments installed at one location (Common Staff)
Total 14
Note: Staff salaries must meet minimum wages as per labor laws
Director (Revenue) Director (RAMS) Director (R-C)
OMC
GM (P&CA) GM (Revenue)
Form BF-4
Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
Bill No. 2 (Direct (Non- Salary Costs) per Equipment)
Package No. __________________________
Sr. No Description Price per Month (Rs) Remarks
1 Utility Charges (Gas, Electricity, Water)
2 Generator POL including minor R & M
3 Insurance of weigh station and employees as per Article VII Clause 7.3
4 Cost of office furnishing
Total Amount (Rs)
Director (Revenue) Director (RAMS) Director (R-C)
OMC
GM (P&CA) GM (Revenue)
Form BF-5
Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
Bill No. 3 (Cost of other O&M activites in Scope of Services (SoS) Per Equipment)
Package No.___________________________________________
Sr. No Description Price per Month (Rs) Remarks
1 Repair/ Maintenance of IT Equipment. Minor repair upto Rs 10,000 per month
2
Provision of one fork lifter for one location along
with driver, helper and POL etc, if impounding area is available
3
The cost of fine challan slip/book printing etc shall be borne by OM&MC and will be deducted
from the monthly invoice @ Rs. 10,000/- per month (where its utilization is applicable)
4 Any other cost associated with Scope of Work but not mentioned above. (Please explain if used)
Total Amount (Rs)
Director (Revenue) Director (RAMS) Director (R-C) OMC
GM (P&CA) GM (Revenue)
Form BF-6
Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
Summary of Cost
Package No. _______________________________________________
Sr. No. Description Amount
Per Month (Rs) Remarks
1 Salary Cost/ Remuneration (Staff of weigh station)
a) Specific Staff Based on Bill No. 1 (Form BF-3)
b) Common Staff Based on Bill No. 1 (Form BF-3)
2 Direct (Non-Salary Cost) Based on Bill No. 2 (Form BF-4)
3 Cost of other O&M activites in Scope of Services (SoS) Based on Bill No. 3 (Form BF-5)
4 Overheads and profits
5 Total Cost Per Package Per Month ( As per formula "A")
6 Total Cost per package for 24 month ( As per formula "B")
Formulas
A. Total Cost Per Package Per Month (Rs) = No. of Equipments x (1a) + No of locations x (1b + 2 + 3 + 4)
B. Total Cost Per Package for 24 Months (Rs) = A x 24
Note: List of No. of Equipments and No. of Locations in each package is attached.
Director (Revenue) Director (RAMS) Director (R-C) OMC
GM (P&CA) GM (Revenue)
Operation Management and Maintenance of Mobile Weigh Stations on Highways and Motorways
List of Equipments and Locations Detail
Highways
Sr. No Package No. No. of Locations No of Equipments
1 MWS-(NH)-18-01 1 1
2 MWS-(NH)-18-02 1 1
3 MWS-(NH)-18-04 4 4
4 MWS-(NH)-18-05 1 1
5 MWS-(NH)-18-06 1 1
6 MWS-(NH)-18-10 1 1
Total 9 9
Motorways
Sr. No Package No. No. of Locations No of Equipments
1 MWS-(MW)-18-01 1 1
2 MWS-(MW)-18-02 2 2
3 MWS-(MW)-18-03 1 1
Total 4 4
BID FORM FOR PERMANENT WEIGH SATIONS ON
HIGHWAYS AND MOTORWAYS
General Manager (Revenue)
National Highway Authority-HQ 27 Mauve area G-9/1, Islamabad, Pakistan.
Phone: +92-51-9260190, Fax: +92-51-9261116 1. Having examined the bidding documents including Addenda Nos. [insert
numbers], the receipt of which is hereby duly acknowledged, we, the
undersigned, offer to Operate, Manage, Maintain and Collect fine for Mobile
Weigh Station (Package No.______________________) in conformity with the said
bidding documents as per following:
Rate Quoted by OMC per month per package (in Figures/ Words):
___________________________________________________________________________
2. As a security for due performance of the undertaking and obligations of this bid, we submit herewith a Bid Security in the amount of Rs. 500,000/- drawn in your favor or made payable to you and valid for a
period for twenty eight (28) days beyond the period of validity of Bid.
3. We undertake, if our Bid is accepted, to provide the services in accordance with terms and conditions as specified in the bidding documents.
Note:
(i) If more than one bidder, quote same bid, then lowest bidder will be decided on the basis of having higher score in the technical evaluation.
(ii) All forms (BF-1 to BF-6) must be filled, signed/stamped and submitted with the bid, and the total amount mentioned in the said Forms must be co-related with final bid price, otherwise bid will be treated as non-responsive.
(iii) Staff salaries must meet minimum wages as per labor laws. (iv) Seriously un-balanced and non-practical bid will be treated as non-
responsive. .
Annex-C
4. If our Bid is accepted, we will promptly submit the Performance Security for the due performance of the Contract, in the amount and form as prescribed by
the Employer in bidding documents.
5. We agree to remain committed to this Bid for a period of One Hundred and Eighty (180) days from the date fixed for Bid opening under Clause-3 of the IFB and it shall remain binding upon us and may be accepted
at any time before the expiration of that period. 6. 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.
7. We understand that you are not bound to accept the lowest or any bid you
may receive.
8. We do hereby declare that the Bid is made without any collusion, comparison of figures or arrangement with any other persons making a Bid for the
Services.
9. We confirm, if our Bid is accepted, that all partners of the joint venture will be liable jointly and severally for the execution of the Contract and the
composition or the constitution of the joint venture shall not be altered without the prior consent of the Employer.
Name of Bidder___________________________________
Signature: _____________________________________
Stamp: _____________________________________
Form BF-1
Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
Qualification & Experience of Staff
Package No. ____________________________________
Sr. No. Position Minimum Qualification Minimum Experience
1 Supervisor/Manager BA/BSc 3 years of O&M Contrats with 2 years in weigh
station
2 Computer Operator FA/FSc with short computer courses 3 years of weigh station
3 Flag Man Matric 1 year of weigh station
4 Electrician/ Generator Operator
Middle 5 years of relevant field
5 Guard/Gunman Having weapon with valid license 5 years of relevant field
6 Sweaper Nil 5 years of relevant field
7 Cook Nil 5 years of relevant field
OMC
Form BF-2
Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
Breakdown of rates for staff
Package No. ___________________________________________
Name Position
Basic Salary per Working Month Col-1
Social
Charges (% of 1) Col-2
Overheads/
profits per person Col-3
Fee/
Allowance (% of 1) Col-4
Monthly Billing Rate (1+2+3+4)
Remarks
To Be Nominated Supervisor/Manager
To Be Nominated Computer Operator
To Be Nominated Flag Man
To Be Nominated Electrician/Generator Operator
To Be Nominated Guard/Gunman
To Be Nominated Sweaper
To Be Nominated Cook
Total
Note: Staff salaries must meet minimum wages as per labor laws
OMC
Form BF-3 Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
Bill No. 1 (Salary Cost/ Remuneration of Staff)
Package No. __________________________________
Sr. No.
Position
Total Positions
(for 3 Shifts)
Monthly
Billing Rate (Rs)
Total Staf Amount
(Rs) Remarks
A B Common
Cost A x B Specific Cost
A x B
1 Supervisor/
Manager 1
For all equipments installed at one location both NB & SB (Common Staff)
2 Computer Operator 3 Per Equipment
(Specific Staff)
3 Flag Man 9 Per Equipment
(Specific Staff)
4 Electrician/
Generator Operator 2
For all equipments installed at one location both NB & SB (Common Staff)
5 Guard/Gunman 3 Per Equipment
(Specific Staff)
6 Sweaper 2
For all equipments installed at
one location both NB & SB (Common Staff)
7 Cook 1
For all equipments installed at
one location both NB & SB (Common Staff)
Total 21
Note: Staff salaries must meet minimum wages as per labor laws.
Director (Revenue) Director (RAMS) Director (R-C) OMC
GM (P&CA) GM (Revenue)
Form BF-4
Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
Bill No. 2 (Direct (Non- Salary Costs) per Equipment)
Package No. _______________________________
Sr. No Description Price per Month (Rs) Remarks
1 Utility Charges (Gas, Electricity, Water)
2 Generator POL including minor R & M
3 Insurance of weigh station and employees as per Article VII Clause 7.3
4 Cost of office furnishing
5 Total Amount (Rs)
Director (Revenue) Director (RAMS) Director (R-C) OMC
GM (P&CA) GM (Revenue)
Form BF-5
Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
Bill No. 3 (Cost of other O&M activites in Scope of Services (SoS) Per Equipment)
Package No.___________________________________________
Sr. No
Description Price per Month
(Rs) Remarks
1 Repair/ Maintenance of IT Equipment only. Minor repair upto Rs 10,000 per month
2 Repair/ Maintenance of weigh Building, Approach lanes and road furniture etc.
Minor repair including white washing / Painting on annual basis
3
Provision of one fork lifter for one location
along with driver, helper and POL etc, if impounding area is available
4
The cost of fine challan slip/book printing
etc shall be borne by OM&MC and will be deducted from the monthly invoice @
Rs. 10,000/- per month (where its utilization is applicable)
5
Any other cost associated with Scope of
Work but not mentioned above. (Please explain if used)
6 Total Amount (Rs)
Director (Revenue) Director (RAMS) Director (R-C) OMC
GM (P&CA) GM (Revenue)
Form BF-6
Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
Summary of Cost
Package No. _______________________________________________
Sr. No.
Description Amount
Per Month (Rs) Remarks
1 Salary Cost/ Remuneration (Staff of weigh station)
a) Specific Staff Based on Bill No. 1 (Form BF-3)
b) Common Staff Based on Bill No. 1 (Form BF-3)
2 Direct (Non-Salary Cost) Based on Bill No. 2 (Form BF-4)
3 Cost of other O&M activites in Scope of Services (SoS) Based on Bill No. 3 (Form BF-5)
4 Overheads and profits
5 Total Cost Per Package Per Month ( As per formula "A")
6 Total Cost per package for 24 month ( As per formula "B")
Formulas
A. Total Cost Per Package Per Month (Rs) = No. of Equipments x (1a) + No of locations x (1b + 2 + 3 + 4)
B. Total Cost Per Package for 24 Months (Rs) = A x 24
Note: List of No. of Equipments and No. of Locations in each package is attached.
Director (Revenue) Director (RAMS) Director (R-C) OMC
GM (P&CA) GM (Revenue)
Operation Management and Maintenance of Permanent Weigh Stations on Highways and Motorways
List of Equipments and Locations Detail
Highways
Sr. No Package No. No. of Locations No of Equipments
1 PWS-(NH)-18-01 1 1
2 PWS-(NH)-18-04 3 4
3 PWS-(NH)-18-05 2 8
4 PWS-(NH)-18-06 2 7
5 PWS-(NH)-18-07 1 1
6 PWS-(NH)-18-08 2 2
7 PWS-(NH)-18-09 2 2
Total 13 25
Motorways
Sr. No Package No. No. of Locations No of Equipments
1 PWS-(MW)-18-01 3 5
2 PWS-(MW)-18-02 3 6
3 PWS-(MW)-18-03 3 6
4 PWS-(MW)-18-04 3 5
5 PWS-(MW)-18-05 2 3
6 PWS-(MW)-18-06 4 6
Total 18 31