CCTV O&m RFP - LMBS
CCTV O&m RFP - LMBS
CCTV O&m RFP - LMBS
Operate and Maintain the entire CCTV Surveillance System and Allied Equipment already
procured, deployed and in operation at Lahore Metrobus System (LMBS) since February 2013
such that for the Contract period i.e. two years, the Contractor may align manufacturer
support from the CCTV Surveillance System Manufacturer.
For a more elaborate list of roles and responsibilities, please refer to Clause 9 (“Services Required”) in
this document.
Client reserves exclusive rights to cancel/annul or reject all bids submitted at any time without giving
any reason thereof.
Bidders must ensure that they submit all the required documents indicated in the Bidding Documents
without fail. Bids received without, undertakings, valid documentary evidence, supporting documents
and various requirements mentioned in the Bidding Documents or test certificates are liable to be
rejected at the initial stage itself. The data sheets, valid documentary evidences for the critical
components as detailed hereinafter should be submitted by the Bidder for scrutiny. It is intimated that
no objection/revisions/supplement shall be entertained regarding the terms and conditions of the
Bidding Document submitted by the bidder.
This Bidding Process will be governed under Punjab Procurement Rules, 2014, as amended from time to
time and instructions of the Government of the Punjab received during the completion of the project
2. Clarification meeting: May 18, 2021 (3pm) – 5th floor Arfa Software
Technology Park, Ferozepur Road, Lahore.
Punjab Procurement Rules 2014 will be strictly followed. These may be obtained from PPRA’s website:
http://ppra.punjab.gov.pk/downloads
In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Punjab
Procurement Rules 2014.
As per Rule 12, this Tender is being placed online at PPRA's website, as well as being advertised in print
media. The bidding document carrying all details can be downloaded from PPRA’s website
www.ppra.punjab.gov.pk, PMA’s website http://www.pma.punjab.gov.pk.
As per Rule 12(2), this Tender is being placed online at PPRA's website, as well as being advertised in
print media.
As per Rule 38(2)(a), Single Stage - Two Envelope Procedure shall be followed such that Technical and
Financial Proposals are submitted separately. This is as follows:
i. The bid shall comprise of a single package containing two separate envelopes. Each envelope
shall contain separately the financial proposal and the technical proposal;
ii. The envelopes shall be marked as “FINANCIAL PROPOSAL” and “TECHNICAL PROPOSAL” in bold
and legible letters to avoid confusion;
iii. Initially, only the envelope marked “TECHNICAL PROPOSAL” shall be opened;
iv. The envelope marked as “FINANCIAL PROPOSAL” shall be retained in the custody of the Client
without being opened;
The bids along with the Tender Security, Tender Forms, Affidavits, etc., must reach PMA’s office located
at 5th floor, Arfa Software Technology Park, 346-B, Ferozepur Road, Lahore, PAKISTAN, on or before
1500 hours on May 28, 2021. The Technical bids will be publicly opened in the Committee Room of
Punjab Masstransit Authority, 5th Floor, Arfa Software Technology Park, 346-B, Main Ferozepur Road,
Lahore, at 1530 hours on May 28, 2021.
Queries of the Bidders (if any) for seeking clarifications regarding the specifications of the services must
be received in writing by the PMA by 18th May 2021. All queries shall be responded to within due time.
The bidder must submit bids in full conformity of the requirements mentioned vide this document.
Failure to meet this condition will cause disqualification of the bidder and subsequent rejection of the
relevant bid. The attention of bidders is drawn to the provisions of Clauses 19, 26 & 28 on
“Preparation / Submission of Bid”, “Determination of Responsiveness of Bid” and “Rejection &
Acceptance of Tender/Bids” respectively before preparing and submitting their bids.
The contact detail for all correspondence in relation to this bid is as follows:
Email: [email protected]
Punjab Masstransit Authority (PMA)
5th Floor, Arfa Software Technology Park,
346-B, Ferozepur Road, Lahore, Pakistan.
Bidders should note that during the period from the advertisement of the tender till the receipt of the
bid, all queries should be communicated in writing via e-mail at the above contact detail.
Bidders are also required to state, in their proposals, the name, title, fax number and e-mail address of
the bidder’s authorized representative through whom all communications shall be directed until the
process has been completed or terminated.
Client will not be responsible for any costs or expenses incurred by bidders in connection with the
preparation or delivery of bids.
As authority competent to accept the tender, Client reserves the right to cancel the tender or reject all
bids without assigning any reason thereof.
5. Notice
5.1 In this document, unless otherwise specified, wherever provision is made for exchanging
notice, certificate, order, consent, approval or instructions amongst the Contractor and the
Client, the same shall be:
5.1.1 in writing;
5.1.2 issued within reasonable time;
5.1.3 served by sending the same by courier or registered post to their principal office in Pakistan or
such other address as they shall notify for the purpose; and
5.1.4 The words "notify", "certify", "order", “consent”, “approve”, "instruct", shall be construed
accordingly.
6. Tender Scope
6.1 Punjab Masstransit Authority (PMA), Government of the Punjab (The Client), invites/requests
Proposals (hereinafter referred to as “the Tenders”) for the Operations and Maintenance of
CCTV Surveillance System and Allied Equipment as defined in this document.
6.2 The operations and maintenance services for CCTV Surveillance System will be provided for 27
stations and 04 Intersections of Lahore Metrobus System (LMBS).
6.3 High-level requirements for these systems are outlined in relevant sections in this document.
9. Services Required
Contractual obligations of the successful bidder’s (CCTV Surveillance System Service Provider’s
roles and Responsibilities):
1. Maintain and administer all CCTV Surveillance System components within the already
deployed scope/configuration - including all related equipment and software
necessary for the smooth running of the system, with provisions of this tender
document, good industry practices, applicable laws, and technical specifications of
components stated in this document.
2. Contractor may align the support of CCTV Surveillance System-Manufacturer for CCTV
Surveillance System software and hardware maintenance within the already deployed
scope/configuration.
4. Adequate spare parts must be in place in order to ensure uptime defined in the
Service Level Agreements. Timely maintenance and repair/replacement of the spare
parts of the equipment installed must be ensured. Cost to be borne by the Contractor.
7. Operate and maintain a secure and protected access control system to control access
to CCTV Surveillance System software application systems and databases, limiting
access to authorized personnel only.
8. Implement appropriate security measures for the information and data generated
from operations of CCTV Surveillance System, and deploy standard disaster
management procedures, contingency plans, and back-up plans to cope with any
system failure.
10. Undertake taking over of all CCTV Surveillance System equipment and components
from the Client in fully operational and good working condition.
11. Prepare and implement detailed preventive and break-down maintenance plan for all
CCTV Surveillance System equipment and components to be handed over by the
Client to the Contractor. Also update the maintenance plan through maintenance
review procedures.
13. Guarantee smooth operations and functioning of all CCTV Surveillance System
components during the entire contract period.
14. Plan and conduct regular disaster recovery drills, security audits, and performance
tuning activities. Timely submit associated plans, schedules, and results for review.
15. Coordinate all equipment and software maintenance activities well in advance with
authorized/designated personnel at PMA.
16. Regularly check, and timely maintain all possible ICT infrastructure including
hardware, software, and network infrastructure and ensure adherence to stated
service-level parameters.
17. Obtain all necessary permits under all applicable Laws required to proceed with CCTV
Surveillance System Project implementation, and comply with applicable laws,
regulations, and permits during the contract period.
18. Cooperate with all other service providers and facilitate their operations in the PMA
system. In case of damages to PMA or other Service Provider property on the part of
the CCTV Surveillance System Service Provider the damages shall be recovered from
the CCTV Surveillance System Service Provider by the Client.
19. Be responsible for the conduct and functioning of all staff employed on the CCTV
Surveillance System project towards passengers and PMA staff as well as authorized
staff of other relevant government agencies. The service provider shall ensure
efficient services, polite and courteous behavior of its employees. The Service
Provider shall be liable for any misconduct or unreasonable offense of its employees
and shall take prompt and appropriate action.
20. Participate in all meetings, committees, etc, as directed by PMA from time to time.
22. Timely raise alerts to the PMA control center staff in case of issues with equipment or
system functioning.
23. Facilitate scalability of the CCTV Surveillance System Project to cater to the future
requirements and needs.
24. Engage and deploy suitably skilled personnel for operation and maintenance of the
CCTV Surveillance System project, and maintenance of all related
equipment/component in a timely manner and at its own cost.
25. Take prompt and reasonable action for resolution of each complaint – including
complaints received from passengers as well as from PMA related to CCTV
Surveillance System operations and generate log of each complaint along with the
details of the resolution.
26. Adequate resources from the contractor’s side must be available to ensure smooth
operations of CCTV Surveillance System.
27. The Contractor is liable to cooperate fully with the assigned Information System
Auditor’s and shall extend all necessary access, support & cooperation for the
completion of said audits (as and when required).
28. The Contractor is responsible for operating the entire CCTV Surveillance System
including all its components and peripherals, reliably and securely at all times during
the course of the contract. The Contractor shall not make any changes to the system
configuration parameters and security settings without prior written approval of the
Client in a timely manner.
29. At no time or under any circumstances what so ever shall the Contractor ever make
direct changes to the databases. It shall always be ensured that all changes in the
database (if and when required/approved by the Client) shall be done through the
application interface(s). The database audit logs shall always remain in enabled mode.
30. Contractor must hand over hardware/software in fully operational condition upon
expiry of contract. The clearance will be dependent upon seeking Taking Over
Certificate (TOC) from concerned authorities. Detailed trainings must be imparted by
the Contractor to the staff of incoming Contractor as well as staff of PMA, before
expiry of the contract which will have direct implications on issuance of TOC.
19.8 The Technical Proposal shall contain following, without quoting the price:
19.8.1 Technical Proposal Form (Annexure-A)
19.8.2 Affidavit and Undertaking (All terms & conditions and qualifications listed anywhere in the RFP
have been satisfactorily vetted) (Annexure-E&F)
19.8.3 Covering letter duly signed and stamped by authorized representative. (Annexure-C)
19.8.4 Evidence of eligibility of the Tenderer and the Services
19.8.5 Evidence of conformity of the Services to the Tender Document
19.8.6 The statement must be signed by the authorized representative of the Bidder
19.8.7 Financial Capacity as per Annexure-I
19.8.8 Valid Registration Certificate for Income Tax, Sales Tax and / or other allied agencies /
19.10 The Tenderer shall seal the Original Technical Proposal in an envelope duly marked as under:
19.11 The Tenderer shall seal the Duplicate Technical Tender in an envelope duly marked as under:
19.13 The Tenderer shall again seal the sealed envelopes of Original Technical Proposal and the
Original Financial Proposal in an outer envelope, duly marking the envelope as under:
Strictly Confidential
Open on [Last Date of submission of the Tender]
19.14 The Tenderer shall again seal the sealed envelopes of Duplicate Technical Proposal and the
Duplicate Financial Proposal in an outer envelope, duly marking the envelope as under:
Strictly Confidential
Open on [Last Date of submission of the Tender]
19.15 The Tenderer shall enclose soft copy of the Technical Proposal, including all Forms, Annexes,
CCTV Surveillance System Tender Document
Page 23 of 71
Schedules, Charts, Drawings, Documents, Brochures, Literature, etc., in the form of MS Word
Documents, MS Excel Worksheets and Scanned images, with the hard copies.
19.16 This is made obligatory to affix authorized signatures with official seal on all original and
duplicate (copies) documents, annexures, copies, certificates, brochures, literature, drawings,
letters, forms and all relevant documents as part of the bids submitted by the tenderer.
[Client]
and
[Contractor]
Dated:
This CONTRACT AGREEMENT (this “Contract”) made as of the [day] of [month], [year], between [full
legal name of the Client] (the “Client”), on the one part,
and
[full legal name of Contractor], on the other part severally liable to the Client for all of the Contractor’s
obligations under this Contract and is deemed to be included in any reference to the term “Contractor”.
RECITALS
WHEREAS,
(a) The Government through the Client intends to spend a part of its budget / funds for
making eligible payments under this contract. Payments made under this contract
will be subject, in all respects, to the terms and conditions of the Contract in lieu of
procurement of services as described in the contract.
(b) The Client has requested the Contractor to provide certain services as described in
Tender Document; and
(c) The Contractor, having represented to the Client that it has the required
professional skills, and personnel and technical resources, has agreed to provide
such services on the terms and conditions set forth in this Contract.
1. The Contractor hereby covenants with the Client to supply the services, in conformity in all
respects with the provisions of the Contract, in consideration of the payments to be made by
the Client to the Contractor.
2. The Client hereby covenants with the Contractor to pay the Contractor, the Contract Price or
such other sum as may become payable, at the times and in the manner, in conformity in all
respects with the provisions of the Contract, in consideration of supply of the Services.
3. The following shall be deemed to form and be read and construct as part of this Contract:
4. This Contract shall prevail over all other documents. In the event of any discrepancy /
inconsistency within the Contract, the above Documents shall prevail in the order listed above.
IN WITNESS whereof the Parties hereto have caused this Contract to be executed in accordance with the
laws of Pakistan as of the day, month and year first indicated above.
For [full legal name of the Client]: For [full legal name of the Contractor]:
Signature Signature
Name Name
Witnessed By: Witnessed By:
WITNESSES
32. Contract
The Client shall, after receipt of the Performance Security from the successful Tenderer, send
the Contract provided in the Tender Document with any modification mutually agreed
between the Client & successful tenderer, to the successful Tenderer. Within ten working days
of the receipt of such Contract, the Tenderer shall sign and date the Contract and return it to
the Client.
Where
( )
Where
En is the cumulative escalation in monthly price in PKR since the bid submission date.
CPIn is the value of consumer price index (CPI) on the last date of the previous fiscal year
as published by Pakistan Bureau of Statistics, i.e. 30th June 2020 for invoices submitted
for the period of 1st July 2020 and onwards and 30th June 2021 for invoices submitted for
the period 1st July 2021 and so on.
CPI0 is the value of consumer price index on the date of bid submission.
________________________________________________________________________
Accordingly, the Contract Price shall be subject to adjustments for changes in:-
i. Sales Tax on Services rate as and when applicable
ii. CPI from every new financial year
46.2 The Services which are complete or to be completed by the Contractor, within thirty working
days after the receipt of such notice, shall be accepted by the Client. For the remaining
services, the Client may elect:
46.2.1 to have any portion thereof completed and delivered; and
46.2.2 to cancel the remainder and pay the Contractor by Making payments for services already
rendered (if any are outstanding).
47. Termination
47.1 The Contractor may, at any time, through six (06) month written notice served upon the Client,
shall terminate the Contract in whole, for its convenience. The amount due till the notice
period will be paid by the Client.
47.2 The Contractor is bound to serve written notice to the Client at least six (06) months prior to
54.1 The Authorized Representative shall only carry out such duties and exercise such authority as
may be delegated to him, by the Client, or the Contractor.
54.2 Any such delegation or revocation shall be in writing and shall not take effect until notified to
the other parties to the Contract.
54.3 Any decision, instruction or approval given by the Authorized Representative, in accordance
with such delegation, shall have the same effect as though it had been given by the Principal.
54.4 Notwithstanding above Clause, any failure of the Authorized Representative to disapprove
Services or Works shall not prejudice the right of the Client to disapprove such Services or
Works and to give instructions for the rectification thereof.
54.5 If the Contractor questions any decision or instruction of the Authorized Representative of the
Client, the Contractor may refer the matter to the Client who shall confirm, reverse or vary
such decision or instruction.
55. Waiver
Failure of either party to insist upon strict performance of the obligations of the other party,
under the Contract, shall in no way be deemed or construed to affect in any way the right of
CCTV Surveillance System Tender Document
Page 38 of 71
that party to require such performance.
56. Training
56.1 The Contractor shall arrange and undertake a detailed training program for its own staff as well
as the staff nominated by the Client to ensure that they shall acquire a good working
knowledge of supply of such Services to be supplied under the Contract.
56.2 In case of non-compliance with instructions, non-cooperation or other difficulties experienced
by the Contractor with regard to any of these personnel, the Contractor shall apprise Client and
proceed to implement suitable remedial measures after consultation with them.
57. Standards
The Goods and the Services supplied under this Contract shall conform to the authoritative
latest/leading industry standards and best practices.
58. Labeling
The Goods/Equipment/Software/Items maintained under the Contract, shall be clearly labeled
such that no Goods/Equipment/Software/Items remain without labeling during the Contract
period, so as to correspond with the delivered documentation, with proper labeling scheme. All
equipment, cables, connectors, ports, boxes shall be clearly labeled.
59. Delivery
The CCTV Surveillance setup delivery time is sixty (60) calendar days for Lahore Metrobus
System Operations from the issuance of Acceptance Letter (LOA) with complete
commissioning.
62. Power
Power backup is not in the scope of the CCTV Surveillance service provider and is provisioned
by other service provider. It is clarified that, UPS are installed in data cabin to ensure backup
power supply for all IT equipment/components deployed at each station like CCTV surveillance
system which is already connected with UPS. The CCTV Surveillance service provider is
responsible for operation and maintenance of connectivity with the UPS. UPS backup lasts for
at least 4 hours at any given time.
66. Blacklisting
66.1 If The Contractor fails / delays in performance of any of the obligations, under the Contract /
violates any of the provisions of the Contract / commits breach of any of the terms and
conditions of the Contract The Client may, at any time, without prejudice to any other right of
action / remedy it may have, blacklist The Contractor in accordance with PPRA Rules 2014,
either indefinitely or for a stated period, for future tenders in Public Sector.
66.2 If The Contractor/Bidder is found to have engaged in corrupt or fraudulent practices in
competing for the award of contract or during the execution and currency of the Contract, The
Client may, at any time, without prejudice to any other right of action / remedy it may have,
blacklist The Contractor/Bidder in accordance with PPRA Rules 2014, either indefinitely or for a
stated period, for future tenders in public sector.
Have a minimum validity period of one hundred and eighty days (180)
from the last date for submission of the Tender or until furnishing of
the Performance Security, whichever is later
Liquidated damages for failure If and when applicable, liquidated damages (LD) shall be levied for
/ configuration of Services by delay in start date of complete services as directed by the Client
the Contractor in this RFP = 0.25 % of the annual contract value per day
However, the amount so deducted shall not exceed, in the
aggregate, the value of the performance security. The Liquidated
Damages are attributable to such part of the Services as cannot, in
consequence of the failure / delay, be put to the intended use, for
every day between the scheduled delivery date(s), with any
extension of time thereof granted by the Client, and the actual
delivery date(s).
Legal Status to Work in The Bidder must be allowed and meet all conditions set forth by the
Pakistan Government to work with all concerned parties.
A point system will be used for technical qualifying for the contractors.
PASS MARKS: A technically eligible bidder, based on conditions listed in Section below, not meeting the
65% pass mark limit will be rejected in Technical evaluation, and its Financial Proposal will be returned
to it unopened. All bidders scoring greater than or equal to 65% of the marks will be accepted in
technical proposal, and their respective financial bids will be opened as per rules and regulations.
The Client reserves exclusive rights to cancel/annul or reject all bids submitted at any time without
giving any reason thereof.
According to the Technical Proposal, the Technical bids will be rated as follows. Bidders may fill in the
below evaluation sheet and do their own evaluation for submission, but the evaluation done by the
Client/ Evaluator shall be the valid evaluation and shall hold:
The mandatory requirements given above must be adhered to in order to qualify for evaluation against
the criteria given.
The bid price P shall be adjusted at the end of each fiscal year for the change in consumer price
index (CPI) since the bid submission date.
The monthly gross amount (exclusive of sales tax on services) Pn shall be as follows:
Where
( )
Where
En is the cumulative escalation in monthly price in PKR since the bid submission date.
CPIn is the value of consumer price index (CPI) on the last date of the previous fiscal year as
published by Pakistan Bureau of Statistics, i.e. 30th June 2020 for invoices submitted for the
period of 1st July 2020 and onwards and 30th June 2021 for invoices submitted for the period 1st
July 2021 and so on.
CCTV Surveillance System Tender Document
Page 45 of 71
CPI0 is the value of consumer price index on the date of bid submission.
_________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
Date ___________
Place __________ Signature of authorized person
Name:
(Company Seal)
__________________
In the capacity of
Duly authorized by
Note: No cutting or overwriting is allowed. Any cutting or overwriting will lead to rejection of the financial bid.
Dear Sir,
We, the undersigned, offer to provide the _(insert title of assignment)_ in accordance with your
Request for Proposal/Tender Document dated _(insert date)_ and our Proposal. We are hereby
submitting our Proposal, which includes the Technical Proposal and the Financial Proposal sealed in two
separate envelopes.
We undertake, if our Proposal is accepted, to provide supply of _________related to the
assignment.
We also confirm that the Government of Pakistan / Punjab has not declared us, or any, ineligible
on charges of engaging in corrupt, fraudulent, collusive or coercive practices. We furthermore, pledge
not to indulge in such practices in competing for or in executing the Contract, and we are aware of the
relevant provisions of the Proposal Document.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature
Name of Firm
Address
Dear Sir,
We, the undersigned, offer to provide the _(Insert title of assignment)_ in accordance with your
Request for Proposal dated _(insert date)_ and our Technical Proposal. Our attached Financial Proposal
is for the sum of _(insert amount in words and figures)_ per month. This amount is inclusive of all
applicable taxes, as per Laws of the Government of Pakistan, but is exclusive of all Sales Taxes on
Services which shall be added by the Client over and above the quoted amount, as applicable/required
under the relevant Tax Laws, to arrive at the monthly contract price. Accordingly, the Contract Price
shall be subject to adjustments for change in rate of Sales Tax on Service as and when required.
Our Financial Proposal shall be binding upon us subject to the modifications resulting from
Contract negotiations, up to expiration of the validity period of the Proposal, i.e. before the date
indicated in _______ of the Proposal Data Sheet.
We also declare that the Government of Pakistan / Punjab has not declared us or any Sub-
Contractors for any part of the Contract, ineligible on charges of engaging in corrupt, fraudulent,
collusive, or coercive practices. We furthermore, pledge not to indulge in such practices in competing
for or in executing the Contract, and are aware of the relevant provisions of the Proposal Document.
We understand you are not bound to accept any Proposal you receive.
Signed
In the capacity of:
Duly authorized to sign the proposal on behalf of the Applicant.
Date:
To
(Name and address of Client/Evaluator)
Sub: ________________________________________________.
Dear Sir,
a) Having examined the tender document and Appendixes we, the undersigned, in conformity with
the said document, offer to provide the said items on terms of reference to be signed upon the
award of contract for the sum indicated as per financial bid.
b) We undertake, if our proposal is accepted, to provide the items/services comprise in the
contract within time frame specified, starting from the date of receipt of notification of award
from the client Department / Office.
c) We agree to abide by this proposal for the period of ____ days (as per requirement of the
project) from the date of bid opening and it shall remain binding upon us and may be accepted
at any time before the expiration of that period.
d) We agree to execute a contract in the form to be communicated by the _(insert name of the
Client)_, incorporating all agreements with such alterations or additions thereto as may be
necessary to adapt such agreement to the circumstances of the standard.
e) Unless and until a formal agreement is prepared and executed this proposal together with your
written acceptance thereof shall constitute a binding contract agreement.
f) We understand that you are not bound to accept a lowest or any bid you may receive, not to
give any reason for rejection of any bid and that you will not defray any expenses incurred by us
in biding.
g) We would like to clearly state that we qualify for this work as our company meets all the pre-F
criteria indicated on your tender document. The details are as under:
_________________________
b) The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
c) Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a resolution/power of attorney in favor of the Person
executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.
POWER OF ATTORNEY
(On a Legal / Revenue Stamp Paper of PAKISTAN / of the bidder’s country in the relevant value
OR on the bidder’s letter head officially signed and stamped)
We (name of the company and address of the registered office) do hereby appoint and
authorize Mr. / Ms. (full name and residential address) bearing Pakistan’s Computerized
National Identity Card (CNIC) no. (complete CNIC no.) who is presently engaged with us and
holding the position of as our attorney, to do in our name and on our behalf, all such acts,
deeds and things necessary in connection with or incidental to our proposal for (name of the
project) in response to the tenders invited by the (name of the Client) including signing and
submission of all documents and providing information/responses to (name of the Client) in all
matters in connection with our Bid.
We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant
to this Power of Attorney and that all acts, deeds and things done by our aforesaid attorney
shall and shall always be deemed to have been done by us.
For ________________________________
(Signature)
(Name, Designation and Address)
Accepted
(Signature)
(Name, Title and Address of the Attorney)
Date:
Signature
(Company Seal)
__________________
In the capacity of
We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms.
________ (if participating through agent / representative) is the agent / representative duly authorized
by _(Name of the bidder company)_ hereinafter called the Contractor to submit the attached bid to the
_(Name of the Client/Evaluator)_. Affiant further states that the said M/s (Bidding Firm/Company
Name) has not paid, given or donate or agreed to pay, given or donate to any line officer or employee of
the _(Name of the Client/Evaluator)_ any money or thing of value, either directly or indirectly, for
special consideration in the letting of the contract, or for giving undue advantage to any of the bidder in
the bidding and in the evaluation and selection of the bidder for contract or for refraining from properly
and thoroughly maintaining projects implementations, reporting violation of the contract specification
or other forms of non-compliance.
_________________
Signature & Stamp
WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has submitted
Tender against Tender Name (hereinafter called "the Tender") to the [Name and Address of the Client]
(hereinafter called "the Client").
AND WHEREAS [Name of the Bank] having registered office at [Address of the Bank] (hereinafter called
"the Guarantor") has agreed to give the Contractor a Guarantee;
THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the Client,
for the sum of PKR (in figures ____________________) (in words
___________________________________) and undertakes to pay to the Client, upon receipt of his
written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without
cavil / argument and without the Client having to substantiate / prove or to show grounds / reasons for
such claim(s), on the occurrence of any / all of the following conditions:
1. If the Contractor withdraws the Tender during the period of the Tender validity specified by the
Contractor on the Tender Form; or
2. If the Contractor does not accept the corrections of his Total Tender Price; or
3. If the Contractor, having been notified of the acceptance of the Tender by the Client during the
period of the Tender validity, fails or refuses to furnish the Performance Security, in accordance
with the Tender Document.
Provided that the Client shall specify the occurred condition(s) owing to which the said sum is due to
him.
Provided further that any demand(s) / claim(s) from the Client shall reach the Guarantor within thirty
working days after the expiry of the Guarantee.
This guarantee shall remain valid up to ___________________ or until furnishing of the Performance
Security, whichever is earlier.
GUARANTOR
Signature __________________
CNIC # __________________
Name __________________
Designation __________________
Address__________________
Issuing Authority:
Date of Issuance:
Date of Expiry:
WHEREAS [Name and Address of the Contractor] (hereinafter called "the Contractor") has agreed to
supply the Services and render the Services against Tender Name (hereinafter called "the Contract") for
the Contract Value of PKR (in figures ____________________) (in words
___________________________________).
AND WHEREAS it has been stipulated in the Tender Document that the successful Contractor shall furnish
Performance Security, within ten (10) working days of the receipt of the Acceptance Letter from the
Client, in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the
format provided in the Tender Document to the Client, for a sum equivalent to
Rs.____________________( to 10% of the one (01) year contract value, on a yearly basis, with an
undertaking to renew the Bank Guarantee before the end of each year, one month before the expiry
period of the submitted bank guarantee) valid from the date of issue until all obligations have been
fulfilled in accordance with the Contract; AND WHEREAS [Name of the Bank] having registered office at
[Address of the Bank] (hereinafter called "the Guarantor") has agreed to give the Contractor a
Guarantee;
THEREFORE the Guarantor hereby affirms to bind himself, his successors and his assigns to the Client, for
the sum of PKR (in figures ____________________) (in words
___________________________________) and undertakes to pay to the Client, upon receipt of his
written demand(s), any sum(s) as specified by him, not exceeding the above limit in aggregate, without
cavil / argument and without the Client having to substantiate / prove or to show grounds / reasons for
such claim(s), on the occurrence of any / all of the following conditions:
1. If the Contractor commits a default under the Contract;
2. If the Contractor fails to fulfill any of the obligations under the Contract;
3. If the Contractor violates any of the provisions of the Contract.
Provided that the Client shall specify the occurred condition(s) owing to which the said sum is due to
him.
Provided further that any demand(s) / claim(s) from the Client shall reach the Guarantor within thirty
working days after the expiry of the Guarantee.
GUARANTOR
Signature __________________
CNIC # __________________
Name __________________
Designation __________________
Address__________________
Additionally, the following financial data form shall be filled out for the Bidder. The Client reserves the
right to request additional information about the financial capacity of the Bidder. A Bidder that fails to
demonstrate through its financial records that it has the financial capacity to perform the required
Supply/Services may be disqualified.
_________________________
NOTE: SLA as listed below will be reviewed by PMA periodically and may be updated accordingly
with mutual consent. The amendments as made at the time of review will be binding on the
contractor.
Scope:
The SLA describes target performance levels which the contractor must aim to deliver for the
Services outlined in tender document/contract. It also lists the procedures for managing
unavailability of Services, and associated penalties which will be applied if contractor fails to deliver
any service performance targets in accordance with this SLA.
Service Monitoring:
PMA authorized personnel will check Service Level Compliance of the Contractor through the
available mechanisms, data and systems.
An overall uptime of 99.9% is expected from all components and services associated with CCTV
SURVEILLANCE SYSTEM AND ALLIED EQUIPMENT (Components/Modules/Services as listed in tender
document/ contract).
The contractor, through the monitoring system must provide the data that is sufficient to allow
analysis and reporting of performance and availability of components, equipment, modules – to the
detail and frequency described in this SLA.
The Contractor will additionally use data gathered from its monitoring of the Components to inform
& take approval from competent authority for its decisions in respect of any changes to its
infrastructure which in its sole discretion, deems necessary to maintain or improve the availability
and performance of the services delivered to PMA.
The contractor must use already available helpdesk / complaint management system i.e. ITMIS with
access to PMA authorized personnel.
Periodic reviews will be scheduled by the Government of the Punjab via its concerned departments
and organizations. The reports from the contractor’s service monitoring system shall form an
agenda for such reviews.
Scheduled Maintenance:
Scheduled maintenance should fall outside normal working hours, and not exceed a total of 4 hours
per month. The contractor must seek approval from PMA for all pre-planned/scheduled
maintenance work by submitting a detailed maintenance work plan along with reasons for
After completion of the planned work, the contractor will report the outcome to PMA in writing.
PMA have access to complaint management system i.e. ITMIS to log calls and to assign categories.
The contractor will be responsible for providing a mechanism to client for taking reliable
backups.
The contractor will ensure use of licensed software and products, where applicable.
The contractor must ensure that the support personnel are properly qualified to support all
software/hardware related issues.
The contractor will be responsible for providing timely and comprehensive analysis and
reports to PMA or the concerned department based upon the information/data gathered in
the system.
The contractor would be responsible for security of the data being entered into and
processed by the applications.
The contractor will provide training to the PMA. The training should cover all operations of
the system. The contractor will also document all the training material and provide it to the
client in any format requested by the client.
The contractor will be responsible for timely resolution of reported issues. The contractor
will also ensure timely escalation of issues to PMA as and when required.
The contractor must ensure effective and efficient support via online complaint
management system i.e. ITMIS, phone, email and onsite presence as and when needed
throughout the period of contract.
Accurately and thoroughly logging service request into complaint management system i.e.
ITMIS.
The focal person at the client is notified about the creation of all critical service requests
through email, SMS, and phone call and intimation on complaint management system.
Documenting all technical inquiries and developing solutions for the knowledge base.
Updating service requests in the complaint management system i.e. ITMIS with detail
analysis of the issue, documenting each step as it was solved.
Responding to service request via email, phone or in person.
Raising issues in the timely manner before they become critical show stoppers.
Escalating issues at the appropriate level in a timely and efficient manner.
Resolving issues both on site and remotely.
The contractor will be responsible for providing support throughout the period of contract.
Application support should cover aspects such as performance / load management, system
/security hardening, system configuration, patch management etc.
Initial Response:
Time taken by the contractor’s qualified representative to arrive at the premises where the failure
occurred, after the problem is reported by the automated alert system where applicable.
Resolution:
Time it takes to resolve the problem.
Issues as reported must be visible to all stakeholders involved via complaint management system. In
addition contractor must notify the fault to the Authority, via email, fax, and/or telephone, as soon as it
becomes aware of the fault, and must also keep the monitoring cell informed of progress towards
resolution in a timely manner. Any fault that is not fixed within the stated resolution time will be
escalated to the executive management of the contractor.
Faults/Issues/Complaints will not be closed until resolution is verified on the ground by PMA.
In case of breach of SLA parameters, penalties will apply. Depending upon the nature, severity, and
duration of the breach, penalties in the form of stated percentage of monthly service charges will be
imposed. It is however clarified that the Contractor is not responsible for the duration of the
downtime where the problem lies with the Client and all such time shall be excluded accordingly.
Minimum service levels associated with various key aspects of the services, components, and
operations related to the CCTV SURVEILLANCE SYSTEM AND ALLIED EQUIPMENT project, are defined
below:
Servic
Sr
Service Parameter e Validation Penalty
No
level
Calculation of Uptime:
[{(Actual Uptime + Scheduled Downtime)/total number of operation hours in a month} * 100]
"Total Operation Hours" means the total hours over the measurement period i.e. one month (24 *
number of days in the month for 24 hours operation and 18 * number of days in the month for 18 hours
operation).
"Actual Uptime" means, of the Total Operation Hours, the aggregate number of hours in any month
during which each equipment is actually available for use.
"Scheduled Downtime" means the aggregate number of hours in any month during which each
equipment, is down during Total Operation Hours, due to preventive maintenance, scheduled
maintenance, infrastructure problems or any other situation which is not attributable to the
Contractor’s (or Contractor’s) failure to exercise due care in performing Contractor’s responsibilities.
For 24/7 hours operation, the PMA would provide a maximum of 04 hours of planned downtime for the
preventive maintenance (as part of scheduled downtime) per month per equipment/service. In other
case the PMA would not provide any planned downtime for the preventive maintenance (as part of
scheduled downtime) per month per equipment/service.
The downtime for scheduled maintenance (patch application, upgrades – OS, Database, etc.) would
need to be mutually agreed between PMA and the Contractor for 24/7 hours operation. To reduce this
time, various maintenance activities can be clubbed together with proper planning. Like above the
planned downtime would not be the case if we are not having 24/7 operations.
Downtime Calculation:
The recording of downtime shall commence at the time of registering it with Contractor for any
downtime situation for the equipment. The registration could be done through auto alert,
Downtime shall end when the problem is rectified and the application/ service is available to the user.
Down time will not be considered for Pre-scheduled preventive maintenance and health checks
(Scheduled Downtime).
If the PMA elects to continue the operation of the machine, when a part of the machine is giving
problem and leading to downtime, the commencement of downtime shall be deferred until the PMA
releases the machine / equipment to the Contractor for remedial action.
a) The compliance report shall be submitted monthly along with the monthly invoice, by the Contractor.
CCTV Surveillance System Tender Document
Page 65 of 71
b) These compliance reports shall be verified by PMA officials or the nominated representatives of PMA.
Any disputes on the compliance report shall be escalated to a nominee of the senior management of
PMA and the decision of that nominee shall be binding on both the parties.
c) The compliance to the SLA metrics as listed above shall be monitored on the monthly basis.
Breach of SLA:
In case the Contractor does not meet the service levels mentioned in document, for three (3) continuous
time periods, it will be treated as a breach of the SLA. The following steps may be taken in such a case:
1. A show cause notice will be issued
2. Contractor must respond to the notice within 3 working days
3. If PMA is not satisfied with the reply, it may initiate contract termination process
Exclusions:
The service provider will be exempted from delays or slippages on SLA parameters arising out of delays
in execution:-
a. due to delay in approval or review from PMA’s side
b. for the duration where the problem lies with the Client
Any such delays will be notified in writing and will be approved by the Client.
Reporting Procedures:
The Contractor will prepare and distribute to PMA the SLA performance reports in an agreed upon
format by the 3rd working day of subsequent month of the reporting period. The reports will include
“actual versus target” SLA performance, a variance analysis and discussion of appropriate issues or
significant events.
As such, this document also defines the following management procedures:
1. A process for negotiating changes to the SLA.
2. An issue management process for documenting and resolving particularly difficult issues.
3. PMA and Contractor management escalation process to be used in the event that an issue is
not being resolved in a timely manner.
PMA and Contractor’s representative will determine which committee or executive level should logically
be involved in resolution.
A meeting or conference call will be conducted to resolve the issue in a timely manner. The documented
issues will be distributed to the participants at least 24 hours prior to the discussion if the issue is not an
emergency requiring immediate attention.
Management of PMA and Contractor will develop a temporary, if needed, and the permanent solution
for the problem at hand. The Contractor will then communicate the resolution to all interested parties.
1. All issues would be raised to the project management team, which is completely responsible for the
day to day aspects of the implementation. The project management team shall classify the issues based
on their severity level and resolve them within appropriate timelines.
2. If project management team is unable to resolve an issue, the issue would be escalated to the top
management with options/risks detailed for decision. Top management will make decisions based on
the options/risks presented by the PMA.
Training Requirements:
Training is an important activity for the successful implementation of Work. Following are the trainings
to be imparted by the Contractor:
1. The Contractor shall arrange and undertake a comprehensive training program for its own staff as
well as the staff nominated by the Client to ensure that they shall acquire a good working knowledge of
supply of such Services to be supplied under the Contract. To make the Work a success, training
programs shall be arranged by the Contractor from time to time depending on the requirement and
System Availability:
The System could be required to be functional round the clock, and the availability of the System should
be in excess of 99% of the operations time.
Performance Reporting:
The Contractor shall record performance and availability of each of the Components and report this
information to the Client. Where periodic account reviews are agreed by both parties to be held
between the Client and the Contractor, these reports will form an agenda for such reviews. The
Contractor will enable the Client to view the reports via the service system.
IN WITNESS whereof the parties here to have caused this Contract to be executed in accordance with their
respective laws the day and year first above written.
In response to the Tender Document for [Tender Name] We hereby solemnly declare that presently
[Name of Bidder / Supplier] is having unblemished record and is not presently blacklisted on any
grounds whatsoever by any Government entity (Federal, Provincial, Local Body) or Public Sector
Organization in the country of origin and Pakistan.
It is understood that if this declaration is found to be incorrect for [Name of Bidder / Supplier] or any
member in case of Joint Venture, then without prejudice to any other action that may be taken, our
Tender Security shall be forfeited in full and our bid shall be cancelled.
Signature
(Company Seal)
__________________
In the capacity of