CCTV O&m RFP - LMBS

Download as pdf or txt
Download as pdf or txt
You are on page 1of 71

Tender Document

OPERATIONS AND MAINTENANCE SERVICES OF


CCTV SURVEILLANCE SYSTEM AND ALLIED EQUIPMENT FOR
LAHORE METROBUS SYSTEM (LMBS)
(GAJJUMATA TO SHAHDARA)

THE PUNJAB MASSTRANSIT AUTHORITY


Government of the Punjab
th
5 Floor, Arfa Software Technology Park (ASTP)
346-B, Main Ferozepur Road, Lahore, Pakistan.
Phone: +92 42 99028000 Fax: +92 42 9923 2541
URL: www.pma.punjab.gov.pk
Table of Contents
Important Note ........................................................................................................................... 5
Important Dates .......................................................................................................................... 6
1. Invitation to Bid ............................................................................................................. 7
2. Bidding Details (Instruction to Bidders) ........................................................................ 9
3. Definitions.................................................................................................................... 10
4. Headings and Titles...................................................................................................... 11
5. Notice ........................................................................................................................... 11
6. Tender Scope ............................................................................................................... 11
7. Overview and Objectives ............................................................................................. 11
8. Contract type and duration ........................................................................................... 14
9. Services Required ........................................................................................................ 14
10. Key Service-level parameters ...................................................................................... 17
11. Other Parties Responsibilities ...................................................................................... 17
12. Key components of the solution .................................................................................. 17
13. Other high-level requirements ..................................................................................... 18
14. Tender/Bidder Eligibility ............................................................................................. 19
15. Tender Cost .................................................................................................................. 19
16. Joint Venture / Consortium .......................................................................................... 19
17. Examination of the Tender Document ......................................................................... 20
18. Amendment of the Tender Document.......................................................................... 20
19. Preparation / Submission of Tender ............................................................................. 21
20. Tender Price ................................................................................................................. 24
21. Tender Security ............................................................................................................ 24
22. Tender Validity ............................................................................................................ 25
23. Modification / Withdrawal of the Tender .................................................................... 25
24. Opening of the Tender ................................................................................................. 25
25. Clarification of the Tender by the Client ..................................................................... 25
26. Determination of Responsiveness of the Bid (Tender) ................................................ 26
27. Correction of errors / Amendment of Tender .............................................................. 26
28. Rejection & Acceptance of Tender/Bids ..................................................................... 26
29. Acceptance Letter (LOA) ............................................................................................ 27
30. Performance Security ................................................................................................... 27
31. Redressal of Grievances ............................................................................................... 28
32. Contract ........................................................................................................................ 33
33. Contract Documents and Information .......................................................................... 33
34. Contract Language ....................................................................................................... 33
35. Patent Rights and Rights to the Contents of the Program ............................................ 33
36. Execution Schedule ...................................................................................................... 33
37. Payment........................................................................................................................ 33
38. Contract Price............................................................................................................... 34
39. Contract Amendment ................................................................................................... 35
40. Assignment / Subcontract ............................................................................................ 35
41. Extensions in time for performance of obligations under the Contract ....................... 35
42. Liquidated Damages .................................................................................................... 35
43. Forfeiture of Performance Security ............................................................................. 35
44. Termination for Default ............................................................................................... 36
45. Termination for Insolvency.......................................................................................... 36
46. Termination for Convenience ...................................................................................... 36
47. Termination .................................................................................................................. 36
48. Force Majeure .............................................................................................................. 37
49. Dispute Resolution ....................................................................................................... 37
50. Statutes and Regulations .............................................................................................. 37
51. Taxes and Duties .......................................................................................................... 38
52. Bidder to inform himself .............................................................................................. 38
53. Contract Cost ............................................................................................................... 38
54. Authorized Representative ........................................................................................... 38
55. Waiver .......................................................................................................................... 38
56. Training ........................................................................................................................ 39
57. Standards ...................................................................................................................... 39
58. Labeling ....................................................................................................................... 39
59. Delivery........................................................................................................................ 39
60. Software Maintenance ................................................................................................. 39
61. Site Preparation ............................................................................................................ 39
62. Power ........................................................................................................................... 39
63. Safety ........................................................................................................................... 40
64. Support and Maintenance ............................................................................................ 40
65. Spare Parts and Support ............................................................................................... 40
66. Blacklisting .................................................................................................................. 40
67. Special Stipulations...................................................................................................... 40
68. Technical Evaluation Criteria ...................................................................................... 42
69. Price Schedule / Bid Price / Form of Bid ..................................................................... 45
70. Equipment List ............................................................................................................. 47

Annexure-A: Technical Proposal Submission Form .......................................................... 48


Annexure-B: Financial Proposal Submission Form .......................................................... 49
CCTV Surveillance System Tender Document
Page 3 of 71
Annexure-C: Format for Covering Letter ........................................................................... 50
Annexure-D: Instructions for preparation of power of attorney ...................................... 51
Annexure-E: Undertaking .................................................................................................... 53
Annexure-F: Affidavit ........................................................................................................... 54
Annexure-G: Tender Security Form .................................................................................... 55
Annexure-H: Performance Security .................................................................................... 56
Annexure-I: Financial Capacity of the Bidder................................................................... 58
Annexure-J: Service Level Agreement ................................................................................ 59
Annexure-K: Station Level CCTV Surveillance Equipment ............................................. 69
Annexure-L: Affidavit for Non-Blacklisting ..................... Error! Bookmark not defined.3

CCTV Surveillance System Tender Document


Page 4 of 71
Important Note
Registered companies and Joint ventures complying with criteria given in this document are eligible
for this tender, hereafter referred to as Bidders.

Regarding scope of work, following needs to be assumed by bidders:

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.

Applicability of Punjab Procurement Rules, 2014

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

CCTV Surveillance System Tender Document


Page 5 of 71
Important Dates
1. Last date of Bid Submission: May 28, 2021 (3pm) – 5th floor Arfa
Software Technology Park, Ferozepur Road, Lahore.

2. Clarification meeting: May 18, 2021 (3pm) – 5th floor Arfa Software
Technology Park, Ferozepur Road, Lahore.

CCTV Surveillance System Tender Document


Page 6 of 71
1. Invitation to Bid
Punjab Masstransit Authority (PMA), Government of the Punjab (The Client), invites bids for the
National Tender of “Operations Maintenance Services of CCTV Surveillance System and Allied
Equipment for Lahore Metrobus System (LMBS) (Gajjumata to Shahdara)”.

1.1 PPRA Rules to be followed

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.

1.2 Mode of Advertisement(s)

As per Rule 12, this Tender is being placed online at PPRA's website, as well as being advertised in 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.

1.3 Type of Open Competitive Bidding

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;

CCTV Surveillance System Tender Document


Page 7 of 71
v. The technical proposal will be evaluated in a manner as per the clauses mentioned in this
document; and proposals which do not conform to the specified requirements as listed in said
document will be rejected.
vi. During the technical evaluation no amendments in the technical proposal shall be permitted;
vii. The financial proposals of technically qualified bidders shall be opened publicly at a time, date
and venue announced and communicated to the bidders in advance;
viii. After the evaluation and approval of the technical proposal the Client, shall at a time within the
bid validity period, publicly open the financial proposals of the technically accepted and
qualified bids only. The financial proposal of bids found technically non-responsive shall be
returned un-opened to the respective bidders.
ix. The technically qualified bidder with lowest financial bid will be the successful bidder.

CCTV Surveillance System Tender Document


Page 8 of 71
2. Bidding Details (Instruction to Bidders)
All bids must be accompanied by tender security as part of financial proposal (with a copy in technical
proposal) in favor of “Punjab Masstransit Authority” (As per provisions of Tender Security clause 21 of
this document).

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.

CCTV Surveillance System Tender Document


Page 9 of 71
3. Definitions
3.1 “PMA” is Punjab Masstransit Authority, Government of Punjab.
3.2 “LMBS” is Lahore Metrobus System
3.3 “CCTV Surveillance System” CCTV Surveillance System, as asked for in the Tender Document.
CCTV Surveillance System implementation for 27 Metrobus stations and 04 intersections in
Lahore.
3.4 “Client” means Punjab Masstransit Authority (PMA), Government of the Punjab or any other
person/entity for the time being or from time to time duly appointed in writing by the Client to
act as Client.
3.5 “CCTV Surveillance System Service Provider” or “Successful Bidder”: The technically qualified
bidder with lowest financial bid, who has the probability of award of contract for CCTV
Surveillance System Project, subject to necessary approvals and applicable policies.
3.6 “Confirmation” means confirmation in writing.
3.7 “Bidder/Tenderer” means a registered company or joint venture that has submitted its bid as
per the criteria/specifications listed.
3.8 “Contractor” means successful Bidder/Tenderer.
3.9 “Contract” means the contract proposed to be entered into between the Client and the
Bidder, including all attachments, appendices, and all documents incorporated by reference
therein.
3.10 “Contract Price” means the price payable to the Contractor under the Contract for the full and
proper performance of its contractual obligations.
3.11 "Clarification Meeting" means the meeting conducted by the Client on given date and time
prior to actual date of bid opening.
3.12 “Procurement Methods” means any one of the procurement modes / methods as provided in
the Punjab Procurement Rules 2014 published by the Punjab Procurement Regulatory
Authority (PPRA), Government of Punjab.
3.13 “RFP” means Request for Proposals, including any amendments that may be made by the
Client for the selection of bidder.
3.14 “Proposal” means the Technical Proposal and the Financial Proposal for the provision of the
Services submitted by a bidder in response to RFP.
3.15 “SBD” means Standard Bidding Documents.
3.16 “SCC” means the Special Conditions of Contract.
3.17 “Services” means the tasks to be performed by the bidder pursuant to the Contract as
mentioned vide this document.
3.18 “TEC” means the Technical Evaluation Committee, constituted for the purpose of evaluating
the Proposals received.
3.19 “Terms of Reference” or “TOR” means the document which explains the objectives, scope of
work, activities, task to be performed, respective responsibilities of the Client and the bidder,
and expected results and deliverables of the assignment.
3.20 "Works" means work to be done by the Contractor under the Contract.
3.21 “GoPb” means Government of the Punjab

CCTV Surveillance System Tender Document


Page 10 of 71
3.22 “Outgoing-CCTV Surveillance System-Contractor” means the existing CCTV Surveillance System
Contractor
3.23 “CCTV Surveillance System-Manufacturer” means M/s Huawei Technologies Co., Ltd
website: https://www.huawei.com/en/

4. Headings and Titles


In this document, headings and titles shall not be construed to be part thereof or be taken into
consideration in the interpretation of the document and words importing the singular only
shall also include the plural and vice versa where the context so requires.

5. Notice
5.1 In this document, unless otherwise specified, wherever provision is made for exchanging
notice, 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.

7. Overview and Objectives


PMA realizes the importance of providing safe, efficient, comfortable, and affordable Transport to
the public and commissioned the MetroBus Corridor in Lahore in 2013. The Client seeks to induct
O&M services for CCTV Surveillance System for Metrobus System in Lahore (Gajjumatta to
Shahdara). The Service Provider will provide services for 2 years. MBS initially spans over
approximately 27 KM running from Gajjumatta to Shahdara through Ferozpur Road named as
Green Line. Key locations are targeted to maximize ridership from all surrounding areas. 27 stations
are built throughout the entire route of MBS. The pictures below highlights general station layout
and its perspective view.

CCTV Surveillance System Tender Document


Page 11 of 71
SALIENT FEATURES OF THE PROJECT

 Total length of the corridor from Gajjumata to Shahdara is approximately 27 Km.


 Two lane - limited access corridor (10m wide). Access is controlled by Fenced barrier along the
curb sides. Intersections at Nishter, Gulabdevi, Kalma Chowk and Timber market.
 Portion from Canal to Bhati Station is elevated (8.3 Km)
 Portion from Niazi Station till start of Ravi Bridge is Mixed traffic zone.
 Total 27 Stations having average inter-distance of 1 km. Each station has two platforms each
with three (03) docking bays except MAO College station which has five (05) docking bays. 18
numbers of stations are at-grade while 9 stations are elevated.
 The access to the stations is grade-separated. Pedestrian bridge is used for station access except
Kalma, Canal, Qartaba and Azadi Stations where station access is through pedestrian
underpasses.
 MAO, Qartaba and Canal stations have multiple accesses (at least four).
 There are 39 ticket offices/booths such that MAO has four (04) ticket booths, Bhatti, Katchery,
Civil, Janazgah, Qartaba, Shama, Ichra, Canal and Gajjumata has two (02) ticket booths while
remaining have only one (01).
 The pedestrian bridges and underpasses are used for stations access as well as road crossing.
CCTV Surveillance System Tender Document
Page 12 of 71
 Station power is backed up by 100 KVA and 200 KVA gensets whose fueling is done during non-
operational hours (11:00 PM – 5:30 AM).
 Bus Operational hours are from 6:15 AM to 11:00 PM according to the prevalent schedule and is
subjected to change when desired by the Authority.
 Automated Fare Collection (AFC): Two types of electronic fare media are used i.e. token and
smart card which are validated at turnstiles before entering into the platforms
 64 Articulated air conditioned buses (seating capacity 38+1, total capacity 160 per bus). Depot is
located near Nishter Metrobus Station, Ferozepur Road, Lahore.
 Terminal stations i.e. Shahdara and Gajjumatta have bus turnarounds and bus parking space
 Operations is monitored and controlled through Command & Control Center located in Arfa
Karim Software Technology Park (ASTP), 5th Floor, Ferozpur Road, Lahore
The whole operation will be monitored and controlled by Punjab Masstransit Authority from PMA
Command and Control Centre that is established at Arfa Software Technology Park (ASTP), Lahore.

CCTV Surveillance System Tender Document


Page 13 of 71
8. Contract type and duration
Contract period is (02) two years, extendable with mutual consent of both parties based on
needs, compliance to defined Service Level Agreement (SLA), audit reports, and other
requirements stated in this Tender Document, and formal contract.

9. Services Required
Contractual obligations of the successful bidder’s (CCTV Surveillance System Service Provider’s
roles and Responsibilities):

Contractor’s roles, responsibilities and onsite technical support:

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.

3. Deploy suitably skilled personnel (dedicated team) for configuration/customization,


installation, and prompt and efficient technical support/maintenance of all CCTV
Surveillance System components.

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.

5. Adhere to timelines of the CCTV Surveillance System project implementation specified


in this RFP.

6. Ensure quality, robustness, security, and functionality of all hardware, software


components associated with CCTV Surveillance System.

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.

9. Undertake a comprehensive training program, regarding CCTV Surveillance System


software and hardware, and ensure that its staff acquires a good working knowledge
of supply of such Services to be supplied under the Contract.

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.

12. Guarantee up-time and adequate performance of CCTV Surveillance System


components at Bus Stations, Intersections, Control Center, Central Datacenter etc.

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.

CCTV Surveillance System Tender Document


Page 15 of 71
21. Ensure smooth transfer of all hardware, software, and equipment forming the part of
CCTV Surveillance System to PMA, upon contract completion/termination – in good
running condition.

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.

CCTV Surveillance System Tender Document


Page 16 of 71
Clarifications Related to Services Required:
It is clarified that:-
I. Cables which need replacement on stations will be provided and replaced by the
Contractor at its own cost. However, in case new path / conduit is required for the
cabling due to any infrastructural issue the conduit / duct will be provided by the
Client.
II. In case of extreme emergencies like fire, short circuiting, rain water infestation etc,
Contractor will be allowed to turn off any equipment, with intimation to the Client,
that can be damaged or cause damage to personnel due to any infrastructure issues
to be handled by the Client at stations. No deductions will be imposed on Contractor
under such circumstances. However, Contractor shall be responsible to take all
necessary measures for protection of such equipment and accordingly will be
responsible for any damage to such equipment except those which have been
damaged by reasons not attributable to the Contractor, in which case the Client will
be responsible for such equipment. It is however clarified that prior approval of PMA
shall be obtained by the Contractor before shutting down equipment except in case of
emergencies in which human lives and/or damage to equipment and allied
infrastructure is imminent.
III. There will be a dedicated security operator for LMBS, on 24/7/365 basis, who will be
responsible for the security of equipment after operations hours. However, security of
equipment locked by the Contractor shall be to the extent of protection of breakage
of locks and theft thereafter.

10. Key Service-level parameters


Any breach of defined service levels will entail penalties. Service level parameters are outlined in
Annexure-J.

11. Other Parties Responsibilities


11.1. PMA Responsibilities
1. Provide CCTV Surveillance service provider necessary project site so that CCTV Surveillance
service provider can perform its obligations in a timely manner
2. Attempt to grant timely approvals and make timely payments
3. Contract signing, Contract Payments and monitoring project operations

12. Key components of the solution


12.1 Station Level Equipment (SLE)
The details of SLE CCTV Surveillance equipment installed at metro station and Intersections is
attached at Annexure-K. The Contractor shall be responsible for operations and maintenance
of all SLE including cabling for networks
12.2 Data Cabin
The network equipment of CCTV Surveillance including switches, communication devices etc
are placed in data cabin. The data cabin access will be granted to the Contractor and
CCTV Surveillance System Tender Document
Page 17 of 71
accordingly operation and maintenance of CCTV Surveillance equipment will be the
responsibility of the Contractor for the period of the Contract.
12.3 Power Backup
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.
12.4 System availability
CCTV Surveillance solution (including station components as well as back-office systems) must
be able to function on a 24x7x365 basis.
12.5 Data Centers/Hosting Sites
Currently, the CCTV System for LMBS is hosted by PMA at PITB data center in ASTP Lahore,
providing high availability access. The details of CCTV Surveillance equipment installed at above
mentioned hosting site is listed in Clause 70 i.e. Equipment List. The Contractor will exclusively
manage the data center equipment.
12.6 Connectivity
The medium for connectivity for stations is GPON based Fiber optic network aggregating at
ASTP Lahore that is maintained by the AFC-BSS Contractor and is out of scope of CCTV
Surveillance service provider. 24/7 connectivity of CCTV equipment at all stations must be
ensured at all points of time to GPON network at respective stations through which data will be
transmitted to aggregation point on 24/7 basis. CCTV Surveillance service provider is
responsible for connectivity of CCTV equipment from stations/intersections to respective
station ONT/intersection ONT. CCTV Contractor is also responsible for connectivity from PITB
core switch situated at PITB data center in ASTP Lahore to PMA Network Video Recorder (NVR)
at Data Centre and PMA Command and Control Centre at ASTP Lahore.
12.7 Storage/Network Video Recorder (NVR)
The Contractor shall be responsible for the O&M of NVR hardware and software , network devices
and any other hardware/software deployed for the CCTV solution to work efficiently.
12.8 PMA Control Center
PMA has set-up a central control center for authorized PMA staff allocated to the CCTV project
in Lahore at ASTP.
All data collected via CCTV components shall be maintained to remain accessible via secure
interface to authorized PMA staff on real-time basis, by the Contractor/Service Provider.
CCTV Surveillance System shall be managed / monitored via the Control Center.
Contractor/Service Provider is responsible to provide adequate CCTV support staff at the PMA
Control Center. The support staff / representative will act as a liaison for coordination between
PMA and Contractor for effective monitoring and control of CCTV operations

13. Other high-level requirements

13.1 Centralized/Back-office systems and reliable hosting


13.1.1 Operations and maintenance of CCTV data center equipment in hosting site. The CCTV solution
must be able to comply with service level agreement.
13.1.2 All transactional data will remain property of the Client and may not be shared with anyone

CCTV Surveillance System Tender Document


Page 18 of 71
without written consent of the Client.
13.1.3 Client will have access to all transactional data and audit logs, logged into the system at all
times.
13.2 Equipment Maintenance and Software Support
13.2.1 Maintenance and operations of all equipment as listed in relevant sections of this tender
document.
13.2.2 Continuous support of all software and hardware components associated with CCTV solution -
via dedicated support staff accessible via help desk, all services must be provided based on the
service-level parameters defined in this document.
13.3 Human Resources
13.3.1 The successful bidder must employ adequate, well-trained staff to perform all duties and
responsibilities stated in this tender document – including all roles/duties to be performed at
the stations, the central datacenter, and to support PMA authorized staff on CCTV solution.

14. Tender/Bidder Eligibility


14.1 An eligible Tenderer/Bidder is a Tenderer/Bidder who:
14.1.1 is a provider of Services and Equipment as outlined in the document
14.1.2 Services can only be supplied / sourced / routed from “origin” in “eligible” member countries.
a. “Eligible” is defined as any country or region that is allowed to do business in Pakistan by
the law of Government of Pakistan.
b. “Origin” shall be considered to be the place where the company / firm is incorporated
14.1.3 has a registered office in the respective country of origin
14.1.4 has been registered for at least 5 years in country of origin (applicable for all members of JV).
14.1.5 has the required relevant qualified personnel and enough financial and technical strength to
fulfill the requirements.
14.1.6 Conforms to the clause of “Responsiveness of Bid” and “Preparation/Submission of Tender”
given herein this tender document.
14.1.7 Verifiable proof for all the above shall be required.
14.1.8 Local companies forming part of the joint venture must be registered under the prevailing
related rules or Companies Ordinance and Punjab Revenue Authority (PRA).
14.1.9 has not been blacklisted by any of Provincial or Federal Government Department, Agency,
Organization or autonomous body anywhere in Pakistan and country of origin (Submission of
undertaking (Annexure-L)), failing which will cause rejection of the bid.
15.2 The Successful Bidder shall be required to open an office in Lahore upon award of the Contract
in case it has no office in Lahore.

15. Tender Cost


The Tenderer/bidder shall bear all costs / expenses associated with the preparation and
submission of the bid and the Client shall in no case be responsible / liable for those costs /
expenses.

16. Joint Venture / Consortium


Joint ventures or Consortium are also eligible for this tender, as long as the joint venture
complies with the following conditions:
CCTV Surveillance System Tender Document
Page 19 of 71
a. The Tenderers may form a joint venture of maximum four Tenderers/bidders. An Agreement
Deed legally executed to that effect, or a Memorandum of Understanding (MOU), signed by all
the partners shall be submitted with the bid.
b. One partner of formulated joint venture will be designated the lead partner and would be get
into legal contract with Client and would be liable to incur liabilities, receive payments and
receive instructions for and on behalf of any or all partners. A power of attorney to that effect,
legally executed, signed by all the partners shall be submitted with the Tender/bid.
c. There must be at least one locally registered company (Partner) of good repute, with relevant
experience and proven track record, in the joint venture.
d. All the partners shall be jointly and severally liable for the execution of the Contract in
accordance with the terms and conditions of the Contract. The Tender, and in case of
successfully qualifying both technical and financial evaluation, the Contract Deed, to that
effect, shall be signed by the lead partner.
e. Partners other than the lead would also be bound by the terms and conditions of the contract.
f. No partner of the formulated Joint Venture can be replaced or removed without the prior
approval of the Client. The Client shall perform proper due diligence before granting any such
approval/permission.
g. Specific information about each member of consortium / JV is required on the following
format.
Sr. Name of Member / Lead Member / Associate Short Description of Role
No. Partner Member of Member

17. Examination of the Tender Document


The Tenderer is expected to examine the Tender Document, including all instructions and
terms and conditions thereof.

18. Amendment of the Tender Document


18.1 The Client may, at any time prior to the deadline for submission of the Tender, at its own
initiative or in response to a clarification requested by the Bidder(s), amend the Tender
Document, on any account, for any reason. All amendment(s) shall be part of the Tender
Document and binding on the Bidder(s).
18.2 The Client shall advertise the amendment(s) in the manner as was originally done in line with
PPRA Rule 25(4).
18.3 The Client may, at its exclusive discretion, amend the Tender Document to extend the deadline
for the submission of the Tender, in which case all rights and obligations of the Client and the
Tenderers previously subject to the deadline shall thereafter be subject to the deadline as
extended.

CCTV Surveillance System Tender Document


Page 20 of 71
19. Preparation / Submission of Tender
19.1 The Tenderer is allowed to bid for complete services only.
19.2 The Tenderer is not allowed to bid for partial services.
19.3 The Tender and all documents relating to the Tender, exchanged between the Tenderer/bidder
and the Client , shall be in English. Any printed literature furnished by the Tenderer/bidder in
another language shall be accompanied by an English translation, duly verified/Attested from a
reputable organization, which shall govern for purposes of interpretation of the Tender.
19.4 The Tender shall be submitted accompanied by the prescribed Forms, Annexes, Schedules,
Charts, Drawings, Documents, Brochures, Literature, detailed design, operations and
maintenance plan and detailed project plans with milestones etc. which shall be typed,
completely filled in, stamped and signed by the Tenderer or his Authorized Representative. In
case of copies, signed and stamped photocopies may be submitted.
19.5 Further required information as part of the bid is listed below, as in continuation to other
requirements listed in the document:
19.5.1 List of firm’s major international and national clientele.
19.5.2 Details related to experience in implementing, maintaining and supporting such solutions with
all supporting documents and documented proofs.
19.5.3 Complete details of all the projects being carried out by the bidder with all supporting
documents and documented proofs.
19.5.4 Details of similar type of projects executed by the Bidder with all supporting documents and
documented proof.
19.5.5 Valid Sales Tax, Income Tax and Company Registration certificates for local company (and the
same prevalent documents as applicable in the region/origin of operations of enterprise
operating outside Pakistan).
19.5.6 SECP Registration Certificate or registration with registrar of firms.
19.5.7 Registered Service Provider with Punjab Revenue Authority(PRA).
19.5.8 Detailed Project Plan highlighting timelines, resource allocations and deliverables for each
milestone leading to solution roll out.
19.6 The Technical and Financial proposals shall be submitted in different envelopes, the envelopes
will be clearly marked ‘Technical Proposal’ and ‘Financial Proposal’. Each proposal shall be in
two sets bid i.e. the original and the copy.
19.7 In the event of any discrepancy between the original and the duplicate, the original shall
govern.

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 /

CCTV Surveillance System Tender Document


Page 21 of 71
organizations / regulatory authorities (Principal, Local Representative Company).
19.8.9 Income Tax & Sales Tax Returns for the last three tax years
19.8.10 Power of Attorney, if an authorized representative is appointed (Annexure-D)
19.8.11 Copy of Tender Security (as mentioned vide clause 21 regarding Tender Security of this
document).
19.8.12 Submission of undertaking on legal valid and attested stamp paper that the firm is not
blacklisted by any of Provincial or Federal Government Department, Agency, Organization or
autonomous body anywhere in Pakistan and in Country of origin (Annexure-L).

19.9 The Financial Proposal shall comprise the following:


19.9.1 Financial Proposal Form (Annexure-B)
19.9.2 Tender Security (as mentioned vide clause 21 regarding Tender Security of this document).
19.9.3 Price Schedule

19.10 The Tenderer shall seal the Original Technical Proposal in an envelope duly marked as under:

Original Technical Tender for


Tender Name. [Number/Name of Tender]

[Name of the Client]


[Address of the Client]

[Name of the Tenderer/Bidder]


[Address of the Tenderer/Bidder]
[Phone No. of the Tenderer/Bidder]

19.11 The Tenderer shall seal the Duplicate Technical Tender in an envelope duly marked as under:

Duplicate Technical Proposal for


Tender Name. [Name of Tender]

[Name of the Client]


[Address of the Client]

[Name of the Tenderer/Bidder]


[Address of the Tenderer/Bidder]
[Phone No. of the Tenderer/Bidder]

CCTV Surveillance System Tender Document


Page 22 of 71
19.12 The Tenderer shall follow the same process for the Financial Tender.

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:

Original Tender for


Tender Name. [Name of Tender]

Strictly Confidential
Open on [Last Date of submission of the Tender]

[Name of the Client]


[Address of the Client]

[Name of the Tenderer/Bidder]


[Address of the Tenderer/Bidder]
[Phone No. of the Tenderer/Bidder]

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:

Duplicate Tender for


Tender Name. [Name of Tender]

Strictly Confidential
Open on [Last Date of submission of the Tender]

[Name of the Client]


[Address of the Client]

[Name of the Tenderer/Bidder]


[Address of the Tenderer/Bidder]
[Phone No. of the Tenderer/Bidder]

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.

20. Tender Price


20.1 The quoted price shall be:
20.1.1 best / final / fixed and valid until completion of all obligations under the Contract i.e. not
subject to variation / escalation other than as specified in Clause 38;
20.1.2 Inclusive of all charges up to the delivery point at the Punjab Government’s facility for CCTV
Surveillance related components;
20.1.3 in Pak Rupees (PKR);
20.1.4 is inclusive of all applicable taxes, duties, levies, insurance, freight, etc., as per Laws of the
Government of Pakistan, but shall be exclusive of Sales Tax 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 Contract Price. Accordingly, the Contract Price shall be subject to
adjustments for change in rate of Sales Tax on Services.
20.2 If not specifically mentioned in the Tender(s), it shall be presumed that the quoted price is as
per the above requirements.
20.3 Where no prices are entered against any item(s), the price of that item shall be deemed to
have been distributed among the prices of other items, and no separate payment shall be
made for that item(s).
20.4 The price hereby quoted by the Bidders would cover the whole scope of services for the
contract period.

21. Tender Security


21.1 The Tenderer shall furnish the Tender Security failing which will cause rejection of bid; the
original tender security should be submitted as part of financial bid envelope (and a copy with
technical proposal).
21.2 Tender security, would be submitted by the Bidder;
21.2.1 in the form of Demand Draft / Pay Order / Bank Guarantee, issued by a scheduled bank
operating in Pakistan, in the name of the Client, as per the format provided in the Tender
Document[Annexure-G];
21.2.2 A sum of PKR One Million Five Hundred Ninety Five Thousand Only (PKR 1,595,000/-);
21.2.3 denominated in Pak Rupees;
21.2.4 have a minimum validity period of 180 days from the last date for submission of the Tender or
until furnishing of the Performance Security, whichever is earlier.
21.3 The proceeds of the Tender Security shall be payable to the Client, on the occurrence of any /
all of the following conditions:
21.3.1 If the Tenderer withdraws the Tender during the period of the Tender validity specified by the

CCTV Surveillance System Tender Document


Page 24 of 71
Tenderer on the Tender Form; or
21.3.2 If the Tenderer does not accept the corrections of his Total Tender Price; or
21.3.3 If the Tenderer, 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.
21.3.4 If the tenderer fails to provide the performance security in stipulated timeframe, format,
amount and currency.
21.3.5 The Tenderer refuses or fails to submit the Performance Security as per agreed timelines,
amount and format.
21.3.6 If the Tenderer submits any forged/fake/false information or document to qualify for the bid.
21.3.7 If the Tenderer or any of its JV partner is blacklisted in the Country of Origin.
21.4 The Tender security shall be returned to the technically unsuccessful Tenderer with
unopened/sealed financial bid while the unsuccessful bidders of financial bid opening
procedure will be returned the tender security only. The Tender Security shall be returned to
the successful Tenderer on furnishing the Performance Security.
22. Tender Validity
The Tender shall have a minimum validity period of one hundred and eighty days (180) days
from the last date for submission of the Tender. Any extension in the Tender validity period
shall be carried out in compliance to PPRA Rule 28.

23. Modification / Withdrawal of the Tender


23.1 The Tenderer may, by written notice served on the Client, modify or withdraw the Tender after
submission of the Tender, prior to the deadline for submission of the Tender.
23.2 The Tender, withdrawn after the deadline for submission of the Tender and prior to the
expiration of the period of the Tender validity, shall result in forfeiture of the Tender Security.

24. Opening of the Tender


24.1 Tenders shall be opened, at the given place, time and date, in the presence of the Tenderer(s),
if available, for which they shall ensure their presence without further invitation.
24.2 The Tenderer's name, modifications, withdrawal, security, attendance of the Tenderer and
such other details as the Client may, at its exclusive discretion, consider appropriate, shall be
announced and recorded.
No tenderer or its representative will be allowed to keep any digital device (camera, audio
recorder, cell phone etc.) during tender opening meeting at given time and location.
25. Clarification of the Tender by the Client
The Client shall have the right, at his exclusive discretion, to require, in writing, further
information or clarification of the Tender, from any or all the Tenderer(s). No change in the
price or substance of the Tender shall be sought, offered or permitted except as required to
confirm the corrections of arithmetical errors discovered in the Tender. Acceptance of any such
correction is solid discretion of the Client

CCTV Surveillance System Tender Document


Page 25 of 71
26. Determination of Responsiveness of the Bid (Tender)
26.1 The Client shall determine the substantial responsiveness of the Tender to the Tender
Document, prior to the Tender evaluation, on the basis of the contents of the Tender itself
without recourse to extrinsic evidence. A substantially responsive Tender is one which:
26.1.1 meets the eligibility criteria for the Tenderer for the Services;
26.1.2 meets the Technical Specifications for the Services;
26.1.3 meets the delivery period / point for the Services;
26.1.4 meets the rate and limit of liquidated damages;
26.1.5 offers fixed price quotations for the Services;
26.1.6 is accompanied by the required Tender Security;
26.1.7 is otherwise complete and generally in order;
26.1.8 Conforms to all terms and conditions of the Tender Document, without material deviation or
reservation.
26.2 A material deviation or reservation is one which affects the scope, quality or performance of
the Services or limits the Client's rights or the Tenderer's obligations under the Contract.
26.3 The Tender determined as not substantially responsive shall not subsequently be made
responsive by the Bidder by correction or withdrawal of the material deviation or reservation.

27. Correction of errors / Amendment of Tender


27.1 The Tender shall be checked for any arithmetic errors which shall be rectified, as follows:
27.1.1 if there is a discrepancy between the unit rate and the total price entered in the price
Schedule, resulting from incorrect multiplication of the unit rate by the quantity, the unit rate
as quoted shall govern and the total price shall be corrected, unless there is an obvious and
gross misplacement of the decimal point in the unit rate, in which case the total price as
quoted shall govern and the unit rate shall be corrected.
27.1.2 if there is a discrepancy in the actual sum of the itemized total prices and the total tender price
quoted in the Price Schedule, the actual sum of the itemized total prices shall govern.
27.2 The Tender price as determined after arithmetic corrections shall be termed as the Corrected
Total Tender Price which shall be binding upon the Tenderer.
27.3 Adjustment shall be based on corrected Tender Prices. The price determined after making such
adjustments shall be termed as Evaluated Total Tender Price.
27.4 No credit shall be given for offering delivery period earlier than the specified period.
27.5 The Tenderer shall state the Tender Price for the payment terms outlined in the Conditions of
Contract which will be considered for the evaluation of the Tender.

28. Rejection & Acceptance of Tender/Bids


28.1 The Client shall have the right, at his exclusive discretion, to increase / decrease the quantity
of any or all item(s) of services required without any change in unit prices or other terms and
conditions, accept a Tender, reject any or all tender(s), cancel / annul the Tendering process at
CCTV Surveillance System Tender Document
Page 26 of 71
any time prior to award of formal Contract, without assigning any reason or any obligation to
inform the Tenderer of the grounds for the Client's action, and without thereby incurring any
liability to the Tenderer and the decision of the Client shall be final.
28.2 The Tender shall be rejected if it is:
28.2.1 substantially non-responsive; or
28.2.2 submitted in other than prescribed forms, annexes, schedules, charts, drawings, documents /
by other than specified mode; or
28.2.3 incomplete, un-sealed, un-signed, printed (hand written), partial, conditional, alternative, late;
or
28.2.4 subjected to interlineations / cuttings / corrections / erasures / overwriting; or
28.2.5 the Tenderer submits more than one Tenders; or
28.2.6 the Tenderer fails to meet the minimum passing score of 65% i.e. 58 in the Technical Evaluation
Criteria (Clause 68); or
28.2.7 the Tenderer refuses to accept the corrected Total Tender Price; or
28.2.8 the Tenderer has conflict of interest with the Client; or
28.2.9 the Tenderer tries to influence the Tender evaluation / Contract award; or
28.2.10 the Tenderer engages in corrupt or fraudulent practices in competing for the Contract award.
28.2.11 there is any discrepancy between bidding documents and bidder’s proposal i.e. any non-
conformity or inconsistency or informality or irregularity in the submitted bid.
28.2.12 the Tenderer submits any financial conditions as part of its bid which are not in conformity with
tender document.
28.2.13 the Tenderer refuses or fails to submit the Performance Security as per agreed timelines,
amount, currency and format.
28.2.14 the tenderer including any of its JV/Consortium partner has been blacklisted by any public
sector organization in Pakistan or Country of origin.

29. Acceptance Letter (LOA)


The Client shall, send the Acceptance Letter (LOA) to the successful Tenderer, prior to the
expiry of the validity period of the Tender, which shall constitute a contract, until execution of
the formal Contract.

30. Performance Security


30.1 The successful Tenderer shall furnish Performance Security as under:
30.1.1 within ten (10) working days of the receipt of the Acceptance Letter from the Client;
30.1.2 in the form of a Bank Guarantee, issued by a scheduled bank operating in Pakistan, as per the
format provided in the Tender Document[Annexure-H];
30.1.3 denominated in Pak Rupees;
30.1.4 Have a minimum validity period of one year from the date of Award Notification or until the
date of expiry of yearly support period.
30.1.5 The technically and financially successful tenderer submits a sum equivalent 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

CCTV Surveillance System Tender Document


Page 27 of 71
guarantee.
30.2 The proceeds of the Performance Security shall be payable to the Client, on occurrence of any /
all of the following conditions:
30.2.1 If the Contractor commits a default under the Contract;
30.2.2 If the Contractor fails to submit the bank guarantee for the next year one month before the
expiry of already submitted bank guarantee.
30.2.3 If the Contractor fails to fulfill any of the obligations under the Contract
30.2.4 If the Contractor violates any of the terms and conditions of the Contract.
30.2.5 If the Tenderer refuses or fails to submit the Performance Security as per agreed timelines,
amount and format.
30.3 The Contractor shall cause the validity period of the performance security to be extended for
such period(s) as the contract performance may be extended. The Performance Security shall
be returned to the Tenderer within thirty working days after the expiry of its validity on written
request from the Contractor.

31. Redressal of Grievances


31.1 The Client shall constitute a committee comprising of odd number of persons, with proper
powers and authorizations, to address the complaints of bidders that may occur prior to the
entry into force of the procurement contract.
31.2 Any bidder feeling aggrieved by any act of the Client after the submission of his bid may lodge
a written complaint concerning his grievances not later than ten days after the announcement
of the bid evaluation report.
31.3 The committee shall investigate and decide upon the complaint within fifteen days of the
receipt of the complaint.
31.4 Mere fact of lodging of a complaint shall not warrant suspension of the procurement process.
31.5 Any bidder not satisfied with the decision of the committee of the Client may follow the
process mentioned vide Statutes and Regulations.

CCTV Surveillance System Tender Document


Page 28 of 71
TERMS & CONDITIONS OF THE DRAFT CONTRACT

Draft Contract for

Operations and Maintenance Services of


CCTV Surveillance System and Allied Equipment for
Lahore Metrobus System (LMBS)
(Gajjumata to Shahdara)
between

[Client]

and

[Contractor]

Dated:

CCTV Surveillance System Tender Document


Page 29 of 71
TABLE OF CONTENTS
I. Agreement
II. General Conditions of Contract
32. Contract
33. Contract Documents and Information
34. Contract Language
35. Patent Rights and Rights to the Contents of the Program
36. Execution Schedule
37. Payment
38. Contract Price
39. Contract Amendment
40. Assignment / Subcontract
41. Extensions in time for performance of obligations under the Contract
42. Liquidated Damages
43. Forfeiture of Performance Security
44. Termination for Default
45. Termination for Insolvency
46. Termination for Convenience
47. Termination
48. Force Majeure
49. Dispute Resolution
50. Statutes and Regulations
51. Taxes and Duties
52. Bidder to inform himself
53. Contract Cost
54. Authorized Representative
55. Waiver
56. Training
57. Standards
58. Labeling
59. Delivery
60. Software Maintenance
61. Site Preparation
62. Power
63. Safety
64. Support and Maintenance
65. Spare Parts and Support
66. Blacklisting

CCTV Surveillance System Tender Document


Page 30 of 71
I. Agreement

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.

NOW THEREFORE, the Parties to this Contract agree as follows:

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:

a. The Tender Document


b. Bidder’s Proposal
c. Terms and Conditions of the Contract
d. Special Stipulations
e. The Technical bid / Specifications

CCTV Surveillance System Tender Document


Page 31 of 71
f. Tender Form
g. Price Schedule
h. Affidavit(s)
i. Authorized Dealership / Agency Certificate
j. Performance Security
k. Service Level Agreement (SLA),
l. Non-Disclosure Agreement (NDA), if required
m. Any Standard Clause acceptable for Client

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.

Draft Service Level Agreement is elaborated in Annexure-J.

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

Signature __________________ Signature ____________________


CNIC # __________________ CNIC # ____________________
Name __________________ Name ____________________
Designation__________________ Designation ____________________
Address _________________ Address __________________

CCTV Surveillance System Tender Document


Page 32 of 71
II General Conditions of Contract

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.

33. Contract Documents and Information


The Contractor shall not, without the Client's prior written consent, make use of the Contract,
or any provision thereof, or any document(s), specifications, drawing(s), pattern(s), sample(s)
or information furnished by or on behalf of the Client in connection therewith, except for
purposes of performing the Contract or disclose the same 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.

34. Contract Language


The Contract and all documents relating to the Contract, exchanged between the Contractor
and the Client, shall be in English. The Contractor shall bear all costs of translation to English
and all risks of the accuracy of such translation.

35. Patent Rights and Rights to the Contents of the Program


The Contractor shall indemnify and hold the Client harmless against all third party claims of
infringement of patent, trademark or industrial design rights arising from use of the Service or
any part thereof. The Client will hold the exclusive rights to the contents of this program.

36. Execution Schedule


The Contractor shall submit an Execution Schedule, giving details of services rendered, as
required under the Contract, to the Client, within five (5) days of the signing of the Contract.
37. Payment
37.1 The Contractor shall submit an Application for Payment (Invoice), in the prescribed form, to the
Client. The Application for Payment shall: be accompanied by such invoices, receipts or other
documentary evidence as the Client may require; state the amount claimed; and set forth in
detail, in the order of the Price Schedule, particulars of the Services provided, up to the date of
the Application for Payment and subsequent to the period covered by the last preceding
Certificate of Payment, if any.
37.2 The Client shall issue a Certificate of Payment, in the prescribed form, with a copy to the
Contractor, verifying the amount due, within fifteen days of receipt of an Application for
Payment. The Client shall deduct the amount of penalties that may be levied in accordance
with the SLA (Annexure-J), against the exclusive of Sales Tax amount mentioned in the Invoice

CCTV Surveillance System Tender Document


Page 33 of 71
and recalculate Sales Tax amount, while issuing the Certificate of Payment. The Client may
withhold a Certificate of Payment on account of defect(s) / short coming(s) in the services
provided. The Client may make any correction or modification in a Certificate of Payment that
properly be made in respect of any previous certificate.
37.3 The Client shall pay the amount verified in the Certificate of Payment within twenty one (21)
days of receipt of a Certificate of Payment. Payment shall not be made in advance. The Client
shall make payment for the Services provided, to the Contractor, as per payment schedule
through crossed cheque.
37.4 Payments shall be made against successful delivery of services per each Phase of the Program
37.5 No advance payments will be made. Monthly payments will be made on a prorated basis by the
Client, taking into account the number of cameras etc for which CCTV services has been
successfully provisioned.
38. Contract Price
The Contractor shall not charge prices for the equipment and services provided and for other
obligations discharged, under the Contract, varying from the prices quoted by the Contractor in
the Financial Proposal (Form of Bid/Financial Proposal Submission Form) or not agreed by the
Client as per this Contract. The quoted price, in the financial bid, is inclusive of all applicable
taxes, as per Laws of the Government of Pakistan, except Sales Tax 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 Contract Price. Accordingly, the Contract Price shall be
subject to adjustments for change in rate of Sales Tax on Services as and when applicable.
The bidder need not include escalation in cost for the contract period because the bid price is
completely indexed with consumer price index (CPI). All changes in CPI will be passed on the
bidder as per the mechanism given below.
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.
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

CCTV Surveillance System Tender Document


Page 34 of 71
39. Contract Amendment
39.1 The Client may, at any time, by written notice served on the Contractor, alter, amend, omit,
increase, decrease quantity and scope, of all / any of the Services / the Works, in whole or in
part.
39.2 The Contractor shall, within ten working days of receipt of such notice, submit a cost estimate
and execution schedule of the proposed change (hereinafter referred to as the Change), to the
Client.
39.3 The Contractor shall not execute the Change until and unless the Client has allowed the said
Change, by written order served on the Contractor.
39.4 The Change, mutually agreed upon, shall constitute part of the obligations under this Contract,
and the provisions of the Contract shall apply to the said Change.
39.5 No variation in or modification in the Contract shall be made, except by written amendment
signed by both the Client and the Contractor.

40. Assignment / Subcontract


40.1 The Contractor will not assign or sub-contract its obligations under the Contract, in whole or in
part, except with the Client's prior written consent. The Client shall perform proper due
diligence before granting any such consent/permission.
40.2 The Contractor shall guarantee that any and all assignees / subcontractors of the Contractor
shall, for performance of any part / whole of the work under the contract, comply fully with the
terms and conditions of the Contract applicable to such part / whole of the work under the
contract.

41. Extensions in time for performance of obligations under the Contract


If the Contractor encounters conditions impeding timely performance of any of the obligations,
under the Contract, at any time, the Contractor shall, by written notice served on the Client,
promptly indicate the facts of the delay, it’s likely duration and its cause(s). As soon as
practicable after receipt of such notice, the Client shall evaluate the situation and may, at its
exclusive discretion, without prejudice to any other remedy it may have, by written order
served on the Contractor, extend the Contractor's time for performance of its obligations
under the Contract.

42. Liquidated Damages


If and when applicable, liquidated damages (LD) shall be levied for delay in start date of
complete services as directed by the Client in this RFP at 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).

43. Forfeiture of Performance Security


43.1 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
CCTV Surveillance System Tender Document
Page 35 of 71
conditions of the Contract the Client may, without prejudice to any other right of action /
remedy it may have, forfeit Performance Security of the Contractor.
43.2 Failure to supply required items/services within the specified time period will invoke penalty as
specified in this document. In addition to that, Performance Security amount will be forfeited
and the company will not be allowed to participate in future tenders as well.

44. Termination for Default


44.1 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, or engages in any illegal activities, the Client may, at any time,
without prejudice to any other right of action / remedy it may have, by written notice served
on the Contractor, indicate the nature of the default(s) and terminate the Contract, in whole or
in part, without any compensation to the Contractor. Provided that the termination of the
Contract shall be resorted to only if the Contractor does not cure its failure / delay, within
fifteen working days (or such longer period as the Client may allow in writing), after receipt of
such notice.
44.2 If the Client terminates the Contract for default, in whole or in part, the Client may procure,
upon such terms and conditions and in such manner as it deems appropriate, Services / Works,
similar to those undelivered, and the Contractor shall be liable to the Client for any excess costs
for such similar Services / Works. However, the Contractor shall continue performance of the
Contract to the extent not terminated.

45. Termination for Insolvency


If the Contractor becomes bankrupt or otherwise insolvent, the Client may, at any time,
without prejudice to any other right of action / remedy it may have, by written notice served
on the Contractor, indicate the nature of the insolvency and terminate the Contract, in whole
or in part, without any compensation to the Contractor.

46. Termination for Convenience


46.1 The Client may, at any time, by written notice of thirty (30) days served on the Contractor,
terminate the Contract, in whole or in part, for its convenience, without any compensation to
the Contractor.

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

CCTV Surveillance System Tender Document


Page 36 of 71
the expiry of the Contract if the Contractor is not interested in contract extension. Mere expiry
of the contract without explicit declaration of intension to disengage or terminate the Contract
shall not be admissible.
47.3 In case of termination of Contract, the Contractor is bound to render the services till the hiring
of new Contractor. The amount due for the services rendered by the Contractor till the hiring
of the new Contractor will be paid by the Client.

48. Force Majeure


48.1 Force majeure shall mean any event, act or other circumstances not being an event, act or
circumstance under the control of the Client or of the contractor. Non-availability of
materials/supplies or of import license or of export permit shall not constitute Force majeure.
If by reasons of Force Majeure supplies or services cannot be delivered by the due delivery
date then the delivery date may be extended appropriately by the Client keeping in view all the
circumstances and requirements of the Client.
48.2 The Contractor shall not be liable for liquidated damages, forfeiture of its Performance
Security, blacklisting for future tenders, termination for default, if and to the extent of his
failure / delay in performance /discharge of obligations under the Contract is the result of an
event of Force Majeure.
48.3 If a Force Majeure situation arises, the Contractor shall, by written notice served on the Client,
indicate such condition and the cause thereof. Unless otherwise directed by the Client in
writing, the Contractor shall continue to perform 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.
48.4 Force Majeure shall not include (i) any event which is caused by the negligence or intentional
action of a Party or Agents or Employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of the conclusion of
this Contract and (B) avoid or overcome in the carrying out of its obligations here under.
48.5 Force Majeure shall not include insufficiency of funds or failure to make any payment required
hereunder.

49. Dispute Resolution


49.1 The Client and the Contractor shall make every effort to amicably resolve, by direct informal
negotiation, any disagreement or dispute arising between them under or in connection with
the Contract.
49.2 If, after thirty working days, from the commencement of such informal negotiations, the Client
and the Contractor have been unable to amicably resolve a Contract dispute, either party may,
require that the dispute be referred for resolution by arbitration under the Pakistan Arbitration
Act, 1940, as amended, by one or more arbitrators selected in accordance with said Law. The
place for arbitration shall be Lahore, Pakistan. The award shall be final and binding on the
parties.

50. Statutes and Regulations


50.1 The Contract shall be governed by and interpreted in accordance with the laws of Pakistan. The
Contractor shall, in all matters arising in the performance of the Contract, conform, in all
respects, with the provisions of all Central, Provincial and Local Laws, Statutes, Regulations and
By-Laws in force in Pakistan, and shall give all notices and pay all fees required to be given or
CCTV Surveillance System Tender Document
Page 37 of 71
paid and shall keep the Client indemnified against all penalties and liability of any kind for
breach of any of the same.
50.2 The Courts at Lahore shall have the exclusive territorial jurisdiction in respect of any dispute or
difference of any kind arising out of or in connection with the Contract.

51. Taxes and Duties


The Contractor shall be responsible for the payment, if any is required, of all Pakistani Income
Tax, Duties any other taxes on income arising out of the Contract, and the financial bid
mentioned in Financial Proposal Submission Form/Form of Bid shall be deemed to cover all
such taxes.

52. Bidder to inform himself


The Bidder is advised to obtain for himself, at his own cost and responsibility, all information
that may be necessary for preparing the Bid and entering into a Contract for execution of the
Works/facility. This shall include but not be limited to the health of equipment, software
applications, relevant laws, rules, and regulations of Pakistan including Income Tax and Sales
Tax laws/rules.

53. Contract Cost


The Contractor shall bear all costs / expenses associated with the preparation of the Contract
and the Client shall in no case be responsible / liable for those costs / expenses e.g. Contract
Stamp duty charges etc.

54. Authorized Representative


The Client, or the Contractor may, at their exclusive discretion, appoint their Authorized
Representative and may, from time to time, delegate any / all of the duties / authority, vested
in them, to their authorized Representative(s), including but not limited to, signing on their
behalf to legally bind them, and may, at any time, revoke such delegation.

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.

60. Software Maintenance


The software release as deployed shall be maintained free of charge throughout the Contract
period by the contractor/subcontractor with existing features without any implications on cost.
This is to assure that CCTV Surveillance System will stay operational within the existing scope.

61. Site Preparation


61.1 The Contractor shall be responsible to survey the central site. (If required)
61.2 The Client shall facilitate the Contractor in discharge of the above responsibilities and the
Client shall indemnify the contractor for any delays in making such arrangements and
deployment time mentioned in this contract will be accordingly adjusted. (If required)

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.

CCTV Surveillance System Tender Document


Page 39 of 71
63. Safety
The Contractor shall be responsible for elimination of identified hazards, including but not
limited to high voltage, sharp points and edges, etc., and reduction of associated risk to
personnel and equipment.

64. Support and Maintenance


The contractor will support and maintain Goods/Equipment/Software/Items for the period of
contract including all renewals if applicable.

65. Spare Parts and Support


65.1 The Contractor shall warrant to The Client that the Goods/Equipment/Items supplied by The
Contractor, under the Contract are genuine, brand new, non- refurbished and un-altered in any
way, unless provided otherwise in the Contract.
65.2 The Contractor shall further warrant that the Goods/Equipment/Items provided by The
Contractor, under the Contract shall have no defects, arising from design, materials,
installation, configuration, or from any act or omission of The Contractor that may develop
under normal use of the Goods.
65.3 The Contractor shall maintain sufficient backup stock of spare parts and tools, for the
maintenance of the CCTV Surveillance System Goods/Equipment/Software/Items, to be
replaced/repaired at the Contractor’s cost for the time of contract including all renewals.
65.4 The Contractor will be responsible for free, on site repair / replacement of defective / damaged
parts and labor. Engage and deploy suitably skilled personnel for operation and maintenance of
the CCTV Surveillance System, and maintenance/replacement of all related
equipment/components in a timely manner and at its own cost during the course of the
contract.

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.

67. Special Stipulations


SCHEDULE-A, SPECIAL STIPULATIONS

For ease of Reference, certain special stipulations are as under:


Tender Security The Contractor shall furnish the Tender Security as under:

CCTV Surveillance System Tender Document


Page 40 of 71
in the form of Demand Draft / Pay Order / Bank Guarantee, issued by
a scheduled bank operating in Pakistan, in the name of the Client, as
per the format provided in the Tender Document; for a sum of One
Million Five Hundred Ninety Five Thousand Only (PKR 1,595,000/-);
denominated in Pak Rupees;

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

The successful Contractor shall furnish Performance Security as


under: 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;

denominated in Pak Rupees;


Performance Security
Have a minimum validity period of one year from the date of Award
Notification or until the date of expiry of yearly support period.

The technically and financially successful tenderer submit a sum


equivalent 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.
Fully functional CCTV Surveillance System setup for Lahore Metrobus
Start operation of Services
System of PMA within 60 Calendar Days from the issuance of LOA.
after training

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.

CCTV Surveillance System Tender Document


Page 41 of 71
68. Technical Evaluation Criteria

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:

COMPLIANCE SHEET FOR BIDS


Sr Component Estimated Quantity Requirements
No Met (Y/N)
1 Support & Maintenance of the CCTV As per requirements of RFP
Surveillance System solution
including – for 2 years
(software support, maintenance of
equipment, data network, spare
parts and overall responsibility of
solution)

The mandatory requirements given above must be adhered to in order to qualify for evaluation against
the criteria given.

CCTV Surveillance System Tender Document


Page 42 of 71
Technical Evaluation Criteria
The Client reserves exclusive rights to cancel/annul or reject all bids submitted at any time without
giving any reason thereof.

Supporting documentation required as evidence for each:


Sr Criteria Marks Comment/Description Documents
No. Required
1 Number of Similar 25 5 Points per project but no more than 25. Copy of Contract
Projects implemented Document OR
with atleast 25 cameras Letter of Award OR
any other valid
in last 15 years
document for
evidence.
2 Number of Cumulative 20 Y=∑ (No. of years of M&S) Completion
Project years of Certificates, O&M
Experience of Y>15 years (20 points) Contract Document
Maintenance & Y>10 up to 15 years (15 points) OR Any other valid
Support (M&S) of Y>05 up to 10 years (10 points) document for
Surveillance System of Y>03 up to 5 (5 points) evidence (In case of
atleast 25 cameras JV, applies to all
from commencement Y=0 (zero point) members
date of project(s). separately)
3 Number of Cumulative 10 Y=∑ (No. of years of M&S) Completion
Project years of Certificates, O&M
Experience of Y>15 years (20 points) Contract
Y>10 up to 15 years (15 points) Document OR Any
Maintenance & Support
Y>05 up to 10 years (10 points) other valid
(M&S) of Network Y>03 up to 5 (5 points) document for
Switches from evidence (In case
commencement date of Y=0 (zero point) of JV, applies to all
project(s). members
separately)
4 Team members in the 10 6 or greater = 10 Points 1. Updated resume
equipment maintenance outlining the
team with more than 3 5 = 8 points maintenance
3 to 4 = 6 Points experience with
years of experience in
1 to 2 = 3 Points date of joining and
the related field designation
Else = 0 Points
2. Certification of
Employment
5 Financial Strength of the 10 ≥ PKR. 50 M =10Points Audited financial
bidder: ≥ PKR. 40 M &< PKR. 50 M= 8 Points Statements for last
≥ PKR. 30 M&< PKR. 40 M = 5 Points three (03) years.
Average Annual ≥ PKR. 20 M&< PKR. 30 M = 2 Points
≥ PKR. 10 M&< PKR. 20 M = 1 Point
Turnover of Business in
Else = 0 Points
CCTV Surveillance System Tender Document
Page 43 of 71
last three years in
Millions
6 Financial Strength of the 10 ≥ PKR. 25 M =10Points Audited financial
bidder: ≥ PKR. 20 M&< PKR. 25 M = 6 Points Statements for last
≥ PKR. 15 M&< PKR. 20 M = 3 Points three (03) years.
Average Net Worth in ≥ PKR. 10 M&< PKR. 15 M = 2 Points
≥ PKR. 5 M&< PKR. 10 M = 1 Point
last three years in
Else = 0 Points
Millions (Total Assets -
Total Liabilities)
7 Project Managers with 5 1 or more PMs = 5 Points 1.Cvs of PMs
more than 3 years of Else = 0 points outlining
Project Management’s Project wise
experience
Experience
2.Certificatio
n of
Employment
TOTAL 90 Minimum Passing Marks = 65% i.e. 58
marks

CCTV Surveillance System Tender Document


Page 44 of 71
69. Price Schedule / Bid Price / Form of Bid
MUST BE SUBMITTED IN SEPARATE ENVELOPE HIGHLIGHTED AS FINACIAL PROPOSAL

Price Schedule/Bid Price/Form of Bid


Technically qualified bidders with the lowest value in “P” will be considered successful.
Price Table:
Sr No Item Price
1 Monthly Service Charges for provisioning and maintaining all CCTV P
Surveillance System and Allied equipment services stated in this
RFP,
(Including but not limited to operations and maintenance of all
hardware, software, data network, spare parts etc.)

TOTAL Monthly Price P


Important note:
i. The financial bid is inclusive of all applicable taxes, as per Laws of the Government of Pakistan,
but is exclusive of all Sales Tax 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
contract price. Accordingly, the Contract Price shall be subject to adjustments for change in rate
of Sales Tax on Services as and when applicable.
ii. No advance payments will be made. Monthly payments will be made on a prorated basis by the
Client, taking into account the number of cameras etc for which CCTV services has been
successfully provisioned.
iii.
The bidder need not include escalation in cost for the contract period because the bid price
is completely indexed with consumer price index (CPI). All changes in CPI will be passed on
the bidder as per the mechanism given below.

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.

CCTV Surveillance System Tender Document


Page 46 of 71
70. Equipment List
Following CCTV Surveillance equipment is installed at Green Line LMBS stations, PITB Data Center,
PMA command and control center and store. The soft copy of the technical brochures of the deployed
equipment can be obtained from the Punjab Masstransit Authority office located at 5 th Floor - Arfa
Software Technology Park, Ferozepur Road, Lahore, in office hours (9:00am to 5:30pm).

CCTV Surveillance System Equipment


Sr.
Component Quantity Manufacturer/Model
No
HUAWEI / ESPACE IPC 2203-
CCTV Fixed Camera(Out
1 210 VR
Door)
HUAWEI / ESPACE IPC 2902-
CCTV PTZ Camera(outdoor) at
2 108 Z18
stations
HUAWEI / ESPACE IPC 2902-
CCTV PTZ Camera (outdoor)
3 20 Z18
at intersections
HUAWEI / eSPACE NVR6128
4 Network Video Recorder 1 (System)

HUAWEI / CAMERA CONSOLE


5 Camera Console 28

Ethernet Switch (Manageable HUAWEI / S2700-18TP-EI


6 27
16 Ports)
Ethernet Switches
7 (Manageable 8 Ports) 8 HUAWEI / S2700-9TP-SI
Industrial Grade
Station sub switches 8 Ports
8 27 HUAWEI / S2700-9TP-SI
along with box
Ethernet Switches HUAWEI / S1700-52GFR-4P-
9 4
(Manageable) AC
Station cabinets with
10 accessories (for Network 27 3M/NORDEN/TOTEN
Equipment)
Data cabinets with
11 accessories (for Network 3 3M/NORDEN
Equipment)
*It is clarified that Central Management & IP NVR Software is Huawei / e Space IVS.

CCTV Surveillance System Tender Document


Page 47 of 71
Annexure-A: Technical Proposal Submission Form

Technical Proposal Submission Form


[Location, Date]
To _(Name and address of Client/Evaluator)_

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

(In full and initials)

Name and Designation of Signatory

Name of Firm

Address

CCTV Surveillance System Tender Document


Page 48 of 71
Annexure-B: Financial Proposal Submission Form (Part of Financial Bid Envelope)
Financial Proposal Submission Form (Part of Financial Bid Envelope)
[Location, Date]

To _(Name and address of Client/Evaluator)_

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:

CCTV Surveillance System Tender Document


Page 49 of 71
Annexure-C: Format for Covering Letter

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:

_________________________

Authorized Signatures with Official Seal

CCTV Surveillance System Tender Document


Page 50 of 71
Annexure-D: Instructions for preparation of power of attorney

a) To be executed by an authorized representative of the bidder.

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.

d) In case the Application is signed by an authorized Director / Partner or Proprietor of the


Applicant, a certified copy of the appropriate resolution / document conveying such
authority may be enclosed in lieu of the Power of Attorney.

CCTV Surveillance System Tender Document


Page 51 of 71
Format of Power-of-Attorney

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.

Dated this _____ day of ____________________ 20__

For ________________________________

(Signature)
(Name, Designation and Address)
Accepted

(Signature)
(Name, Title and Address of the Attorney)
Date:

CCTV Surveillance System Tender Document


Page 52 of 71
Annexure-E: Undertaking
UNDERTAKING
It is certified that the information furnished here in and as per the document submitted is true
and correct and nothing has been concealed or tampered with. We have gone through all the
conditions of tender and is liable to any punitive action for furnishing false information /
documents.

Dated this _____ day of ____________________ 20__

Signature

(Company Seal)
__________________
In the capacity of

Duly authorized to sign bids for and on behalf of:

CCTV Surveillance System Tender Document


Page 53 of 71
Annexure-F: Affidavit
AFFIDAVIT
Integrity Pact

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

Subscribed and sworn to me this ________ day of _____ 20__

______________________________________________________ Notary Public

CCTV Surveillance System Tender Document


Page 54 of 71
Annexure-G: Tender Security Form
TENDER SECURITY FORM

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.

Date this ________________day of 20__.

GUARANTOR
Signature __________________
CNIC # __________________
Name __________________
Designation __________________
Address__________________

CCTV Surveillance System Tender Document


Page 55 of 71
Annexure-H: Performance Security
PERFORMANCE SECURITY

Issuing Authority:

Date of Issuance:

Date of Expiry:

Claim Lodgment Date:

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.

CCTV Surveillance System Tender Document


Page 56 of 71
This guarantee shall remain valid up to ___________________ or all obligations have been fulfilled in
accordance with the Contract, whichever is earlier.

Date this ________________day of 20__.

GUARANTOR
Signature __________________
CNIC # __________________
Name __________________
Designation __________________
Address__________________

CCTV Surveillance System Tender Document


Page 57 of 71
Annexure-I: Financial Capacity of the Bidder

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.

Financial Information Historical information for the previous three years


(most recent to oldest in (PAK Rupees)
Year 1 Year 2 Year 3 (Year)
(Year) (Year)
Information from Balance Sheet:
(1) Total Assets (TA)
(2) Current Assets (CA)
(3) Total Liabilities (TL)
(4) Current Liabilities (CL)
Information from Income Statement:
(5) Total Revenue (TR)
(6) Profits before Taxes
(PBT)
Net Worth (1) – (3)
Current Ratio (2) / (4)
Provide information on current or past litigation or arbitration over the last three (3) years as shown in
the form below.
Litigation or arbitration in the last three (3) years: No:_____Yes:______ (See below)
Litigation and Arbitration During Last three (3) Years

Year Matter in Dispute Value of Award Against


Contractor in PAK Rupees

_________________________

Authorized Signatures with Official Seal

CCTV Surveillance System Tender Document


Page 58 of 71
Annexure-J: Service Level Agreement

DRAFT SERVICE LEVEL AGREEMENT (SLA)

This SERVICE LEVEL AGREEMENT (SLA) is made on this __day of ___________,


20__ (hereinafter referred to as “SLA”)

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

CCTV Surveillance System Tender Document


Page 59 of 71
scheduled maintenance, and impact on services (if any), and on service levels - at least one week
prior to planned execution of the scheduled maintenance work.

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.

CCTV Surveillance System Tender Document


Page 60 of 71
 Contractor must submit and conform to a detailed, agreed upon quality management plan.
The contractor will follow up all closed tickets along with response time and quality services
delivered to ensure level of services provided to the client in reaching resolution.
 The Contractor shall provide a step-by-step procedure for application recovery and take all
necessary actions to restore the system in a timely manner.
 Ownership of all data entered into the system along with any customization in addition to
the licensed product, configuration and other components of the system stays as the
property of Client and shall be transferred in fully operational condition on completion of
support contract. It is pertinent to mention here that Central Management and IP NVR
software is sole property of PMA and no further payments will be made in lieu of license.
 No further payments will be made in lieu of up gradation support, patches etc. at any time
during the course of the contract.
 With the change in the need of the PMA contractor is bound to support the maximum
possible configuration of the system without any additional cost like configuring 1024 CCTV
cameras with NVR.
FAULT LEVEL CATEGORIES:
Fault Level Categories as described below will be assigned by the contractor/Client; however Client may
amend them or disagree based on factors as present on the ground.

Fault levels Category Definition Initial Response Resolution


Critical The system is unable to Within 15 minutes Within 90 minutes
be used for normal
business activity. There
is no viable workaround.
Downtime will lead to
financial loss.
Urgent There is a problem with Within 1 hour Within 3 hours
a part of the system
which impacts decision-
making and there is a
likelihood of financial
loss.
High The efficiency of the Within 2 hours Within 6 hours
system users is being
impacted, but a viable
workaround exists.
Normal A fault with low impact Within 6 hours Within 12 hours
and no possibility of
revenue loss. A viable
workaround exists.
Issues Reported by Contractor:
Every issue reported by contractor’s designated operational staff must be logged against the fault level
category as mentioned above; in centralized complaint management system available to all
stakeholders. Client may disagree to the fault level assigned by the contractor based on the factors as
CCTV Surveillance System Tender Document
Page 61 of 71
present on the ground. For equipment/scenarios where automated alert system is not available, issues
will be reported via phone call to contractor’s helpline. Pertaining to issues reported on helpline by
operations staff of contractor, all must be entered into centralized complaint management system.

Issues Reported by Surveillance Teams:


Issues as occurred on the ground may also be reported by surveillance teams of PMA. Surveillance
teams may report via phone call to contractor’s helpline and/or logging complaint into complaint
management system. Surveillance teams will log complaint but may not assign fault level category which
will be assigned initially by the contractor. Client may disagree/amend to the fault level assigned by the
contractor based on the factors as present on the ground.

Issues Reported by Citizens:


Passengers may also report issues to the contact center as maintained by Client.

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

CCTV Surveillance System Tender Document


Page 62 of 71
If 95%-98.99% calls
resolved on-time, then
2% penalty on monthly
Resolution of charges
Generated from
issues logged as 90%-94.99% calls
complaint
1 Helpdesk per fault level 99% resolved on time, then
management
categories 5% penalty on monthly
system
definitions above charges.
<90% of complaints being
resolved on time 10% of
monthly charge.
System If 95%-98.99% are resolved
Configuration and on-time, then 2% penalty
System Required Report on monthly charges.
Configuration Generation 90%-94.99% resolved on
2 99% Report
and Report Resolution logged time, then 5% penalty on
Generation as per fault level monthly charges.
categories <90% resolved on time 10%
definitions above. of monthly charge.
Stock not being available/
faulty must be fixed /
Asset/
Conduct annual Satisfaction report provided / settled by
Inventory
3 physical asset 100% to be signed off by contractor. 0.5% of 12
Management
verification authorities monthly charges, if issues
System
not addressed in given
timeframe.
Management
Evaluation of
approval of
Quarterly contractor’s
4 N/A contractor’s 0.5% of quarterly charges
Evaluation performance on
performance
quarterly basis
evaluation report
CCTV CCTV can be If 97%-98.99% then 5%
Malfunction/ 99% considered penalty on monthly
Not Operational as charges,
malfunctioni 95.00%-96.99% then 10%
ng under the penalty on monthly
condition charges,
CCTV that the
5 93.00%-94.99% then 15%
Equipment recording is penalty on monthly
not done, charges,
out of focus,
90.00%-92.99% then 20%
failure in
penalty on monthly
pan, tilt and
charges,
zoom, Non-
85.00%-89.99% then 30%
CCTV Surveillance System Tender Document
Page 63 of 71
operational penalty on monthly
Unit software charges,
etc. 80.00%-84.99% then 40%
Report penalty on monthly
charges,
<80% then 50% penalty on
monthly charges,
<80%% Not permitted, May
result in Termination of
Contract.

Real time data 5% of monthly


NVR 100% feeds. charge on slippage of one
Malfunction/Not
Report calendar day
Operational
Contractor shall
provide a root-
cause report every
5% penalty on monthly
month if there are
charges if the contractor
more than 15 Root cause report
does not submit a problem
incidents of the stating problems
report for that month.
Problem same type. faced by the users
6 100% Another 5% penalty if
Management Successful bidder
contractor does not
must take Document detailing
perform corrective action
appropriate and corrective action
for more than one calendar
timely corrective
month.
action to prevent
further issues
from same cause.
Misbehavior of
contractor staff
with passengers,
Misbehavior PMA Staff or with
Rs 25,000/- on each
7 of Contractor staff of other N/A PMA record
incident
Staff service providers
established
through concrete
evidence
Reports generated
Rs 5,000/- on each incident
Inconsistency from the system
8 N/A PMA record + Rs 5,000/- for each
within Reports are inconsistent
subsequent hour
with each other
Time System Rs 5,000/- on each incident
9 Synchronizati reports/live time N/A PMA record + Rs 5000/- for each
on not conforms with subsequent hour
CCTV Surveillance System Tender Document
Page 64 of 71
Pakistan Standard
Time

Any act of non- Rs 5,000/-*A on each


conformance to incident
PMA rules,
Violation of
regulations, Where A=[1-100]
10 scope of N/A PMA record
instructions, depending on the
services
scope of services sensitivity of non-
if not covered in conformance as per
SLA decision by the Client

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.

Monitoring and Auditing:


PMA will review the performance of Contractor against the SLA parameters each month, or at any
periodicity defined in the contract document. The review / audit report will form basis of any action
relating to imposing penalty or breach of contract.
Any such review / audit can be scheduled or unscheduled. The results will be shared with the Contractor
as soon as possible. PMA reserves the right to appoint a third-party auditor to validate the SLA.

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.

SLA Change Control:


General:
It is acknowledged that this SLA may change as PMA’s business needs evolve over the course of the
contract period. The PMA reserves the right to review the SLA periodically and update it accordingly
with mutual consent. The review amendments will be binding on the Contractor.
SLA Change Process:
Both the parties may amend this SLA by mutual consent in accordance. Changes can be proposed by
either party. Normally the forum for negotiating SLA changes will be PMA monthly review meetings.
Version Control:
CCTV Surveillance System Tender Document
Page 66 of 71
All negotiated SLA changes will require changing the version control number. As appropriate, minor
changes may be accumulated for periodic release (e.g. every quarter) or for release when a critical
threshold of change has occurred.

Issue Management Procedures:


General:
This process provides an appropriate management structure for the orderly consideration and
resolution of business and operational issues in the event that quick consensus is not reached between
PMA and Contractor. It is expected that this pre-defined process will only be used on an exception basis
if issues are not resolved at lower management levels.

Issue Management Process:


Either PMA or Contractor may raise an issue by documenting the business or technical problem, which
presents a reasonably objective summary of both points of view and identifies specific points of this SLA
with possible solutions.

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.

Management Escalation Procedures:


The purpose of this escalation process is to provide a quick and orderly method of notifying both parties
that an issue is not being successfully resolved at the lowest possible management level. Implementing
this procedure ensures that PMA and Contractor management are communicating at the appropriate
levels. Escalation should take place on an exception basis and only if successful issue resolution cannot
be achieved in a reasonable time frame.

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

CCTV Surveillance System Tender Document


Page 67 of 71
understanding of the PMA, operators, participating users, etc. For all these training programs, the
Contractor shall provide adequate course material documents.
2. Contractor shall also be responsible for re-training the PMA nominated trainers staff whenever
changes are made in the System and it shall be the responsibility of the Contractor to ensure that the
operators are familiar with new versions of system and its allied services.

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.

General Maintenance Conditions:


• The maintenance shall include both Preventive Maintenance and Corrective Maintenance.
• This Service Level Conditions shall cover each and every part/component of the System. The
Contractor shall examine, clean, lubricate and adjust various components/parts of the entire System
including all parts and components every month and shall take necessary measures to maintain the
units in proper working conditions in accordance with the Specifications in the Service Level Conditions.
• The Contractor shall supply and replace any part/components which are discovered to be potentially
detrimental to the safety of the user and/or to the efficient and cost effective operation of the units and
which require immediate replacement.
• In case of need to replace any part/component, the Contractor shall provide original make genuine
parts/components of similar/higher quality.
• In case of emergencies, the Contractor shall respond immediately to take the necessary actions
irrespective of the provisions regarding time limits.
• The Contractor shall be liable for any kind of damage to the user of the units caused by poor
maintenance, delay in any repair/maintenance works and shall pay for the damage.
• Repairs may be carried out generally during non-operational hours.

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.

CCTV Surveillance System Tender Document


Page 68 of 71
Annexure-K: Station Level CCTV Surveillance Equipment
CCTV Surveillance Equipment at Stations
Sr# Station / Intersection Cameras Ethernet Switch Data Patch
PTZ Fixed Total 16 Port 8 Port Cabinet Panel
1 Shahdara 4 6 10 1 2 1 1
2 Niazi Chowk 4 6 10 1 2 1 1
3 Timber Market 4 6 10 1 2 1 1
4 Azadi Chowk 4 6 10 1 2 1 1
5 Bhaati chowk 4 8 12 1 2 1 1
6 City District Court 4 8 12 1 2 1 1
7 Civil Secretariat 4 8 12 1 2 1 1
8 MAO Collage 4 12 16 1 4 1 1
9 Janaz Gah 4 8 12 1 2 1 1
10 Qurtaba 4 12 16 1 4 1 1
11 Shama 4 8 12 1 2 1 1
12 Ichra 4 8 12 1 2 1 1
13 Canal 4 20 24 1 6 1 1
14 Qaddafi 4 6 10 1 1 1 1
15 Kalma Chowk 4 12 16 1 3 1 1
16 Model Town 4 6 10 1 1 1 1
17 Naseeraabad 4 6 10 1 1 1 1
18 Ittefaq Hospital 4 6 10 1 2 1 1
19 Qainchi 4 6 10 1 1 1 1
20 Ghazi Road 4 6 10 1 1 1 1
21 Chungi Amer Sidhu 4 6 10 1 1 1 1
22 Kamahan 4 6 10 1 1 1 1
23 Attari 4 6 10 1 1 1 1
24 Nishtar 4 6 10 1 1 1 1
25 Youhanabad 4 6 10 1 1 1 1
26 Dullu Khurd 4 6 10 1 1 1 1
27 Gajju Matta 5 6 11 1 1 1 1
28 Timber Market Intersection 2 0 2 0 1 1 1
29 Kalma Chowk Intersection 4 0 4 0 1 1 1
30 Gulab-Devi Intersection 2 0 2 0 1 1 1
31 Nishtar (Depot) Intersection 2 0 2 0 1 1 1
Total 119 206 325 27 55 31 31

CCTV Surveillance System Tender Document


Page 69 of 71
CCTV Surveillance Equipment at PMA/Store/Urban Unit
Sr# Station / Intersection Cameras Ethernet Switch Data Patch
PTZ Fixed Total 16 Port 8 Port Cabinet Panel
1 PMA / Store 8 0 8 0 4 4 4
2 Urban Unit 2 4 6 0 0 0 0
Total 10 4 14 0 4 4 4

CCTV Surveillance System Tender Document


Page 70 of 71
Annexure-L: Affidavit For Non-Blacklisting

AFFIDAVIT FOR NON-BLACKLISTING


___________________________________________________________________________________

(On a Legal / Revenue Stamp Paper of PAKISTAN in the relevant value.)

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.

Dated this _____ day of ____________________ 20__

Signature

(Company Seal)
__________________
In the capacity of

Duly authorized to sign bids for


and on behalf of:

CCTV Surveillance System Tender Document


Page 71 of 71

You might also like