REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan...

112
1 s/p39 Issued to: M/s___________________ Issued by: ___________ Date: _________ Received by: ___________ Date: __________ Date of Submission of Proposals: till 1100Hrs on 03.02.2021 Date of Opening of Technical Proposals: 1130Hrs on 03.02.2021 REQUEST FOR PROPOSAL (RFP) PROVISION OF SERVICES FOR CONDUCTING ORIGIN DESTINATION (O-D) SURVEY OF TRAFFIC ON FOUR PACKAGES; 1) ISLAMABAD-PESHAWAR MOTORWAY (M-1) & E-35 2) LAHORE-ABDUL HAKEEM MOTORWAY (M-3) 3) FAISALABAD-MULTAN MOTORWAY (M-4) 4) SUKKUR-MULTAN MOTORWAY (M-5)

Transcript of REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan...

Page 1: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

1

s/p39

Issued to: M/s___________________ Issued by: ___________ Date: _________

Received by: ___________ Date: __________

Date of Submission of Proposals: till 1100Hrs on 03.02.2021 Date of Opening of Technical Proposals: 1130Hrs on 03.02.2021

REQUEST FOR PROPOSAL (RFP)

PROVISION OF SERVICES FOR CONDUCTING ORIGIN

DESTINATION (O-D) SURVEY OF TRAFFIC ON FOUR PACKAGES;

1) ISLAMABAD-PESHAWAR MOTORWAY (M-1) & E-35 2) LAHORE-ABDUL HAKEEM MOTORWAY (M-3)

3) FAISALABAD-MULTAN MOTORWAY (M-4) 4) SUKKUR-MULTAN MOTORWAY (M-5)

Page 2: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 2 _________________________

NHA SP

No. 5( )/NHA/DD (Auto/Rev-Tech)/Proc/21/

LETTER OF INVITATION (LOI)

To: ALL ELIGIBLE BIDDERS

Subject: PROVISION OF SERVICES FOR CONDUCTING ORIGIN DESTINATION SURVEY OF TRAFFIC ON ISLAMABAD-

PESHAWAR MOTORWAY (M-1) & E-35, LAHORE-ABDUL HAKEEM MOTORWAY (M-3), FAISALABAD-MULTAN MOTORWAY (M-4) AND SUKKUR-MULTAN MOTORWAY (M-5).

Package 1: ISLAMABAD-PESHAWAR MOTORWAY (M-1) AND HAZARA

MOTORWAY (E-35)

Sr. No.

Name of Toll Plaza/Interchange

Location(KM)

Route/Highway Exit Lanes (SB&NB)

1 Islamabad Segregation Toll Plaza 00 M-1 12

2 Fateh Jang Toll Plaza 10 M-1 4

3 AWT/Sangjani 15 M-1 4

4 Brahma Jang Bahtar 32 M-1 4

5 Burhan 44 M-1 6

6 Hazara Segregation Toll Plaza 47 M-1/E-35 4

7 Ghazi 54 M-1 4

8 Chach 61 M-1 4

9 Swabi 78 M-1 6

10 Capt. Karnal Sher Khan 96 M-1 8

11 Wali Khan Interchange 105 M-1 2

12 Rashakai 118 M-1 6

13 Charsadda 141 M-1 8

14 Peshawar 161 M-1 10

15 Jari Kas 18 E-35 6

16 Hattar 24 E-35 6

17 Haripur 29 E-35 6

18 Shah Maqsood 43 E-35 3

19 Havellian 65 E-35 5

20 Abbottabad 88 E-35 5

21 Mansehra 99 E-35 4

Total: 117

Package 2: LAHORE-ABDUL HAKEEM MOTORWAY (M-3)

Sr.

No.

Name of Toll

Plaza/Interchange

Location

(KM) Route/Highway

Exit Lanes

(SB&NB)

1 M-3/M-4 Segregation Toll Plaza 00 M-3 3

2 PirMehal 33 M-3 4

Page 3: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 3 _________________________

NHA SP

3 Rajhana 47 M-3 4

4 Samundri 98 M-3 4

5 Jaranwala 145 M-3 4

6 Nankana 180 M-3 4

7 Sharaqpur 214 M-3 4

8 M-2/M-3 Segregation Toll Plaza 228 M-3 3

Total 30

Package 3: FAISALABAD-MULTAN MOTORWAY (M-4)

Sr. No.

Name of Toll Plaza/Interchange

Location (KM)

Route/Highway Exit Lanes (SB&NB)

1 PindiBhattia 00 M-4 3

2 Sangla Hill 18 M-4 2

3 Darulehsan/Sahianwala 35 M-4 2

4 Millat/Deptywala 50 M-4 2

5 Faisalabad/Kamalpur 58 M-4 4

6 Aminpur 70 M-4 2

7 Chargabad/Ghoraghabad 93 M-4 2

8 Gojra 116 M-4 2

9 Toba Tek Singh 138 M-4 2

10 Waryam Wala 151 M-4 2

11 Shorkot 176 M-4 2

12 M-3 Exit (Darkhana) 196 M-4 3

13 Abdul Hakeem 206 M-4 2

14 MukhdoompurPahoran 223 M-4 2

15 Kabir wala 236 M-4 2

16 Shamkot (Khanewal) 241 M-4 4

17 Shah Rukne Alam 279 M-4 2

18 Shah Shams Tabraiz 288 M-4 2

19 Sher Shah 297 M-4 2

Total 44

Package 4: SUKKUR-MULTAN MOTORWAY (M-5)

Sr.

No. Name of Toll Plaza

Location

(KM) Route/Highway

Exit Lanes

(SB&NB)

1 Main Entry 00 M-5 6

2 Rohri 06 M-5 6

3 Pano Aqil 34 M-5 6

4 Ghotki 58 M-5 6

5 Guddu 123 M-5 6

6 Rahim yar khan 180 M-5 6

Page 4: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 4 _________________________

NHA SP

7 ZahirPir 216 M-5 6

8 Tarinda 262 M-5 6

9 Uch Sharif 285 M-5 6

10 Bahawalpur 308 M-5 6

11 Jalalpur 321 M-5 6

12 Shujabad 360 M-5 6

13 Main Entry (Shershah) 392 M-5 4

Total 76

N.B. Above lanes are tentative and addition/subtraction in lanes is likely and the financial effect if any shall be calculated on prorata basis for the specific motorway.

You are hereby invited to submit your bid comprising of Technical & Financial

proposals for the subject procurement. Your proposals could form the basis for a Contract between your firm and the Employer NHA.

The detailed description of the assignment and its objectives are given in the enclosed Request for Proposal (RFP). Including but not limited to SP’s personnel available to conduct origin-destination survey.

1. General

1.1. Bidding is open to only eligible firms with requisite professional

experience and resources, having a valid Registration with

Pakistan Engineering Council in case of private entity. (In case of Public sector entity this condition is not applicable).

1.2. As per Employer’s Policy all firms or their affiliates against whom

payments to NHA are pending/outstanding or in default at the

time of submission of proposal, are not eligible to participate in this bidding. However, the firms whose cases are in arbitration or under process in the court of law, the same shall not be treated as

default, subject to the permission by Member (Finance) NHA.

1.3. The bidder must have professional staff, skills and know-how to carry out road traffic Origin-Destination survey.

1.4. The OD Survey being the vital and crucial part of the Traffic Survey and Analysis, the firm and proposed staff shall have proven know-

how and experience in such domain.

1.5. The firms that are currently in contract(s) with NHA for the Traffic

Surveys or Traffic counting or toll collection contract(s) directly or through its associates, subsidiary, business affiliates, JVs or having any financial or otherwise interests in firms/operators

conducting Traffic Surveys are ineligible to participate. The successful bidder shall be barred for three (03) years in

participating for toll collection bidding on these motorways.

Page 5: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 5 _________________________

NHA SP

1.6. The bidder shall bear all costs associated with the preparation and

submission of the bid and the Employer shall not be responsible or liable for any such costs in any event whatsoever, regardless of the

conduct or outcome of the bidding process. The bidder must fully inform itself of the local conditions and all other factors related to subject services whatsoever and take them in to account in

preparing the proposal.

1.7. The Employer is vested with sole discretion for award of contract or cause supervision &be affected for the execution of said contract. Please note that: -

The Employer may reject all bids or proposals at any time

prior to the acceptance of bid(s) or proposal(s) as per PPRA Rules.

2. Documents Comprising the Bid 2.1 In addition to the Invitation for Bids, the Bidding Documents are

those stated below, and should be read in conjunction with any Addendum issued (if issued any) under Clause 2.4.

i. Bid data sheet ii. Bid Forms

iii. Technical Proposal Forms iv. Financial Proposal Forms v. Terms of Reference, Basic Understanding & Articles I to XIII

vi. Appendices & Sample Forms vii. Addendum(s), if any

2.2. The bidders are required to examine carefully the contents of all

the above documents. Failure to comply with the requirements of

bid submission will be at the bidder’s own risk. Bids, which are not substantially responsive to the requirements of the Bidding Documents, will be rejected.

2.3. Clarifications

A prospective bidder requiring any clarification(s) in respect of the Bidding Documents may notify the Employer in writing or by fax

at the address:

Office of Director (Revenue-Contracts), 27-28 Mauve Area, G-9/1, Islamabad. Phone: +92-51-9260106

2.4. Employer will examine the request for clarification of the Bidding

Documents, if received not later than seven (07) days prior to the

deadline for the submission of bids or during the Pre-Bid meeting, and if deemed reasonable, at its sole discretion, may issue a

Page 6: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 6 _________________________

NHA SP

clarification/amendment of the Bidding Documents before the

date of submission of Bids (without identifying the source of enquiry) to all prospective bidders who have purchased the

Bidding Documents and the same will also be Available on NHA Website.

2.5. At any time prior to the submission/opening of bids, the Employer may, for any reason, whether at its own initiative or in response to

a clarification requested by a prospective bidder, modify the Bidding Documents by issuing an addendum.

2.6. Any addendum thus issued shall become the integral part of Bidding Documents.

2.7. To accord prospective bidders, reasonable time in which to take an addendum into account in preparing their bids, the Employer may

at its discretion extend the deadline for submission of bids.

2.8. Bid Validity

Bids/ proposals shall remain valid for the period of One Hundred

and Eighty-Two (182) days after the date of bid opening.

2.9. In exceptional circumstances prior to expiry of original bid validity

the Employer may request the bidders to extend the period of validity for a specified additional period, which shall in no case be more than the original bid validity period. The request and the

responses thereto shall be made in writing. A bidder may refuse the request without forfeiture of his Bid Security. A bidder agreeing

to the request will be required to extend the validity of his Bid Security for the period of the extension.

3. Bid Security

3.1. Each bidder shall furnish with the Technical Proposal, as part

of its bid, a Bid Security in an amount as mentioned in Bid Data Sheet.

3.2. The Bid Security shall be, at the option of the bidder, in the form of

Bank Draft or a Pay Order issued or Bank Guarantee by a Scheduled Bank in Pakistan in favor of the “Road Maintenance Account, National Highway Authority, Islamabad” valid for a period of twenty-eight (28) days beyond the bid validity date i.e. 182 + 28

= 210 days.

3.3. The Bid Security is required to protect the Employer against the risk of bidder’s conduct, which would warrant the security’s forfeiture, pursuant to Sub-Clause 4.8 hereof.

3.4. The Employer forthwith as being non-responsive, pursuant to

Clause 10, shall reject any bid not accompanied by an acceptable

Page 7: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 7 _________________________

NHA SP

Bid Security.

3.5. Any amount of bid security, which is lying with the Employer for

any previous bidding processes, shall not be considered for this bidding.

3.6. The bid security of all participating firms will be discharged/returned as promptly as possible except for the three

lowest ranked bidders, which will be returned upon award of contract to the successful bidder or on the expiry of validity of Bid

Security whichever is earlier subject to rights of parties under Clause 3.2.

3.7. The Bid Security of the successful bidder will be returned when the bidder has furnished the required Performance Security and has

signed the Contract Agreement pursuant to conditions of these bidding documents.

3.8. The Bid Security may be forfeited: 3.8.1. If a bidder withdraws his bid during the period of bid validity;

or

3.8.2. If a bidder does not accept the arithmetic correction of his Bid Price or

3.8.3. In the case of a successful bidder, if he fails to:

a. Furnish the required Performance security in accordance with contract Clauses

b. Sign the Contract Agreement, in accordance with Clause 15 of LOI.

4. Format and Signing of Bid

4.1. Bidders are particularly directed that the quoted amount entered on the Form of Bid shall be clearly defined including any additional costs or taxes associated with the performance of the Contract

strictly in accordance with the Bidding Documents. 4.2. All Bid documents including Technical Proposal Forms, Bid Form,

Financial Proposal Forms and Schedules to Bid are to be properly completed, signed & stamped by the bidders. The proposals must

be bound properly; the loose proposals shall not be accepted and may be treated as non-responsive.

4.3. No alteration is to be made in the Form of Bid or in the Schedules thereto except in filling up the blanks as directed. If any alteration be made or if these instructions be not fully complied with, the bid

may be rejected as being non-responsive.

4.4. Each bidder shall prepare one (01) Original and one (01) Copy in separate envelopes, of the documents comprising the bid as described in Clause 2 of LOI and clearly mark them “ORIGINAL”

and “COPY” as appropriate. In the event of discrepancy between

Page 8: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 8 _________________________

NHA SP

them, the original shall prevail.

4.5. The original and all copies of the bid shall be typed or written in

indelible ink and shall be signed by a person or persons duly authorized to sign them. Submitting a written Power of Attorney authorizing the signatory of the bidder to act for and on behalf of

the bidder shall indicate this. All pages of the bid shall be initialed and stamped by the person or persons signing the bid.

4.6. Where the bidder is a company incorporated under the Companies

Ordinance, 1984 it shall provide a copy of

4.6.1. Its Certificate of Incorporation, 4.6.2. Its latest Form-28 &29, and

4.6.3. A Board Resolution authorizing the signatory to submit the original bid.

4.7. In the event of the bidder being a partnership, the bidder shall

provide

4.7.1. Certificate of Registration of Partnership by the Registrar of

Firms, and 4.7.2. A list of names of all the partners of the firm.

4.8. The bid shall contain no alterations, omissions, or additions, except to comply with instructions issued by the Employer, or as are necessary to correct errors made by the bidder, in which case

the person or persons signing the bid shall initial such corrections.

4.9. Bidders shall indicate in the space provided in the Form of Bid their full and proper addresses at which notices may be legally served on them and to which all correspondence in connection

with their bids and the Contract is to be sent.

4.10. Bidders should retain a copy of the Bidding Documents as their file copy.

5. PREPARATION/SUBMISSION OF BIDS 5.1. It will consist of two parts:

Part-I Technical Proposal (Forms TF)

Part-II Financial Proposals (Bid Form and Forms FF)

5.2. The bid shall comprise on a single package containing two separate envelopes. Each envelope shall contain separately the financial proposal and the Technical proposal;

5.3. The envelopes shall be marked as “FINANCIAL PROPOSAL” and

Page 9: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 9 _________________________

NHA SP

“TECHNICAL PROPOSAL” in bold and legible letters to avoid

confusion;

5.4. The Bidder shall paste the Form duly filled-in of the inner and outer envelopes as given in Appendix-C including;

5.4.1. Bears the title of bidding process. 5.4.2. Be addressed to the Employer at the address given in

Invitation for Bid heretofore. 5.4.3. Provide a warning not to open before the time and date for

bid opening.

5.5. The Bid shall be delivered by the bidder in person or by authorized

representative at the address to Employer as given in Bid data

sheet not later than the time and date stipulated in the Bid Data Sheet. Bids received through mail shall not be acceptable.

5.6. If the outer envelope is not sealed and marked as above, the

Employer will assume no responsibility for the misplacement or

premature opening of the bid.

6. Deadline for Submission of Bids 6.1. Bids must be received by the Employer at the address specified in

Bid Data Sheet not later than the time and date stipulated in the Bid Data Sheet.

6.2. Upon request, acknowledgment of receipt of bids will be provided.

6.3. Bids submitted through telegraph, telex, fax or mail or by any means other than those specified hereinabove shall not be considered.

6.4. The Employer may, at his discretion, extend the deadline for

submission of bids by issuing an addendum in accordance with Clause 2.4 of LOI, in which case all rights and obligations of the Employer and the bidders previously subject to the original

deadline will thereafter be subject to the deadline as extended. 7. Late Bids

7.1. Any bid received by the Employer after the deadline for submission

of bids described hereunder will be returned unopened to such bidder.

7.2. Delays of person in transit, or delivery of a bid to the wrong office shall not be accepted as an excuse for failure to deliver a bid at the

proper place and time.

Page 10: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 10 _________________________

NHA SP

8. Bid Opening and Evaluation

8.1. A committee consisting of nominated members by the Employer

will open the bids in the presence of bidders’ representatives who choose to attend, at the time, date and location stipulated in the Bid Data Sheet.

8.2. The bidder’s representatives who are present shall sign in a

register evidencing their attendance.

8.3. On the date of bid opening, only the envelope marked “TECHNICAL PROPOSAL” will be opened whereas the envelope marked as

“FINANCIAL PROPOSAL” will be retained in the custody of the Employer without being opened.

9. Clarification of Bids

9.1. To assist in the examination, evaluation and comparison of Bids

the Employer may, at its discretion, ask the Bidder for a clarification of its Bid. The request for clarification and the response shall be in writing and no change in the price or

substance of the Bid shall be sought, offered or permitted.

10. Preliminary Examination & Determination of Responsiveness of

Bids

10.1. Prior to the detailed evaluation of bids, pursuant to Clause12, The Employer will examine the Bids to determine whether; 10.1.1. The Bid is complete and does not deviate from the

scope, 10.1.2. Required securities have been furnished, 10.1.3. The documents have been properly signed/stamped,

10.1.4. The Bid is valid till required period, 10.1.5. The Bid prices are firm during currency of contract if it is

a fixed price bid, 10.1.6. The Bidder is eligible to Bid 10.1.7. The Bid does not deviate from basic requirements

and 10.1.8. The Bids are generally in order.

10.2. A bid is likely not to be considered, if; 10.2.1. It is unsigned,

10.2.2. Its validity is less than specified period, 10.2.3. It is submitted for incomplete scope of work, 10.2.4. In case any condition is attached to the Bid Price.

10.3. A bid will not be considered, if; 10.3.1. It is not accompanied with bid security,

10.3.2. It is received after the deadline for submission of bids,

10.3.3. It is submitted through fax, telex, telegram, mail, or

Page 11: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 11 _________________________

NHA SP

any means other than those specified in clause 7 of

LOI. 10.3.4. The bidder refuses to accept arithmetic corrections

in his bid, 10.3.5. It is materially and substantially different from the

Conditions/Specifications of the Bidding Documents.

10.4. If the Bidder does not accept the corrected amount of Bid, his Bid will be rejected, and his Bid Security forfeited.

10.5. Prior to the detailed evaluation, pursuant to Contract Clauses the Employer will determine the substantial responsiveness of each

Bid to the Bidding Documents. For purpose of these Clauses, a substantially responsive Bid is one which conforms to all the terms

and conditions of the Bidding Documents without material deviations. A material deviation or reservation is one: 10.5.1. Which affects in any way the scope, quality or performance

of the works; 10.5.2. Which limits in any substantial way, inconsistent with the

Bidding Documents, the Employer’s rights or the bidder’s obligations as under the Contract; or

10.5.3. Whose rectification/adoption would affect unfairly the

competitive position of other bidders presenting substantially responsive bids

The Employer’s determination of a Bid’s responsiveness will be based on the contents of the Bid itself without recourse to extrinsic evidence.

10.6. A Bid determined as substantially non-responsive will be rejected and cannot subsequently be made responsive by the Bidder by

rectification of the non-conformity.

11. Detailed Evaluation of Bids

11.1. The Employer will evaluate and compare only the bids determined

to be substantially responsive as per requirements given hereunder.

11.2. Evaluation of bids will be based on following two parts and as mentioned in Bid Data Sheet:

11.3. PART-A: Technical Evaluation Criteria and Sub-criteria for the evaluation of technical proposals

Submitted by the firms from Form TF-1 to TF-9 attached to determine the responsiveness of the bids and marks for technical

qualification

Page 12: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 12 _________________________

NHA SP

11.4. PART-B: Financial Evaluation

11.4.1. Financial Bids of all the technically qualified firms will be

announced and put to comparison process for award of contract on open competition basis, whereas, the financial proposals of the rest of the firms will be returned un-

opened.

11.4.2. The financial proposals of the qualified firms shall be opened in the presence of the representatives of those firms, who chose to attend. The Employer shall inform the

date, time and address for opening of financial proposals or as indicated in Bid Data Sheet. The quoted bid amount shall be announced publicly to the attending representative

of the firms. The evaluation committee shall determine whether the financial proposals are complete and without

computational errors.

11.4.3. In order to ensure the spirit of fair competition and to

provide a level field to the prospective bidders, the exemption of the taxes shall be entertained as per

following;

a. The firms must provide the exemption certificates along

with financial proposal

b. The financial bid amount of such firms will be escalated

according to the prevailing laws of taxes at the time of evaluation of financial proposals in order to bring all

financial proposals at par. 12. Award Criteria

Subject to Clause 14 of LOI, the Employer will award the Contract to the

bidder whose bid has been determined to be substantially responsive to the Bidding Documents and who has been ranked lowest evaluated bid in financial evaluation.

13. Employer’s Right to accept any Bid and to reject any or all Bids

13.1. Notwithstanding Clause 13 hereunder, the Employer reserves the right to accept or reject any bid, and to annul the bidding process

and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidders or any obligation to inform the affected bidders of the grounds for the

Employer’s action except that the grounds for its rejection shall upon request be communicated, to any bidder who submitted a bid, without justification of grounds. Rejection of all bids shall be

notified to all bidders promptly.

Page 13: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 13 _________________________

NHA SP

13.2. No negotiations with the bidder having been ranked as lowest

responsive or any other bidder shall be permitted. However, the Employer may have clarification meeting(s) to clarify any item(s) in

the bid evaluation report. 14. Notification of Award

14.1. Prior to expiration of the period of bid validity prescribed by the Employer, the Employer will notify the successful bidder in writing

through a letter of acceptance (“Letter of Acceptance”) that his bid has been accepted. This letter shall reflect the cost to be paid to the Bidder in consideration of the performance of the services by

the successful bidder as prescribed by the Contract (hereinafter called the “Contract Price”).

14.2. The Letter of Acceptance and its acceptance by the bidder will constitute the formation of the Contract, binding the Employer and

the Bidder till signing of the formal Contract Agreement.

14.3. Upon furnishing the Performance Security by the successful

bidder, the Employer will promptly notify the other bidders that their bids have been unsuccessful and return their bid securities.

15. Signing of Contract Agreement

15.1. Within fourteen (14) days from the date of furnishing the acceptable Performance Security under the Conditions of Contract, the Employer will send to the successful bidder the Form of

Contract Agreement provided in the Bidding Documents, duly filled in and incorporating all agreements between the parties for signing

and return it to the Employer.

15.2. The formal Agreement between the Employer and the successful

bidder shall be executed within fourteen (14) days of the receipt of such Form of Contract Agreement by the successful bidder from

the Employer.

16. One Bid per Bidder

16.1. Each bidder shall submit only one bid either by himself, or as a

partner in a joint venture (JV). A bidder who submits or

participates in more than one bid will be disqualified and bids submitted by him shall not be considered for evaluation and

award.

16.2. The firms and associated employees, who have been assigned the

contract for Tolling, shall not be eligible to participate in the bidding of this contract. Firms having any financial interests, ownerships, ownerships of close relatives, being associated or

subsidiary of the firms that are operating any Toll Operations.

Page 14: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 14 _________________________

NHA SP

17. Bidder to Inform Himself

17.1. 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 performing the subject

services. This shall include but not be limited to the following:

17.1.1. Inquiries on Pakistani Income Tax/Sales Tax/Surcharge or any other Levy imposed by the Government of Pakistan to

the Commissioner of the Income Tax and Sales Tax, Islamabad Pakistan.

17.1.2. Withholding tax will be deducted as per applicable laws of

Income Tax of the country.

18. Due Diligence NHA reserves the right to carry out due diligence in sole discretion

during procurement, award and execution of the contract.

19. Local Conditions

Bidder must verify and supplement by his own investigations all

necessary information about the site regarding technical, electrical and associated requirements.

20. Integrity Pact

The Bidder shall sign and stamp the Integrity Pact provided at Appendix-D to Bid in the Bidding Document for all Federal Government procurement contracts exceeding Rupees ten million. Failure to provide

such Integrity Pact may lead to non-responsive of the bid.

General Manager (Revenue)

National Highway Authority Islamabad

Page 15: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 15 _________________________

NHA SP

BID DATA SHEET 1. The name of the Assignment:

PROVISION OF SERVICES FOR CONDUCTING ORIGIN DESTINATION (O-D) SURVEY OF TRAFFIC ON FOUR PACKAGES;

1. ISLAMABAD-PESHAWAR MOTORWAY (M-1) & E-35 2. LAHORE-ABDUL HAKEEM MOTORWAY (M-3) 3. FAISALABAD-MULTAN MOTORWAY (M-4) 4. SUKKUR-MULTAN MOTORWAY (M-5)

2. Name and address of the Employer: Chairman National Highway Authority

27-Mauve Area, G-9/1 Islamabad

3. The names and addresses of the concerned authorized representatives of

Employer are:

i. General Manager (Revenue), NHA HQ, Islamabad

4. The Bidding Documents are: i. Bid data sheet

ii. Bid Forms iii. Technical Proposal Forms iv. Financial Proposal Forms

v. Terms of Reference, Basic Understanding & Articles I to XIII vi. Appendices & Sample Forms

vii. Addendum(s), if any

5. The number of copies of the Proposal required: One (01) Original &One

(01) copy.

6. The address for seeking clarification and writing on the proposal:

Director (Revenue-Contracts)

National Highway Authority 28- Mauve Area, G-9/1, Islamabad.

Phone: 051-9260106

7. Schedule of Pre-Bid Meeting: 19th January, 2021 at 1100 Hrs.

Venue: NHA’s Auditorium

National Highway Authority 28-Mauve Area, G-9/1, Islamabad

8. The address for submission of Bids:

Page 16: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 16 _________________________

NHA SP

NHA’s Auditorium National Highway Authority,

28-Mauve Area, G-9/1, Islamabad.

9. Deadline for submission of Proposals:

As mentioned in (IFB).

Opening of Technical Proposals at the address given above: As mentioned in (IFB).

10. Standard form and amount of Bid Security acceptable to the Employer as detailed in Para-3 of LOI:

11. Package:1

Rs. 200,000/- (Two Hundred Thousand only) for M-1 & E-35 (must be attached with technical proposal)

Package: 2 Rs. 100,000/- (One Hundred Thousand only) for M-3 (must be attached

with technical proposal)

Package:3 Rs. 150,000/- (One Hundred Fifty Thousand only) for M-4 (must be attached with technical proposal)

Package:4 Rs. 125,000/- (One Hundred Twenty-Five Thousand only) for M-5

(must be attached with technical proposal)

Form: Pay order/Demand Draft/Bank Guarantee in favor of the “Road Maintenance Account, National Highway Authority, Islamabad”. Validity: 28 days beyond the bid validity date.

12. Standard form and amount of Performance Security acceptable to the

Employer as detailed in Clause 8.2, Conditions of Contract:

10% of the accepted Bid Amount Form: Pay Order/ Demand Draft/ Bank Guarantee in the format set

out in “Sample Form-PS” given at the end of RFP.

13. Validity: Until Ninety (90) days after expiry of the Contract.

14. Contract Period:

The rate quoted by the bidder shall remain valid for one (01) year and

employer may carry out surveys when needed on the same terms and

conditions for such period.

Duration for survey and reporting at each motorway shall be one (1) month

from the date of commencement.

Page 17: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 17 _________________________

NHA SP

TF-1 BIDDER’S INFORMATION

[The Bidder shall fill in this Form in accordance with the instructions indicated below. No alterations to its format shall be permitted and no substitutions shall be accepted.] Date: / / 2021 Page ______________ of _______________

FORM TF-1

1 Bidder’s Legal Name

2

JV - legal name of each party

a)

b)

c)

3 Firm's Country of Registration:

4 Bidder’s Year of Registration

5 Bidder’s Legal Address in Country of Registration

6

Bidder’s Authorized Representative Information

Name CNIC Number and address

Telephone/Fax numbers

Email Address

7

Attached are copies of original documents of:

Articles of Incorporation, Registration of firm, NTN Certificate Registration named in 1, above.

In case of JV, partners must be registered with PEC, the JV agreement should be duly notarized. International JV Partner must have a local office along with

letter of confirmation to enter into JV.

In case of government owned entity, documents establishing legal and financial autonomy and compliance with commercial law.

CNIC of the Owner, Directors and of each partner.

8

Registration Certificate with Pakistan Engineering Council (If Applicable).

Category ___________, Validity Till______________ (expired shall not be accepted)

Page 18: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 18 _________________________

NHA SP

TF-2

TECHNICAL PROPOSAL FORMS FIRM’S REFERENCE

Using in the format below, provide information on each reference assignment for which your firm, either individually as a corporate entity or as one of the major companies within a

consortium, was largely contracted.

Assignment Name: Country:

Location within Country: Professional Staff provided by your Firm(add additional sheet if required):

Name of Client: No. of Staff:

Address: No. of Staff Months:

Start Date (Month/Year):

Completion Date (Month/Year):

Approx. Value of Services (in Current Rs.)

Name of Associated Firm (s), if any:

No. of Months of Professional Staff provided by Associated Firm(s):

Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions performed:

Narrative Description of Project

Description of Actual Services Provided by Your Staff

Firm’s Name: ________________________

Page 19: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 19 _________________________

NHA SP

TF-2A Experience Record of the Firm

A-General Experience related to Traffic Surveys Years

S. No.

Starting Date

Completion Date

Project Nature of Assignment

Name of

Client

Cost of Services

No. of Staff

months

1-

2-

3-

4-

5-

B- Specific Services (O-D Survey). Select and mention specific projects from A here.

S. No.

Starting Date

Completion Date

Project Nature of Assignment

Name of

Client

Cost of Services

No. of Staff

months

1-

2-

3-

4-

5-

C- Two reference with address and Telephone numbers (1) _________________________________

_________________________________ (2)

___________________________________ ___________________________________ Following are qualified for reference: - Head of the organization where the firm rendered the services - Person In charge of the client concerned

Page 20: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 20 _________________________

NHA SP

TF-3

Details of Present Commitments / Ongoing Jobs and

Past Performance of the Firm

Sr. No.

Name of the

project

Date of Start

Expected date of

completion

Specific assignment

details

No. of staff

months

Contract value

(Cost of services)

Please provide details if there are cost overrun

or project is behind schedule

Name of the

Client

Page 21: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 21 _________________________

NHA SP

TF-4

OVERALL WORK METHODOLOGY AND STRATEGY FOR PERFORMING THE ASSIGNMENT

[Technical approach, methodology, work plan, organization and staffing are key components of the Technical Proposal. You are suggested to present your Technical Proposal divided into the following four chapters: a) Technical Approach and Methodology, b) Key Performance Indicators c) Organization and Staffing, d) Innovativeness/Comments/Suggestion on TOR a) Technical Approach and Methodology. In this chapter you should explain your understanding of the objectives of the assignment, approach to the services, methodology for carrying out the services along with reporting/ management and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance and explain the technical approach you would adopt to address them. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. b) KPIs. In this chapter you should propose KPIs and the Quality Assurance Plan to ensure the KPIs are met in a timely manner. c) Organization and Staffing. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment and the proposed technical and support staff hierarchy depicted in the form of an organogram.

d) Innovation/Comments/Suggestions of SP – Scope of Services/TOR [Present and justify here any modifications or improvement to the Scope of Services you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point and incorporated in your Proposal.] On the Scope of Services and on the data, services and facilities to be provided to the Employer indicated in the SOS

Page 22: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 22 _________________________

NHA SP

TF-5

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED STAFF 1. Proposed Position: _________________________________________________________ 2. Name of Firm: ____________________________________________________________ 3. Name of Staff: ____________________________________________________________ 4. Profession: _______________________________________________________________ 5. Date of Birth: _____________________________________________________________ 6. Years with Firm: ___________________________________________________________ 7. Nationality: _______________________________________________________________ 8. Membership in Professional Societies: _________________________________________

(Membership of PEC is Mandatory where applicable) 9. Detailed Tasks Assigned on the Project: ___________________________________________________________________ 10. Key Qualifications: [Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use up to one page]. 11. Education [Summarize college/university and other specialized education of staff member, giving names of institutions, dates attended, and degrees obtained]. 12. Employment Record [Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, title of positions held and location of assignments. For experience in

last ten years, also give types of activities performed and Client references, where appropriate]. 13. Languages [Indicate proficiency in speaking, reading and writing of each language: excellent, good, fair, or poor].

14. Computer skills 15. Trainings/Courses 16. Assignment/Positions, completed/held with the Company 17. Certification

Page 23: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 23 _________________________

NHA SP

I, the undersigned certify that to the best of my knowledge and belief, these bio-data correctly describe myself, my qualifications and my experience. _______________________ Date: ___________________ Signature of Staff Member Day/Month/Year Verified by:

___________________________ Authorized official from the firm

Page 24: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 24 _________________________

NHA SP

TF-6

Financial Situation [The following table shall be filled in for the Applicant and for each partner of a Joint Venture] 1. Financial data

Financial information

Historic information for previous years (Rupees in millions)

(2015-2016, 2016-2017, 2017-2018 or 2018-2019) F.Y.I F.Y.II F.Y.III

Information from Balance Sheet

Total Assets (TA)

Total Liabilities (TL)

Net Worth (NW)

Current Assets (CA)

Current Liabilities (CL)

Net Working Capital

Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

Attach audited financial statements for the last three years duly signed and stamped by a chartered accountant, registered with ICAP (for individual applicant or each partner of joint venture) duly supported by copies of tax

returns of the respective years [In case of foreign firms, if audits are not required by the laws of their countries

of origin, they may submit their balance sheets of last three years along with turnover certificate from the respective bank certified by a registered accountant and supported by copies of tax returns].

Page 25: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 25 _________________________

NHA SP

TF-7

Average Annual Turnover [The following table shall be filled in for the Applicant and for each partner of a Joint Venture]

Annual turnover data for previous years (Rupees in millions)

(2015-2016, 2016-2017, 2017-2018 or 2018-2019) Year Amount and Currency Rupees in million

F.Y.I

F.Y.II

F.Y.III

Average Annual Turnover *

* Average annual turnover calculated as total certified payments received for works in progress or completed, divided by the number of years specified.

Specific proposed sources of financing to meet the cash flow of the Contract.

Source of Financing Amount (Pak Rs or equivalent)

1.

2.

3.

* Attach audited financial statements for the last three years duly signed and stamped by a chartered accountant, registered with ICAP (for individual

applicant or each partner of joint venture) duly supported by copies of tax returns of the respective years [In case of foreign firms, if audits are not required by the laws of their countries

of origin, they may submit their balance sheets of last three years along with turnover certificate from the respective bank certified by a registered accountant and supported by copies of tax returns].

Page 26: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 26 _________________________

NHA SP

TF-8

COMPOSITION OF THE FULL TEAM PERSONNEL AND THE TASKS TO

BE ASSIGNED TO EACH TEAM MEMBER FOR OD SURVEY ON 24 x 7 BASIS

Position Qualification Tasks Assignment

Project Manager

BS Civil/Electrical Engineering, with 5 year experience

Contact Point for NHA. Responsible for providing detailed report of plaza wise potential revenue.

Supervisors

Bachelors with minimum 01 year working experience

Supervising Survey Activities at all sites (Bounds). Supervising the compilation of collected data and responsible

for providing neat data.

OD Survey Personnel / Reliever

Knowledge of OD/Traffic surveys. Conducting interviews of the travelers and collecting data.

*Qualification Criteria of staff can be relaxed considering the relevant experience of the personnel on case to case basis. *CVs for proposed Project Managers and Supervisors are required only.

Page 27: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 27 _________________________

NHA SP

TF-9

Minimum Support Staff Requirement

Each Toll Plaza is to be manned 24 Hrs. by SP with 8 Hrs. Shift and the following Staff for each shift is the minimum requirement & there will be three (3) Shifts per day.

Package 1: ISLAMABAD-MOTORWAY (M-1) AND HAZARA EXPRESSWAY (E-35)

Sr.

No

Name/Location of

Interchanges

OD Survey Personnel for 03

shifts per I/C (NB&SB)

Reliever per I/C

Supervisor for 03 shifts per I/C (NB&SB)

Project

Manager

1 Islamabad Segregation Toll Plaza

12*3=36 4 4*3=12

1

2 Fateh Jang Toll Plaza (NB+SB)

2+2=4*3=12 2 1+1=2*3=6

3 AWT/Sangjani (NB+SB)

2+2=4*3=12 2

1+1=2*3=6

4 Brahma Jang Bahtar (NB+SB)

2+2=4*3=12 2 1+1=2*3=6

5 Burhan (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

6 Hazara Segregation

Toll Plaza (NB+SB) 2+2=4*3=12

2 1+1=2*3=6

7 Ghazi (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

8 Chach (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

9 Swabi (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

10 Capt. Karnal Sher Khan

4+4=8*3=24 4

2+2=4*3=12

11 Wali Khan Interchange

(NB+SB)

1+1=2*3=6 2 1+1=2*3=6

12 Rashakai (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

13 Charsadda (NB+SB) 3+5=8*3=24 2 1+2=3*3=9

14 Peshawar 10*3=30 4 3*3*3=9

15 Jari Kas 3+3=6*3=18 2 1+1=2*3=6

16 Hattar 3+3=6*3=18 2 1+1=2*3=6

17 Haripur 3+3=6*3=18 2 1+1=2*3=6

18 Shah Maqsood 3*3=9 2 2*3=6

19 Havellian 5*3=15 2 2*3=6

20 Abbottabad 5*3=15 2 2*3=6

21 Mansehra 4*3=12 2 2*3=6

Total 351 48 144 1

Grand Total 544

Page 28: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 28 _________________________

NHA SP

Package 2: LAHORE-ABDUL HAKEEM MOTORWAY (M-3)

Sr. No

Name/Location of Interchanges

OD Survey Personnel for 03 shifts per

I/C (NB&SB)

Reliever per I/C

Supervisor for

03 shifts per I/C (NB&SB)

Project Manager

1

M-3/M-4

Segregation Toll Plaza

3*3=9 2 1*3=3

1

2 PirMehal (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

3 Rajhana (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

4 Samundri (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

5 Jaranwala (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

6 Nankana (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

7 Sharaqpur (NB+SB) 2+2=4*3=12 2 1+1=2*3=6

8 M-2/M-3 Segregation Toll Plaza

3*3=9 2 1*3=3

Total 90 16 42 1

Grand Total 149

Page 29: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 29 _________________________

NHA SP

Package 3: FAISALABAD-MULTAN MOTORWAY (M-4)

Sr. No

Name/Location of Interchanges

OD Survey

Personnel for 03 Shifts per I/C (NB&SB)

Reliever

per I/C Supervisor for 03 Shifts per

I/C (NB&SB)

Project Manager

1 PindiBhattia (NB+SB) 3+5=8*3=24 4 2+2=4*3=12

1 111

2 Sangla Hill (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

3 Darulehsan/Sahianwala (NB+SB)

1+1=2*3=6 2 1+1=2*3=6

4 Millat/Deptywala (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

5 Faisalabad/Kamalpur (NB+SB)

2+2=4*3=12 2 1+1=2*3=6

6 Aminpur (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

7 Chargabad/Ghoraghabad (NB+SB)

1+1=2*3=6 2 1+1=2*3=6

8 Gojra (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

9 Toba Tek Singh (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

10 Waryam Wala (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

11 Shorkot (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

12 M-3 Exit (Darkhana)

(NB+SB) 1+1=2*3=6 2 1+1=2*3=6

13 Abdul Hakeem (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

14 MukhdoompurPahoran (NB+SB)

1+1=2*3=6 2 1+1=2*3=6

15 Kabir wala (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

16 Shamkot (Khanewal)

(NB+SB) 2+2=4*3=12 2 1+1=2*3=6

17 Shah Rukne Alam (NB+SB)

1+1=2*3=6 2 1+1=2*3=6

18 Shah Shams Tabraiz (NB+SB)

1+1=2*3=6 2 1+1=2*3=6

19 Sher Shah (NB+SB) 1+1=2*3=6 2 1+1=2*3=6

Total 126 38 114 1

Grand Total 279

Page 30: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 30 _________________________

NHA SP

Package 4: Sukkur-Multan Motorway (M-5)

Sr.

No

Name/Location

of Interchanges

OD Survey Personnel for

03 Shifts per I/C (NB&SB)

Reliever per I/C

Supervisor for

03 Shifts per I/C (NB&SB)

Project

Manager

1 Main Entry 3+3=6*3=18 2 1+1=2*3=6

1

2 Rohri (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

3 Pano Aqil

(NB+SB) 3+3=6*3=18 2 1+1=2*3=6

4 Ghotki (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

5 Guddu (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

6 Rahim yar khan

(NB+SB) 3+3=6*3=18 2 1+1=2*3=6

7 ZahirPir (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

8 Tarinda (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

9 Uch Sharif

(NB+SB) 3+3=6*3=18 2 1+1=2*3=6

10 Bahawalpur

(NB+SB) 3+3=6*3=18 2 1+1=2*3=6

11 Jalalpur (NB+SB) 3+3=6*3=18 2 1+1=2*3=6

12 Shujabad (NB+SB)

3+3=6*3=18 2 1+1=2*3=6

13 Main Entry (Shershah)

4*3=12 2 2*3=6

Total 228 28 84 1

Grand Total 341

Page 31: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 31 _________________________

NHA SP

TECHNICAL QUALIFICATION CRITERIA

Description Max Marks

Valid Registration with PEC (TF-1) 20

Bidder’s information (TF-1)

Govt. Entity/Company (20) 20

Firm (15)

Financial Statement and Balance Sheet –(TF-6) Average Net Worth of last three (03) years >10 million (2015-16, 2016-17, 2017-18 or 2018-2019)

Must Meet

Average Annual Turn Over for the last three (03) years (2015-2016, 2016-17, 2017-18 or 2018-2019) supported with Audit Reports for the last three (3) years by the Chartered Accountant, signed by the bidder (TF-7) Average Annual Turn Over >20 million

Must Meet

Bidders Capability (10 marks)

Personnel (with experience relating to OD Surveys.

Attach signed CVs with attested documents of proposed staff as

mentioned in (TF-8 & TF-9) in the format of (TF-5)

10

Specific Experience of OD Surveys during last 10

years (TF-2)

Experience with OD Surveys (max 30 Marks, 5 Marks per project)

30

General Experience in last 10 years related to Traffic

Surveys (TF-2A) max 20 Marks, 5 Marks per project 20

Satisfactory Performance Certificates of Previous & ongoing contracts Must be

Submitted

Affidavit of Litigation History Must be

Submitted

Affidavit/ Certificate that firm never been Black listed Must be

Submitted

Total 100

Qualifying Marks of Technical Proposal >= 60%

Page 32: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 32 _________________________

NHA SP

CONDITIONS OF CONTRACT ARTICLES I TO XIII

ARTICLE I

1.1 INSTITUTIONAL ARRANGEMENTS

Employer : The National Highway Authority

(referred as “NHA” hereinafter) Employer’s Representative : General Manager (Revenue) NHA HQ

Regional Representatives : General Manager (Concerned)

Project Coordinator : Director (Revenue Operations) NHA HQ

Contractor (SP) : The Contractor appointed pursuant to this

agreement to conduct OD Survey and provide the data to employer as per Conditions of

Contract. 1.2 THE EMPLOYER REPRESENTATIVE’S ROLEAND OBJECTIVES

(Through Project Coordinator)

Responsible for taking all policy decisions and approvals of short- and long-term plans and implementation programs including financial, technical and institutional arrangements.

To provide overall guidance to the Contractor keeping within the policy framework approved by the Employer.

Responsible for establishment and implementation of necessary

Technical and Financial criteria and the operating procedures to conduct the OD survey and collect the data to an optimal level and

in most efficient and effective manner within available resources. 1.3 THE REGIONAL REPRESENTATIVE’S ROLE AND OBJECTIVES

Will supervise the operating procedures to ensure the OD survey at all

toll plazas to an optimal level and in most efficient and effective manner within available resources.

1.4 SP’S ROLE AND OBJECTIVES The Service Provider shall carry out all the works in line with the overall

policy of the Employer and in accordance with the agreed programs, jointly developed with project coordinator.

The Service Provider’s Scope of Services related to various aspects of the contract is given in more detail in the Agreement and Appendices.

The service provider will carry out activities as planned and agreed with

Page 33: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 33 _________________________

NHA SP

the project coordinator. Contractor shall prepare the detailed SOPs for the services to be performed under this contract and get it approved from

the competent authority within seven (07) days of the effective date.

1.5 Employer’s Representations, Warranties and Covenants

The NHA hereby represents and warrants to the SP that as of the date of

this Agreement: a. It is duly created pursuant to the National Highway Authority Act,

1991 as amended and has complied fully with all applicable Laws of Pakistan in the grant of this Project;

b. The Project Site, falls within the jurisdiction of Employer and that Employer is duly authorized under the Laws of Pakistan to enter

into the Agreement with regard to the Project Site;

c. This Agreement has been duly authorized, executed and delivered

by it and constitutes the legal, valid and binding obligation of Employer; and

d. The Employer has all necessary authority and power with regard to

the Project and in respect of all other matters which are the subject

of this Agreement and has the right to transfer such of those powers to SP as may be required to uphold the terms and obligations of this Agreement.

1.6 PURPOSE OF AGREEMENT & DEFINITIONS

PURPOSE; INCORPORATION OF SCOPE OF SERVICES

1.6.1 The Scope of Services with this Agreement sets forth the terms and conditions for the provisions of Services for conducting

Origin Destination Survey of Traffic on Islamabad-Peshawar Motorway (M-1), Lahore-Abdul Hakeem Motorway (M-3), Faisalabad-Multan Motorway (M-4) and Sukkur-Multan

Motorway (M-5).

1.6.2 All terms and provisions of the Scope of the Services are

incorporated, the provisions specifically set forth in this Agreement, and those set forth in the Scope of Services shall be

construed to supplement each other, to give effect and meaning to all terms and provisions. If there is conflict between any term of the Scope of Service and terms specifically set forth herein

then, unless otherwise specifically provided herein or in the Scope of Services, the terms of this Agreement shall prevail and

take precedence over the terms of the Scope of Services to the extent necessary to resolve such conflict.

Page 34: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 34 _________________________

NHA SP

1.7 DEFINITIONS

All capitalized terms used herein shall have the meanings assigned to them in Appendix A, as supplemented and modified by the Scope of

Services to the extent that there is no conflict. Any capitalized terms used herein and not defined in Appendix A shall have the meanings assigned

to them herein.

Page 35: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 35 _________________________

NHA SP

ARTICLE II SCOPE OF SERVICES

2.1 GENERAL

2.1.1 Except as otherwise provided in Paragraph 2.4 or elsewhere in this

Agreement throughout the Term of this Agreement (as herein defined). Service Provider Shall Conduct passenger interviews to

compile data of Origin and Destination.

2.1.2 The Origin-Destination (OD) survey shall be conducted for 24/7

days.

2.1.3 The survey shall start at once (at the same time at all exit lanes) on

specific package.

2.1.4 The survey is intended for obtaining geographic O-D from commuters/road users to determine a use of a specific road segment.

2.1.5 The Data Collected shall be reliable and accurate.

2.1.6 Origin-Destination survey will be conducted in 03 shifts per day.

2.1.7 Project Manager will supervise the team, compile the data and submit plaza wise potential revenue report of each package to General Manager (Revenue) within 4 days after conduction of the

survey.

2.1.8 The revenue potential for all motorways needs to be calculated separately e.g. in case of M-1 & E-35, if a vehicle entered from M-1 and exits at from one of E-35 plaza’s then the M-1 toll may be

calculated up to the exit from M-1 and the toll for E-35 may be calculated from entry on to E-35 and subsequent exit from E-35.

2.1.9 The reports shall include the details of non-paying and exempt

vehicles.

2.1.10 The Service Provider will be responsible for

a. All the neat data collected pursuant to this agreement will

be handed over to NHA in hard form and soft form (CD/DVD or similar). Four Soft and Hard copies shall be

submitted. b. Cooperation with the NHA and any authorized person(s)

or entity acting on the behalf of NHA;

c. All taxes including Income Tax/ Sales Tax/ Surcharge, or any other Levy imposed by the Government of Pakistan

shall be paid by the SP and any other expenditure incurred in providing Services pursuant to this Agreement;

Page 36: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 36 _________________________

NHA SP

d. Compliance with all the provisions of this Agreement. e. The Transportation and accommodation of the manpower

will be the sole responsibility of the service provider.

In carrying out its obligations, SP represents and covenants that:

a. The Service Provider shall, within 02days from the date of commencement, provide the Employer with a list of names and

details of its staff in the form set out in Appendix B. The SP shall provide revised lists in the event of any change within Two (02) working days from the date of such change;

b. All staff members and employees of SP deputed to and working at the Project Site shall have such minimum educational qualifications as specified in Form TF-8.

c. No person other than the list provided to NHA shall be allowed to access or stay at NHA facilities and will be taken as un-authorized;

d. NHA has the right to enter upon the facilities and inspect the assets and personnel at any time;

e. SP is bound to immediately remove any un-authorized person at the

directions of NHA; f. All employees deputed by SP at the Project Site shall be in safety

jackets (fluorescent colors with reflector) with NHA and service provider logo during their respective duty hours, the design of uniform shall be submitted to NHA for approval within seven

(07)working days from the date of signing of contract;

2.2 COOPERATION WITH OTHER CONTRACTORS

a. From time to time during the Term, NHA may award or execute

other contracts relating to its ownership, operation or maintenance of the facilities on roadways. SP shall fully cooperate with the NHA and the parties to such other contracts, shall adjust scheduling to

the extent reasonably possible; and shall diligently endeavor to perform its Services in a manner that will promote integration,

synergism and efficiency. b. Among SP, NHA and the other contractors, SP shall not commit nor

permit any action on the part of its employees or agents that might

unreasonably interfere with the performance of works by any other contractor/agents of NHA.

2.3 SERVICES PERFORMED WITHIN PLAZA

a. The Services to be performed by SP shall be performed solely within

or with respect to the Plaza as defined in subparagraph. b. SP shall have no rights or obligations to perform any work or

Services outside the geographical limits of the Plazas.

2.4 TERMINATION FOR CONVENIENCE OF NHA

a. NHA shall have the right at any time during the Term, and for any

Page 37: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 37 _________________________

NHA SP

reason whatsoever in NHA’s sole discretion, to terminate this Contract Agreement. NHA may exercise its right of Termination for

Convenience by furnishing to SP written notice of Five (05) days for its election to do so.

b. In no event shall Termination for Convenience be deemed a default

by NHA under this Contract Agreement. c. In the event of a termination of convenience by the Employer, the

Employer shall pay to the SP a termination fee equivalent to 20% of contract package in hand.

2.5 OWNERSHIP OF DOCUMENTS, EQUIPMENT INVENTIONS AND COPYRIGHTS

NHA is and shall remain the sole owner of all rights (including copyrights, trademarks, patent rights and other intellectual property rights) with

regard to the SOP Manual, the systems and all plans, documents, software, data and items developed for the performance of this agreement. Information generated in connection with this Agreement

shall be the property of NHA. SP shall not transfer, disclose or otherwise use such information for any purpose other than in performance of its

duties hereunder without NHA’s prior written consent.

2.6 APPLICABLE LAWS AND REGULATIONS

SP shall perform services incompliance with the standards and

requirements set forth in this agreement, applicable laws, rules statues, regulations, good business practices and Laws of Islamic Republic of Pakistan.

Page 38: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 38 _________________________

NHA SP

ARTICLE III PERFORMANCE INDICATORS AND PENALTIES

3.1 TERM OF AGREEMENT

The rate quoted by the bidder shall remain valid for one (01) year and employer may carry out surveys when needed on the same terms and

conditions for such period. Duration for survey and reporting at each motorway shall be one (1) month from the date of commencement.

3.2 EFFECTIVE DATE The Effective Date shall be the date upon which SP shall, upon

instructions of the Employer, commence performing the services on the specified toll plazas awarded to SP after signing of the Contract

Agreement.

3.3 LOCATIONS

The locations of toll plazas/interchanges as mentioned in para 1of LOI.

3.4 KEY PERFORMANCE INDICATOR

The following key performance indicators are being established, in which the performance of SP shall be monitored by NHA:

3.5 General

3.5.1 Healthy and safe working environment shall be ensured in and around the toll booths, toll lanes and support offices.

3.5.2 All staff on duty shall wear the uniform duly approved by NHA.

3.5.3 All facilities in the charge of the SP shall be kept in tidy conditions all the times.

3.5.4 Insurance coverage as required under this agreement shall be properly maintained by the SP against any loss except exclusions.

3.5.5 Safety measures will be ensured in case of fog and in hours of

low visibility.

3.5.6 Energy conservation policy of Government of Pakistan as

conveyed from time to time will be followed in true spirit.

Page 39: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 39 _________________________

NHA SP

3.6 MANAGEMENT OF SERVICES

SP shall ensure: -

3.6.1 The staff is always available at site/locations throughout the term.

3.6.2 Preparations, updating and keeping of documentations/record

and performing services strictly in accordance with the conditions

contained herein.

3.7 PENALTIES

Nature & Fine Description

3.7.1 Operational issues with a

penalty amounting to Rs.

25,000/- per occurrence.

i. Absence of any staff during the course of duty at any package.

ii. Non wearing of uniform by duty staff.

iii. Deployment of unqualified staff. iv. Fails to ensure display of non-tangible “Traffic

Survey” on illuminating jacket. v. Pencil Work on Telly Cards.

3.7.2 General

issues with a penalty

amounting to Rs. 25,000/- per occurrence.

i. Violation to the Scope of services.

ii. Disclosure of NHA data to unauthorized person(s). iii. Incomplete staff at any point.

3.8 PROCEDURE TO IMPOSE PENALTY

3.8.1 Deputy Director (Revenue Concerned) through General Manager

(Region) or Director (Revenue-Contracts) may propose/

recommend imposition of penalty on the SP to GM (Revenue). General Manager (Revenue) may issue Show Cause Notice before

the imposition of the penalty or otherwise directly impose the penalty, depending on the nature of the offence.

3.8.2 In case of any reservation by SP on the imposed penalty, the SP may appeal Member (Finance) in writing and the decision of the Member (Finance) NHA HQ shall be treated as final without

prejudice.

Page 40: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 40 _________________________

NHA SP

ARTICLE IV REMOVAL/RE-ASSIGNMENT

4.1 REMOVAL Promptly upon instructions to such effect from NHA, the SP shall

remove from activities associated with or related to the performance of this Agreement any employee whom NHA considers (for any

reason whatsoever and in NHA’s sole discretion) unsuitable for such work. Such employee shall not be reassigned to perform any work relating to the Services except with the express written consent of

the NHA. No compensation in any form shall be paid to SP by the NHA in consideration for the right of removal described in this paragraph or in consideration of an exercise thereof.

4.2 RE-ASSIGNMENT

SP shall structure its relationship and procedures with its employees so that the employees may be assigned to, reassigned or

transferred from one toll plaza location to any other location without impediment.

4.3 DRUG-FREE WORKPLACE REQUIREMENTS

Throughout the Term, SP shall provide a drug-free workplace (within Toll plaza and its geographical limits) by establishing a drug-free workplace and program in compliance with NHA policy.

4.4 COMPLIANCE WITH WORKPLACE & LABOUR LAWS

4.4.1 Throughout the Term, while performing under this

Agreement, the SP, its agents and employees shall observe

and fully comply with all laws, ordinance and regulations that may be in force and effect from time to time hereafter

and all applicable labor laws.

4.4.2 It is hereby acknowledged that the SP’s employees and

agents and subcontractors, shall at all times remain its employees, agents and subcontractors, as the case may be, and are not employees, agents or subcontractors of NHA

and that SP will not be acting as NHA’s agent or on its behalf for purposes for complying with laws and regulations

pertaining to workplace safety, labor and employment.

4.5 MANDATORY EQUAL EMPLOYMENT OPPORTUNITY

4.5.1 SP shall submit details of all employees on quarterly basis to

the program designer for evaluation of clause 4.5implementation.

Page 41: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 41 _________________________

NHA SP

4.5.2 On or Ten (10) days after the Effective Date, SP shall submit

to NHA for its review and approval, SP’s proposed equal employment opportunity policy and as per the existing rules of SP’s Organization. SP shall designate a liaison officer who

will administer and oversee the program adopted by SP and shall keep complete and accurate records of all procedures

and decisions relating to hiring of individuals.

4.5.3 SP shall follow the Minimum Wage Rate Policy of Government

of Pakistan during the currency of contract as amended from time to time. In this regard, NHA shall not bear any liability.

4.6 NOTIFICATION OF CONVICTION OF CRIMES

SP shall notify the NHA of disciplinary action taken against its employees, if convicted of any crime, according to the rules and regulations.

Page 42: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 42 _________________________

NHA SP

ARTICLE V ASSIGNMENTS OF AGREEMENT; SUBCONTRACTS

5.1 ASSIGNMENTS RIGHTS AND LIMITATIONS

5.1.1 NHA has selected SP to perform the Services based upon characteristics and qualifications personal to the SP and its

employees. Therefore, SP may not assign, delegate or subcontract its rights or obligations under this Agreement. Any attempt by SP to assign or subcontract any

performance of this Agreement without such consent shall be null and void and shall, at NHA’s option, constitute a default under this Agreement.

5.1.2 PAKISTAN TAX LIABILITIES

All taxes including Income Tax/Sales Tax/Surcharge, or any other Levy imposed by the Government of Pakistan

shall be paid by the SP according to prevailing laws in Pakistan during the currency of contract. All personnel and

corporate taxes will be paid by the SP or his personnel.

Page 43: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 43 _________________________

NHA SP

ARTICLE VI 6.1 PAYMENTS

SP will submit its invoice for its claim pertaining to service charges on completion of assignment of each Motorway in the office of GM

Revenue, NHA HQ along with the submission of Plaza Wise and comprehensive Revenue Potential Report with manual OD sheets.

All payments due to SP will be paid by NHA within 45 days of receipt of Invoice after making any adjustment under the provisions

of this contract agreement.

Page 44: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 44 _________________________

NHA SP

ARTICLE VII INDEMNIFICATION AND LIABILITY

7.1 SERVICE PROVIDER’ RESPONSIBILITIES

7.1.1 SP shall take all reasonable precautions in the performance of the services and shall cause its employees to do the

same. SP shall be solely responsible for the safety of, and shall provide protection to prevent damage, injury or loss to:

(i) All employees of SP and other persons who are on or about the Plazas for performance of this contract or would reasonably be expected to be affected by the

performance of the services;

(ii) Other property of SP and its employees and officers and all other persons for whom SP may be legally or contractually responsible or adjacent to the Plazas or

other areas upon which services are performed;

7.1.2 SP shall comply and cause its employees and officers and all other persons for whom SP may be legally or contractually responsible, with applicable laws, ordinances,

rules, regulations and orders of public authorities relating to the safety of persons and property and their protection from damage, injury or loss for performance of this

contract.

7.1.3 SP shall be responsible for all damage and loss that may occur with respect to any and all property located on or about the Plazas or in any way involved in the provision of

services by SP, whether such property is owned by SP, NHA or brought about by the acts or omission of SP or its

employees or officers or any other persons for whom SP may be legally or contractually responsible.

7.1.4 SP shall ensure that all its activities and the activities of its

employees and officers and all other persons for whom SP may be legally or contractually responsible are undertaken in a manner that will minimize the effect on surrounding

property and the public.

7.2 INDEMNIFICATIONS BY SP

7.2.1 SP shall defend, indemnify and hold harmless NHA and

each of the individuals that is now (or may in the future become) a member of NHA successors and assigns, and the

officers, directors, agents, consultants and employees of any of the foregoing (collectively referred to as the

Page 45: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 45 _________________________

NHA SP

“Indemnified Parties”) from and against any and all claims, causes or action, suits, legal or administrative proceedings,

damages, losses liabilities, response costs, costs and expenses (including, without limitation, attorneys’ and experts witness fees and costs that may be incurred in

connection with the enforcement of this paragraph) arising out of, relating to or resulting from:

i. The performance by SP(or its employees, officers or any other persons for whom SP may be contractually or legally responsible) of the services or other duties or

obligations set forth in this agreement or the failure to perform the services in the manner herein required;

ii. The failure of SP(or its employees or officers or any

other persons for whom SP may be contractually or legally responsible) to comply with any applicable law,

rule, ordinance, regulation or statue in performing the services or other duties or obligations set forth in this agreement.

iii. Any alleged patent or copyright infringement or other allegedly improper appropriation or use of trade

secrets, patents, proprietary information, know-how, copyright rights or inventions in performance of the services or other duties or obligations set forth in this

agreement; iv. Any act or omission of SP(or its employees or officers

or any other persons for whom SP may be

contractually or legally responsible), including, but not limited to, any act or omission that may cause, result

in, or contribute to the injury to or death of persons, or the damage to or loss of property;

v. The assertion by any SP or other person that

inconvenience, disruption, delay or loss has been cause all or in part by actions or interference of SP(or

its employees, officers or any other persons for whom SP may be contractually or legally responsible) to cooperate reasonably with such contractors,

subcontractors, or other persons.

7.2.2 Except to the extent permitted by law, the provisions of this

Paragraph7.2shall not inure to the benefit of an Indemnified party so as to impose liability on SP for matters

caused by the negligence of NHA, or so as to relieve NHA of liability for the consequences of its own negligence or the negligence of its employees, officers or any other persons for

whom the NHA may be contractually or legally responsible.

7.2.3 If any claim shall be filed by an employee of SP(or anyone for whose acts they may be liable), the indemnification

provisions set forth in this Paragraph 7.2 shall not be

Page 46: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 46 _________________________

NHA SP

limited, as to the amount or type of damages, compensation or benefits payable by or for SP or otherwise, under the

terms of or as a consequence of any workers’ compensation, as per the existing rules of SP.

7.3 NO EFFECT ON OTHER RIGHTS

The foregoing obligations shall not be construed to negate, abridge, or reduce other rights or obligations that otherwise would exist in favor of a party indemnified hereunder.

Page 47: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 47 _________________________

NHA SP

ARTICLE VIII SECURITIES AND INSURANCES

8.1 ISSUES OF SECURITIES AND INSURANCE

SP shall arrange securities and insurances acceptable to NHA as described herein and shall maintain such securities and insurance

in full force and effect throughout the Term in the manner specified herein.

8.2 PERFORMANCE SECURITY Within a period of Fourteen (14) days after the receipt of letter of

acceptance, SP shall deliver to NHA a performance security for the amount as mentioned in bid data sheet in shape of Pay Order/

Demand Draft/ Performance Bank Guarantee in the format set out in “Sample Form-PS” given at the end of RFP from a scheduled bank.

NHA may apply any or all such security to reimburse it for

damages caused by any defaults of SP under this Agreement or to remedy any Event of Default. If SP is not in default at the expiration or termination of this Agreement, NHA will authorize the

release and return of the performance security to SP after 90 days of expiry of contract subject to any adjustment due under clause 3.8 & 3.9 Article-III of Conditions of Contract.

8.3 ADDITIONAL REQUIREMENTS

Performance security executed by an agent or an attorney-in-fact for the corporate surety shall include a power of attorney to the

signatory agent or the attorney-in-fact, executed by the corporate surety with a date reasonably proximate to the date of the security.

By its submission of its security(s), the dispute resolution procedures set forth herein. These undertakings shall be expressly acknowledged in the security.

8.4 FORMS OF INSURANCE COVERAGE AND MINIMUM LIMITS

SP shall maintain insurance policies throughout the Term with the following coverage and minimum limits:

8.4.1 SP shall obtain within fourteen (14) days and maintain

comprehensive health insurance for its entire staff working

on project site.

8.4.2 SP shall obtain and maintain during the currency of contract, insurance for all its employees working on project site against injury or death having a minimum coverage of

Page 48: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 48 _________________________

NHA SP

Rs. 500,000/-in case of death and Rs. 200,000/- for each

case of injury/disability with unlimited number of incidents. The premium for such insurances shall be paid by the SP.

8.5 EXCLUSIONS

There shall be no obligation for the insurances in Sub-Clause 8.4 to include loss or damage caused by:

8.5.1 War, hostilities (where war be declared or not), invasion, act

of foreign enemies)

8.5.2 Rebellion, revolution, insurrection, or military or usurped

power, or civil war

8.6 DAMAGE TO PERSONS AND PROPERTY

The SP shall, except if and so far as the Contract provides

otherwise, indemnify the Employer against all losses and claims in respect of: a. Death of or injury to any person, or

b. Loss of or damage to any property (other than the maintenance), which may arise out of or in consequence of the execution and completion of the operations, and against

all claims, proceedings, damages, costs, charges and expenses whatsoever in respect thereof or in relation thereto.

8.7 INDEMNITY BY EMPLOYER

The Employer shall indemnify the SP against all claims, proceedings, damages, costs, charges and expenses in respect of

the matters referred to in the exclusions defined in Sub-Clause 8.5.

8.8 THIRD PARTY INSURANCE (INCLUDING EMPLOYER'S

PROPERTY) The SP shall, without limiting his or the Employer's obligation and

responsibilities under Clause 8.6, insure, in the joint names of the SP and the Employer, against liabilities for death of or injury to any

person (other than as provided in Clause 8.5) or loss of or damage to any property (other than the Works) arising out of the performance of the Contract.

8.9 EVIDENCE AND TERMS OF INSURANCES

The SP shall provide evidence to the Employer prior to the commencement of works at the Project Site that the insurances

Page 49: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 49 _________________________

NHA SP

required under the Contract have been affected and shall, within 84 days of the Commencement Date, provide the insurance policies

to the Employer. Such insurance policies shall be consistent with the general terms agreed under this contract agreement. The SP shall affect all insurances for which he is responsible with insurers

and in terms approved by the Employer.

8.10 ADEQUACY OF INSURANCES The SP shall notify the insurers of changes in the nature, extent or

program for the execution of the Works and ensure the adequacy of the insurances at all times in accordance with the terms of the Contract and shall, when required, produce to the Employer the

insurance policies in force and the receipts for payment of the current premiums.

8.11 REMEDY ON SP’S FAILURE TO INSURE

If the SP fails to effect and keep in force any of the insurances required under the Contract, or fails to provide the policies to the

Employer within the period required by Clause 8.4.1, then and in any such case the Employer may effect and keep in force any such insurances and pay any premium as may be necessary for that

purpose and from time to time deduct the amount so paid from the securities of the SP. The Employer may further penalize the Contractor in case SP fails comply with clauses 8.4 herein above.

8.12 COMPLIANCE WITH POLICY CONDITIONS

In the event that the SP or the Employer fails to comply with conditions imposed by the insurance policies effected pursuant to

the Contract, each shall indemnify the other against all losses and claims arising from such failure.

8.13 COMPLIANCE WITH STATUTES, REGULATIONS

The SP shall conform in all respects, including by the giving of all notices and the paying of all fees, with the provisions of:

8.13.1 Any National or State Statute, Ordinance, or other Law, or any regulation, or byelaw of any local or other duly

constituted authority in relation to the execution and completion of the Works and the remedying of any defects therein, and

8.13.2 The rules and regulations of all public bodies and

companies whose property or rights are affected or may be affected in any way by the Works, and the SP shall keep the Employer indemnified against all penalties and liability of

Page 50: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 50 _________________________

NHA SP

every kind for breach of any such provisions. Provided always that the Employer shall be responsible for obtaining

any planning, zoning or other similar permission required for the Works to proceed and shall indemnify the SP in accordance with Sub-Clause 8.7.

8.14 INSURANCE COMPANY

The SP shall be obliged to place all insurances relating to the contract with such an insurance company having AA or similar

rating with no defaults anywhere in Pakistan and acceptable to the Employer.

8.15 PROCUREMENT OF INSURANCE COMPANY

The SP shall procure and submit the insurance coverage within a period of 20 days from the date of receipt of acceptance letter.

Page 51: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 51 _________________________

NHA SP

ARTICLE IX DEFAULT REMEDIES

9.1 DEFAULT BY SP

Non-performance with regards to scope of works/services set out here in this agreement or non-adherence to service levels defined in the contract

shall be considered as default by SP.

9.2 EVENTS OF DEFAULT

If the SP or its staff is found involved in any type of illegal activities, then the SP shall be held responsible.

The SP shall be served with a written notice of default within a fourteen (14) days’ time period for making the

defaults good. In case of non-compliance, the SP may be declared as defaulter and the contract may be terminated. The SP may be blacklisted for future

bidding in NHA after forfeiture of Performance Security, Advances and ensuring all due recoveries.

9.3 RIGHTS OF NHA UPON OCCURRENCE OF EVENT OF DEFAULT

BY SP

9.3.1 In case of occurrence of Non Curable Default by SP, NHA

shall terminate this Agreement on Default of SP and take

over possession of all the facilities forthwith from the SP and without any recourse or issuing any notice to SP.

Performance securities shall also be forfeited by the Employer in addition to recovery of fine/default amounts and any other penalty as deemed necessary.

9.3.2 In case of occurrence of Curable Default by SP, NHA will

issue Notice of Default specifying the Cure Period. If the Cure of such Event of Default is not accomplished by the SP within Cure Period, NHA will take over possession of all

the facilities from SP without any recourse. Performance securities shall also be forfeited by the Employer.

9.4 DEFAULT BY NHA

The occurrence of anyone or more of the following events shall constitute an event of default by NHA under this Agreement:

9.4.1 Failure to return the Performance Security upon the expiry of validity period, subject to any settlements of outstanding

claims by NHA; and 9.4.2 If NHA fails to hand over possession of Project Site for

performing the services under this Contract.

Page 52: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 52 _________________________

NHA SP

9.5 RIGHTS OF SP UPON OCCURRENCE OF EVENT OF DEFAULT BY NHA

If NHA commits an Event of Default, SP shall be entitled to exercise either or all of the following remedies:

9.5.1 Lodge a complaint with the Chairman, NHA in respect of

the Event of Default by NHA and seek a review thereof; and

9.5.2 Avail such other remedy to which it may be entitled under

this Contract Agreement and the law. 9.6 RESOLUTION/SETTLEMENT OF DISPUTES

If any dispute or difference of any kind whatsoever arises between

the SP and the NHA in connection with or arising out of the Agreement or performance of the job whether during the progress of the job or after its completion or after is termination, abandonment,

or breach of the Agreement, it shall in the first place be referred to:

9.6.1 The General Manger (Revenue), NHA in accordance withArticle11.11the said notice/reference shall contain the cause of action, mentioning facts of the case and relief

sought. The General Manager (Revenue) shall decide the dispute within twenty-eight (28) days of the receipt of such notice.

9.6.2 If the SP is dissatisfied with the decision of the General

Manager (Revenue) or if the decision of the General Manger (Revenue) is not forthcoming within the stipulated or extended period, the SP may within two (02) weeks from the

receipt of the decision of the General Manager (Revenue) or expiry of twenty-eight days’ time refer the matter to the

Member (Finance) along with the cause of action, mentioning facts of the case and relief sought. The Member (Finance) will act as a Sole Adjudicator and shall decide the

matter within twenty-eight (28) days from the date of submission.

9.6.3 The SP, if dissatisfied with the decision of the Adjudicator shall have the right to serve Notice for Intention to

commence arbitration within twenty-eight (28) days of receipt of the Adjudicator’s decision or within twenty-eight (28) days after the expiry of the period stipulated herein

above for decision of the Adjudicator in case, he fails to give decision. The Arbitration shall take place at Islamabad

under the Pakistan Arbitration act of 1940 as amended from time to time and shall be conducted in the Urdu/ English language. The arbitrator will be chosen from NHA’s

Page 53: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 53 _________________________

NHA SP

approved panel and the Award of the Arbitrator shall be final and binding upon both parties.

Provided however, that the parties shall have the right at resolution of disputes amicably within fifty-six (56) days of service of Notice for

Intention to commence Arbitration and the Arbitration shall commence in case of failure of amicable settlement.

Page 54: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 54 _________________________

NHA SP

ARTICLE X OBLIGATIONS OF THE PARTIES UPON TERMINATION

OR EXPIRATION OF THIS AGREEMENT

10.1 OBLIGATIONS

Immediately upon expiration or termination of this Agreement, whether at

the expiration of the term or otherwise, the parties shall do the following;

10.1.1Promptly upon termination, SP shall submit to NHA detailed

information regarding employees of SP performing work under this Agreement. Such information shall be in sufficient detail so that:

(i) NHA may contact each employee; (ii) NHA can easily determine the role or function of each in

regard to SP’s obligations hereunder and (iii) If it so elects, NHA may engage each employee on

substantially the same terms as had been contracted by SP.

10.1.2Within fifteen (15) days after SP’s submission to NHA of the

information described in subparagraph (10.1.1) SP shall cancel or terminate all employment agreements.

10.1.3SP shall use its best efforts to cancel or minimize any employment commitments or agreements that NHA does not intend to assume. SP shall initiate settlement of all outstanding

liability and claims arising out of the commitments or agreements to be cancelled.

10.2 TRANSFERS UPON EARLY TERMINATION OR EXPIRY

Upon early termination or expiry of this Agreement in accordance with the terms and conditions set out herein, SP shall immediately cease to

perform the Services on the Project Site and shall remove all its workmen, employees, servants, agents of SP, vacate the Project Site immediately on the date on which the termination or expiry takes effect and hand over

the same to the NHA or a duly nominated representative thereof, in a properly maintained and operational condition.

The NHA shall, inspect the Project Sites and assets thereon including all civil works, installations, equipment and facilities and shall issue a

transfer certificate to SP specifying the condition of the Project Site and the assets thereon and whether SP has failed to abide by any of its obligations under the Agreement.

Upon early termination or expiry of this Agreement, the rights and

entitlements of SP pursuant to this Agreement shall revert to, vest in or remain vested in the NHA, as the case may be.

Page 55: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 55 _________________________

NHA SP

SP shall ensure that the Project Sites and the assets thereon upon the date of early termination or expiry are free of all liens and charges.

Notwithstanding any dispute between the Parties or any claim against the NHA, SP shall hand over vacant and peaceful possession of the Project

Site and the assets thereon to the NHA in accordance with the terms and conditions as set out in this Agreement. Any dispute between the Parties

or any claims of SP against the NHA shall not in any case entitle SP to refuse or delay the transfer of the Project Site to the NHA. Failure by SP to so transfer the Project Site to the NHA in accordance with the terms

and conditions of this Agreement shall be treated as encroachment and unauthorized occupation by SP and may be dealt with by the NHA under Section 12 of the National Highway Authority Act, 1991.

10.3 CONTINUING LIABILITY

Termination of this Agreement or any portion thereof shall not relieve SP of its responsibilities of the completed portions of the Works, nor shall it

relieve SP’s surety, if any, of its obligation for and concerning any claims arising out of the work performed.

10.4 COMPLETION OF THE SERVICES

If the SP commits an Event of Default hereunder, NHA may appropriate any or all materials and equipment on site and may enter into an agreement with any other party for the performance of services under the

Agreement or may use other methods which, in the opinion of NHA are required for the performance of the Services in an acceptable manner,

without recourse to legal remedies.

Page 56: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 56 _________________________

NHA SP

ARTICLE XI MISCELLANEOUS PROVISIONS

11.1 WAIVER

This Agreement may not be amended, modified, altered, or changed in any respect whatsoever, except by a further agreement in writing duly

executed by the parties hereto. No failure by either party to insist upon the strict performance of any covenant, duty, agreement or condition set forth in this Agreement or to exercise any right or remedy upon a breach

thereof shall constitute a waiver of any such breach or of such or any other covenant, agreement, term or condition. Any party hereto, by notice, may, but shall be under no obligation to, waive any of its rights or

any conditions to its obligations hereunder, or any duty, obligation or covenant of any other party hereto. No waiver shall affect or alter this

Agreement, but each and every covenant, agreement, term and condition of this Agreement shall continue in full force and effect with respect to any other then-existing or subsequent breach thereof.

11.2 VARIATIONS IN WRITING

This Agreement may be varied or amended only by the mutual consent of the Parties. All such variations and amendments shall be binding only if

they are in writing and are signed by duly authorized representatives of the Parties.

11.3 SUCCESSORS AND ASSIGNS

This Agreement shall be binding upon and inure to the benefit of NHA and its successors, permitted assigns and legal representatives, and shall be binding upon an inure to the benefit of SP and its permitted

successor, assigns and legal representatives. In the event of any assignment of this Agreement in whole or in part by NHA, the term “NHA”

as used in this Agreement shall be deemed to mean the assignee of NHA, and as such, the assignee shall have all rights accorded to NHA.

11.4 DESIGNATION OF REPRESENTATIVES; COOPERATION WITH REPRESENTATIVES

11.4.1NHA and SP shall each designate an individual (or individuals) who shall be authorized to make decisions and bind the parties

on matters relating to the effectuation of the Agreement and the operations and maintenance required hereunder. The designated individuals shall not have the right to make decisions

inconsistent with the Agreement or make amendments thereto or take any action or make any decision that are not allowed under

applicable law. Designations of representatives may be changed by a subsequent writing delivered to the other party. The parties may also designate technical representatives who shall be

Page 57: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 57 _________________________

NHA SP

authorized to investigate and report on matters relating to the Services and negotiate on behalf of each of the parties but who

are not authorized to bind NHA or SP. Such representatives shall attend any settlement conference conducted in accordance with Paragraph 9.6.

11.4.2SP shall cooperate with NHA and all representatives of NHA. SP

shall provide such data, reports, certificates, and other documents or assistance reasonably requested by NHA. The provision of such information shall not in any manner diminish

SP’s rights or obligations under any other provision hereof.

11.5 GRATUITIES

Neither SP nor any of its employees, agents and representatives shall

offer or give loan, gifts, entertainment, and payment of loans or other gratuities to officer, official or employee of NHA. Each of the employees and officer of SP and any Subcontractors shall be obligated to pay the

standard rate of all applicable tolls for use of the Roadways.

11.6 CONFLICT OF INTEREST During the Term of this contract, no board member, officers or employees

of NHA during his or her tenure shall have any direct interest in this Agreement or any direct or material benefit arising there from.

11.7 SURVIVAL

The dispute resolution provision set forth in Article IX, and all other provisions which, by their inherent character, sense and context are intended to survive termination of this Agreement, shall survive the

termination of the Agreement.

11.8 LIMITATION ON THIRD PARTY BENEFICIARIES This Agreement shall not create any third-party beneficiary hereunder,

other than the Indemnified Parties, or authorize anyone other party hereto to maintain a suit for personal injury or property damage pursuant to the terms or provisions hereof.

11.9 PERMITS, LICENSES, ETC.

Throughout the Term, SP shall procure and maintain, at its sole expense, all permits and licenses that may be required in connection with the

performance of Services by SP, shall pay all charges, fees and taxes, and shall give all notices necessary and incidental to the due and lawful

execution of the Services. Copies of required permits and licenses shall be furnished to NHA in due course.

Page 58: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 58 _________________________

NHA SP

11.10 GOVERNING LAW

This Agreement shall be governed by and construed in accordance with the laws of the Islamic Republic of Pakistan.

11.11 NOTICES AND COMMUNICATIONS

11.11.1 All notices required or permitted by law or by this Agreement to

be given to the NHA shall be in writing and may be given by

either personal delivery or by registered post or by a recognized courier service. Notice shall be sent to the parties at the addresses set forth below or at such other addresses as the

parties shall designate to each other from time to time in writing.

All communication to NHA shall be sent to NHA at the address set forth as follows:

Office of General Manager (Revenue), 27-28 Mauve Area, G-9/1, Islamabad.

11.11.2 Any notice or demand given, delivered or made by mail shall be

deemed to be served, delivered or made on the date of actual

receipt. Notices sent by courier service shall be deemed effective on the first business day. Any notice, demand or document that is personally delivered shall be deemed to be delivered upon

receipt by the party to whom the same is given, delivered or made, to the authorized representative, exclusively. Notice given

by facsimile or telecopy shall not be deemed effective for purposes of this Agreement.

11.12 INTERPRETATION

11.12.1 For purposes of this Agreement, the singular includes the plural and the plural shall include the singular. References to statutes or regulations include all statutory or regulatory provisions

consolidating, amending or replacing the statute or regulation referred to. Words not otherwise defined that have well-known technical or industry meanings, are used in accordance with

such recognized meanings. References to persons include their respective permitted successors and assigns and, in the case of

governmental persons, persons succeeding to their respective office’s functions and capacities.

11.12.2 If SP discovers material discrepancy, deficiency, ambiguity, error or omission into this Agreement, or is otherwise in doubt as to

the meaning of any provision of this Agreement, SP may immediately notify NHA and request clarification of NHA’s interpretation of this Agreement, in writing.

Page 59: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 59 _________________________

NHA SP

11.13 SEVERABILITY

The invalidity of un-enforceability of any portion or provision of this Agreement shall not affect the validity or enforceability of any other

portion or provision. Any invalid or un-enforceable portion or provision shall be deemed severed from this Agreement and the balance hereof

shall be construed and enforced as if this Agreement did not contain such invalid and un-enforceable portion or provision.

11.14 COMPUTATION OF PERIODS

Reference of “days” contain herein shall mean calendar days unless

otherwise specified, provided that if the date to perform any act or give any notice specified herein (including the last date for performance or

provision of notice “within” a specified time period) falls on a Sunday or legal holiday, such act or notice may be timely performed on the next succeeding working day. Notwithstanding the foregoing, requirements

relating, to emergencies and other requirements for which it is clear that the intent is to require performance on a non-business day, shall be

required to be performed as specified, even though the date in question may fall on a weekend or legal holiday.

11.15 HEADINGS; GRAMMAR USAGE; NAMES

Words in the singular number are deemed to include the plural when the

sense requires, and the plural shall similarly include the singular. Where the government agencies are named, the name used is deemed to include

any successor agency in the event the name is changed, or the relevant functions are transferred.

The captions of the sections of this Agreement are for convenience only and shall not be deemed part of this Agreement or considered in

construing this Agreement.

11.16 COMPLIANCE WITH LAWS

SP shall keep fully informed regarding, and shall fully and timely comply with, all laws, ordinances and regulations and all orders and decrees of

bodies or tribunals having any jurisdiction or authority that may affect those engaged or employed in the performance of this Agreement. SP

shall observe all rules and regulations of health officials. SP shall not require worker to work in surroundings or conditions that lack sanitation and hygiene or hazardous and dangerous to his or her health or safety.

All policies, guidelines, rules and regulations and all applicable laws of Islamic Republic of Pakistan in this regard, shall be read into and made

integral parts of this Agreement.

Page 60: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 60 _________________________

NHA SP

11.17 INSPECTIONS

SP shall permit (at all times) inspections desired by NHA. Such inspections shall not relieve SP of any of its obligations under this

Agreement.

11.18 ENTIRE AGREEMENT

This Agreement, including the Appendices attached hereto, shall

supersede all agreements, oral or written, and with respect to the subject matter hereof is accepted and agreed by NHA.

11.19 NON-RELIEF FROM ACCRUED LIABILITY

The termination of this Agreement shall not relieve either Party of any liability that may have already accrued pursuant to the terms of this Agreement.

11.20 CONFLICT

Except where expressly stated otherwise, in case of a conflict between any of the provisions of this Agreement and any provision of any document or

instrument relating to the Project, the provisions hereof shall prevail.

11.21 ENTRY INTO EFFECT

This Agreement shall become effective upon the signing by SP and the

NHA.

Page 61: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 61 _________________________

NHA SP

ARTICLE XII FORCE MAJEURE

12.1 General Force Majeure means an event which is not caused by and is beyond the

reasonable control of either Party and whose occurrence could not have been reasonably foreseen at the date of this Agreement by exercise of due

diligence and which makes performance of this Agreement impossible in the sense or mode contemplated by the Parties or so impractical as to be considered so impossible under the new circumstances, and includes,

but is not limited to war, invasion, riots, insurrection, civil commotion, acts of terrorism, unusual flood, major earthquake, volcanic activity, radiation or chemical contamination, ionizing radiation, explosions,

serious epidemics, or any act of God.

12.2 NOTICE OF FORCE MAJEURE If either Party is unable to perform or fulfill any of its obligations under

this Agreement, as a result of an event of Force Majeure, it shall give notice within three (03) days of the occurrence thereof to the other Party.

12.3 TERMINATION DUE TO FORCE MAJEURE

Neither party shall by reason of such eventuality, be entitled to terminate this Agreement nor shall either party have any claim for damages against the other in respect of such non-performance for delay in performance,

and deliveries under and/or performance of this Agreement shall be resumed as soon as practicable after such eventuality has come to an

end or ceased to exist provided that if the performance in whole or part of any obligation under this Agreement is delayed by reason of any such eventuality for a period exceeding fifteen (15) days, the Parties shall meet

and review in good faith the desirability and conditions of terminating this Agreement.

12.4 CONTINUATION OF THE AGREEMENT

The Parties acknowledge that it is in their mutual interest that to the extent possible, decisions concerning Force Majeure shall be directed towards the continued operation of the Project for the full duration of the

Term as provided in this Agreement.

Page 62: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 62 _________________________

NHA SP

ARTICLE XIII PROVISIONAL SUMS

13.1 The provisional sum kept in Financial Forms shall be expensed at sole

discretion and direction of General Manager (Revenue). Upon directions,

the OMC shall submit estimates with three quotations highlighting unit rate and total cost for approval of Member (Finance). The invoice for the

work done under Provisional Sums shall processed after testing of the site and issuance of satisfactory & acceptance report issued concerned office of NHA.

Page 63: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 63 _________________________

NHA SP

APPENDIX–A

GLOSSARY OF TERMS

Wherever in the Scope of Services or in other documents pertaining to the Contract, the following terms appear, their intent and meaning shall, unless specifically stated otherwise, be interpreted as shown herein.

NHA: National Highway Authority (the Employer)

Authority: Chairman National Highway Authority

Employer: National Highway Authority

SP: Service Provider. Service Provider – Same as SP or Contractor

O&MC: Operations and Management Contractor for toll collection, separately appointed by NHA

Conditions of Contract: Requirements of Employer for performing the services

as set out in contract documents. Day: Every day shown on the calendar, ending and beginning at midnight.

Project Site: Toll plaza / Interchanges on Motorways.

Project Manager: The person responsible for liaison with NHA under this contract.

PEC: Pakistan Engineering Council

Working Day: Any calendar day, exclusive of Sundays and public holidays.

Page 64: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 64 _________________________

NHA SP

APPENDIX–B

List of Staff

Name with

Father’s Name

Designation Education&

Experience CNIC No. Shift

Package1:

Islamabad-Peshawar Motorway

(M-1) & E-35

List of Staff

Name with Father’s

Name

Designation Education& Experience

CNIC No. Shift

Package 2: Lahore-

Abdul Hakeem

Motorway

(M-3)

Page 65: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 65 _________________________

NHA SP

List of Staff

Name with Father’s

Name Designation

Education&

Experience CNIC No. Shift

Package 3: Faisalabad

-Multan Motorway

(M-4)

List of Staff

Name with

Father’s Name

Designation Education& Experience

CNIC No. Shift

Package 4: Sukkur-Multan

Motorway (M-5)

Page 66: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 66 _________________________

NHA SP

APPENDIX-C FORM OF ENVELOPE LABEL

ORIGINAL BID/ COPY 1

WARNING: DO NOT OPEN BEFORE: ______________________

Bid Title: ________________________________________________

Advertisement Date: ________________________________________________ Bid Opening Date: ________________________________________________

To:

General Manager (Revenue) National Highway Authority 27-Mauve Area, G-9/1, Islamabad

From:

Name of Bidder/Firm: ________________________________________________ Address: ________________________________________________

________________________________________________

________________________________________________

Phone Number: ______________________ Fax Number: ______________________

Page 67: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 67 _________________________

NHA SP

APPENDIX-D

(INTEGRITY PACT)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.

PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No.________________ Dated __________________ Contract Value: ________________ Contract Title: _________________

………………………………… [name of Supplier] hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege

or other obligation or benefit from Government of Pakistan (GoP) or any administrative subdivision or agency thereof or any other entity owned or

controlled by GoP through any corrupt business practice. Without limiting the generality of the foregoing, [name of Supplier] represents

and warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to anyone and not given or agreed to give and shall not give or

agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person, including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any

commission, gratification, bribe, finder’s fee or kickback, whether described as consultation fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or

benefit in whatsoever form from GoP, except that which has been expressly declared pursuant hereto.

[name of Supplier] certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the

transaction with GoP and has not taken any action or will not take any action to circumvent the above declaration, representation or warranty.

[name of Supplier] accepts full responsibility and strict liability for making any false declaration, not making full disclosure, misrepresenting facts or taking

any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall, without prejudice

to any other rights and remedies available to GoP under any law, contract or other instrument, be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, [name of Supplier] agrees to indemnify GoP for any loss or damage incurred by

it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to ten time the sum of any commission,

gratification, bribe, finder’s fee or kickback given by [name of Supplier] as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever

Page 68: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 68 _________________________

NHA SP

form from GoP.

Name of Buyer: ……………… [Seal] Name of Seller/Supplier: ………… [Seal]

Signature: …………………… Signature: …………………………

Page 69: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 69 _________________________

NHA SP

FORM-CA CONTRACT AGREEMENT

BETWEEN NATIONAL HIGHWAY AUTHORITY

AND

M/s ---------------------- FOR CONDUCTION OF ORIGIN-DESTINATION (OD) SURVEY OF TRAFFIC

ON ISLAMABAD-PESHAWAR MOTORWAY (M-1) & E-35 or LAHORE-ABDUL HAKEEM MOTORWAY (M-3) or FAISALABAD-MULTAN MOTORWAY (M-4) or SUKKUR-MULTAN MOTORWAY (M-5) {AS THE CASE MAY BE} This AGREEMENT (hereinafter, together with the Articles for conduction of Origin-

Destination (OD) survey and all the documents annexed hereto forming an integral part thereof, hereinafter called “the Agreement”) made on the _____ day of __________ 2021 between National Highway Authority, Ministry of Communications, Government of Pakistan, Islamabad, represented for the purposes of these presents by the Chairman, National Highway Authority, his assignees, representative or his successors hereinafter called “the Employer” of the one part and M/s --------------, hereinafter called “Service Provider (SP) ” of the other part. Notwithstanding such association, the Service Provider (SP) will be represented hereunder at the times, M/s -------------------, who will retain full and undivided responsibility for the performance of obligations and satisfactory completion of the services to be performed for the conduction of Origin-Destination (OD) survey of traffic on Islamabad-Peshawar Motorway (M-1) or Lahore-Abdul Hakeem Motorway (M-3) or

Faisalabad-Multan Motorway (M-4) or Sukkur-Multan Motorway (M-5).{AS THE CASE MAY BE} Whereas the Employer is desirous that Service Provider (SP) services be rendered for the conduction of Origin-Destination (OD) survey of traffic on Islamabad-Peshawar Motorway (M-1) or Faisalabad-Multan Motorway (M-4) and Sukkur-Multan Motorway (M-5) accepts the appointment on the condition as laid down in the articles, annexes and appendices for conduction of Origin-Destination (OD) survey of traffic on Islamabad-Peshawar Motorway (M-1) or Lahore-Abdul Hakeem Motorway (M-3)or

Faisalabad-Multan Motorway (M-4) or Sukkur-Multan Motorway (M-5).{AS THE CASE MAY BE}

Whereas, the Contract is signed with respect effective date as mentioned in the Article. The Employer is desirous that services be rendered for “CONDUCTION OF ORIGIN-

DESTINATION (OD) SURVEY OF TRAFFIC ON ISLAMABAD-PESHAWAR

MOTORWAY (M-1) & E-35 or LAHORE-ABDUL HAKEEM FAISALABAD-MULTAN MOTORWAY (M-4) or SUKKUR-MULTAN MOTORWAY (M-5)” {AS THE CASE MAY BE} from the date of commencement for a period of one (01) year

and extendable subject to satisfactory performance and Employer’s Requirements. And whereas, the agreement consists of following documents constructed in order of priority. Contract Agreement

Letter of Acceptance Conditions of Contract Article I to XIII Technical & Financial Bid Forms

Page 70: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 70 _________________________

NHA SP

Addendum (if any) Appendices (if any) Any other documents forming part of SP Contract.

IN WITNESS whereof parties have executed this Agreement as of the day and year first above written. For and on behalf of For and on behalf of National Highway Authority M/s ------------------------ Islamabad. Islamabad (EMPLOYER) (SP)

Witness: Witness:

Page 71: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 71 _________________________

NHA SP

PS-1 Performance Security Form

To: Chairman,

National Highway Authority 27 – Mauve Area, G-9/1 Islamabad, Pakistan.

WHEREAS [name of Contractor] (hereinafter called “the SP” or “the Contractor”) has undertaken, in pursuance of the Contract “conduction of Origin-Destination (OD) survey of traffic on Islamabad-Peshawar Motorway (M-1 & E-35) or Lahore-Abdul Hakeem Motorway (M-3) or Faisalabad-Multan Motorway

(M-4) or Sukkur-Multan Motorway (M-5) {AS THE CASE MAY BE} dated

________________ 2021 (hereinafter called “the Contract”). AND WHEREAS it has been stipulated by you in the Contract that the Contractor shall furnish you with a bank guarantee by a reputable bank/ insurance company for the specified therein as security for compliance with the Contractor’s performance in accordance with the Contract. AND WHEREAS we have agreed to give the Supplier a guarantee: THEREFORE WE hereby affirm that we are Guarantors and responsible to you, on behalf of the contractor, up to a total of [amount of the guarantee in words and figures ], and we undertake to pay you, upon your first written demand declaring the contractor to be in default under the Contract and without cavil or argument, any sum or sums within the limits of [amount of guarantee] as aforesaid, without your needing to prove or to show grounds or reasons for your demand or the sum specified therein. This guarantee is valid until the _______ day of _________ 20___. Signature and seal of the Guarantors ________________________________________________________________________ [name of bank or financial institution] ________________________________________________________________________ [address] ________________________________________________________________________ [date]

Page 72: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 72 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS (Must be filled and sealed in separate

envelope) For

Package 1

CONDUCTION OF ORIGIN-DESTINATION (OD)

SURVEY OF TRAFFIC ON ISLAMABAD-PESHAWAR MOTORWAY (M-1) & E-35

Page 73: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 73 _________________________

NHA SP

COMPOSITION OF THE FULL TEAM PERSONNEL AND THE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER FOR CONDUCTION OF

ORIGIN-DESTINATION SURVEY ON 24 x 7 BASIS Package 1: Islamabad-Peshawar Motorway (M-1) & E-35

POSITION DESIGNATED

TASKS Nos /SHIFT STAFF FOR 3SHIFTS

Note: i. NHA may like to interview the proposed staff prior to the award of

contract or may require replacement of any staff during the course of contract.

ii. The SP shall not be allowed to replace any staff at site during currency of contract without prior approval of NHA

iii. Duty roster of approved staff shall be placed at each Toll Plaza.

iv. Submission of attendance sheets is mandatory with monthly invoice, which should be duly signed by the employee and shift incharge/ supervisor respectively and verified by Regional DD (Revenue Concerned)

Page 74: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 74 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS FOR

Origin Destination Survey Services

FF-1 Page 1 of 3

BREAKDOWN OF RATES FOR STAFF Firm: ________________________

Position Basic Salary (Rs.)

Social Charges (%age of

1)

Overhead/ Profit

per Person Salary

Allowances (%age of 1)

Sub-Total (1+2+3+4)

(1) (2) (3) (4) (5)

Project Manager

Supervisor

OD Survey Personnel / Reliever

Notes: Basic salary shall include actual gross salary before deduction of taxes. Payroll sheet for each proposed personnel should be submitted with each invoice to be paid as per column (3) above accordingly. The basic salary should always preferably be at least 50% of rate in column (3). Social charges shall include contribution to social security, paid vacation, average sick leave and other standard benefits paid by the SP to the employee.

The NHA may require SP is to provide appointment letter and affidavit/ undertaking duly signed by each of the individual staff members showing salary rates as above. Further proof may also be required with invoices showing that the professionals have been paid their salaries as per basic rates mentioned therein & given facilities. Failing to which NHA will take punitive action against the SP and shall deduct the deficient amount from his monthly invoice. Moreover, it will be considered as a negative

mark on his performance that will be considered for future projects. Full Name: ______________________ Signature: _______________________ Title: ___________________________

Page 75: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 75 _________________________

NHA SP

FF-1

Page 2 of 3

BREAKDOWN OF SOCIAL CHARGES

Sr. No.

Detailed Description As a %age of Basic Salary

Page 76: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 76 _________________________

NHA SP

FF-1 Page 3 of 3

BREAKDOWN OF OVERHEAD COSTS

Sr.

No. Detailed Description

As a %age of Basic Salary and

Social Charges

Page 77: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 77 _________________________

NHA SP

FF-2

ESTIMATED SALARY COSTS/REMUNERATION

Sr. No. Name Position Staff-Months

Monthly Billing Rate

Total Estimated Amount (Rs.)

Shift/Staff for Toll Plaza/Interchange

Total:

Total: ______________ Comparison of cost will be based on above mentioned man power other than these will be covered in other costs. In case of difference in manpower comparison of bids will be based upon one standard by applying rates offered by bidder against the position.

Page 78: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 78 _________________________

NHA SP

FF-3

DIRECT (NON-SALARY) COSTS

Sr.

No Head Unit Quantity

Unit

Price

Total

Amount Remarks

1. Communication/ Logistic

Expenses for SP

2. Provision of vehicles along

with POL, driver and etc.

3.

Insurance Professional/General Liability Cover in the joint name of

NHA, SP. Medical/Hospitalization,

accident and travel insurance policy costs for SP’s staff

4.

Office/Drafting Supplies,

DVD-R Disks, Photostat, printing of reports, binding

charges, emailing, postal and courier expenses, etc.

5. Taxes payable

6. Overheads

7. Profit

Page 79: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 79 _________________________

NHA SP

FF-4

Cost of All SP activities as mentioned in Scope of Services

(Lump sum costs)

Description Amount (Rs.)

Provision of services as mentioned in Scope of Services/Conditions of

Contract including but not limited to:

BREAKDOWN OF RATES FOR STAFF FF-1 Rs.

ESTIMATED SALARY COSTS/REMUNERATIONFF-2 Rs.

Direct (Non-Salary Costs)FF-3 Rs.

Total Package 1: Islamabad-Peshawar Motorway (M-1)

& E-35

Rs.

Total Rupee (in words) ________________________________________________________

Page 80: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 80 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS (Must be filled and sealed in separate

envelope) For

Package 2

CONDUCTION OF ORIGIN-DESTINATION (OD) SURVEY OF TRAFFIC ON

LAHORE – ABDUL HAKEEM MOTORWAY (M-3)

Page 81: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 81 _________________________

NHA SP

COMPOSITION OF THE FULL TEAM PERSONNEL AND THE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER FOR CONDUCTION OF

ORIGIN-DESTINATION SURVEY ON 24 x 7 BASIS Package 2: Lahore-Abdul Hakeem Motorway (M-3)

POSITION DESIGNATED

TASKS Nos /SHIFT

STAFF FOR 3 SHIFTS

Note: i. NHA may like to interview the proposed staff prior to the award of

contract or may require replacement of any staff during the course of contract.

ii. The SP shall not be allowed to replace any staff at site during currency of contract without prior approval of NHA

iii. Duty roster of approved staff shall be placed at each Toll Plaza.

iv. Submission of attendance sheets is mandatory with monthly invoice, which should be duly signed by the employee and shift incharge/ supervisor respectively and verified by Regional DD (Revenue Concerned)

Page 82: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 82 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS FOR

Origin Destination Survey Services

FF-1 Page 1 of 3

BREAKDOWN OF RATES FOR STAFF Firm:________________________

Position Basic Salary (Rs.)

Social Charges (%age of

1)

Overhead/ Profit per Person Salary

Allowances (%age of 1)

Sub-Total (1+2+3+4)

(1) (2) (3) (4) (5)

Project Manager

Supervisor

OD Survey Personnel / Reliever

Notes: Basic salary shall include actual gross salary before deduction of taxes. Payroll sheet for each proposed personnel should be submitted with each invoice to be paid as per column (3) above accordingly. The basic salary should always preferably be at least 50% of rate in column (3). Social charges shall include contribution to social security, paid vacation, average sick leave and other standard benefits paid by the SP to the employee.

The NHA may require SP is to provide appointment letter and affidavit/ undertaking duly signed by each of the individual staff members showing salary rates as above. Further proof may also be required with invoices showing that the professionals have been paid their salaries as per basic rates mentioned therein & given facilities. Failing to which NHA will take punitive action against the SP and shall deduct the deficient amount from his monthly invoice. Moreover, it will be considered as a negative mark on his performance that will be considered for future projects.

Full Name: ______________________ Signature: _______________________ Title: ___________________________

Page 83: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 83 _________________________

NHA SP

FF-1

Page 2 of 3

BREAKDOWN OF SOCIAL CHARGES

Sr. No.

Detailed Description As a %age of Basic Salary

Page 84: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 84 _________________________

NHA SP

FF-1 Page 3 of 3

BREAKDOWN OF OVERHEAD COSTS

Sr.

No. Detailed Description

As a %age of Basic Salary and

Social Charges

Page 85: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 85 _________________________

NHA SP

FF-2

ESTIMATED SALARY COSTS/REMUNERATION

Sr. No. Name Position Staff-Months

Monthly Billing Rate

Total Estimated Amount (Rs.)

Shift/Staff for Toll Plaza/Interchange

Total:

Total: ______________ Comparison of cost will be based on above mentioned man power other than these will be covered in other costs. In case of difference in manpower comparison of bids will be based upon one standard by applying rates offered by bidder against the position.

Page 86: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 86 _________________________

NHA SP

FF-3

DIRECT (NON-SALARY) COSTS

Sr.

No Head Unit Quantity

Unit

Price

Total

Amount Remarks

1. Communication/ Logistic

Expenses for SP

2. Provision of vehicles along

with POL, driver and etc.

3.

Insurance Professional/General Liability Cover in the joint name of

NHA, SP. Medical/Hospitalization,

accident and travel insurance policy costs for SP’s staff

4.

Office/Drafting Supplies,

DVD-R Disks, Photostat, printing of reports, binding

charges, emailing, postal and courier expenses, etc.

5. Taxes payable

6. Overheads

7. Profit

Page 87: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 87 _________________________

NHA SP

FF-4

Cost of All SP activities as mentioned in Scope of Services

(Lump sum costs)

Description Amount (Rs.)

Provision of services as mentioned in Scope of Services/Conditions of

Contract including but not limited to:

BREAKDOWN OF RATES FOR STAFF FF-1 Rs.

ESTIMATED SALARY COSTS/REMUNERATION FF-2 Rs.

Direct (Non-Salary Costs)FF-3 Rs.

Total Package 2: Lahore-Abdul Hakeem Motorway (M-3) Rs. Total Rupee (in words) ________________________________________________________

Page 88: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 88 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS (Must be filled and sealed in separate

envelope) For

Package 3

CONDUCTION OF ORIGIN-DESTINATION (OD)

SURVEY OF TRAFFIC ON

FAISALABAD - MULTAN MOTORWAY (M-4)

Page 89: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 89 _________________________

NHA SP

COMPOSITION OF THE FULL TEAM PERSONNEL AND THE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER FOR CONDUCTION OF

ORIGIN-DESTINATION SURVEY ON 24 x 7 BASIS Package 3: Faisalabad-Multan Motorway (M-4)

POSITION DESIGNATED

TASKS Nos /SHIFT

STAFF FOR 3 SHIFTS

Note: i. NHA may like to interview the proposed staff prior to the award of

contract or may require replacement of any staff during the course of contract.

ii. The SP shall not be allowed to replace any staff at site during currency of contract without prior approval of NHA

iii. Duty roster of approved staff shall be placed at each Toll Plaza.

iv. Submission of attendance sheets is mandatory with monthly invoice, which should be duly signed by the employee and shift incharge/ supervisor respectively and verified by Regional DD (Revenue Concerned)

Page 90: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 90 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS FOR

Origin Destination Survey Services

FF-1 Page 1 of 3

BREAKDOWN OF RATES FOR STAFF Firm: ________________________

Position Basic Salary (Rs.)

Social Charges (%age of

1)

Overhead/ Profit per Person Salary

Allowances (%age of 1)

Sub-Total (1+2+3+4)

(1) (2) (3) (4) (5)

Project Manager

Supervisor

OD Survey Personnel / Reliever

Notes: Basic salary shall include actual gross salary before deduction of taxes. Payroll sheet for each proposed personnel should be submitted with each invoice to be paid as per column (3) above accordingly. The basic salary should always preferably be at least 50% of rate in column (3). Social charges shall include contribution to social security, paid vacation, average sick leave and other standard benefits paid by the SP to the employee.

The NHA may require SP is to provide appointment letter and affidavit/ undertaking duly signed by each of the individual staff members showing salary rates as above. Further proof may also be required with invoices showing that the professionals have been paid their salaries as per basic rates mentioned therein & given facilities. Failing to which NHA will take punitive action against the SP and shall deduct the deficient amount from his monthly invoice. Moreover, it will be considered as a negative mark on his performance that will be considered for future projects.

Full Name: ______________________ Signature: _______________________ Title: ___________________________

Page 91: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 91 _________________________

NHA SP

FF-1 Page 2 of 3

BREAKDOWN OF SOCIAL CHARGES

Sr.

No. Detailed Description As a %age of Basic Salary

Page 92: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 92 _________________________

NHA SP

FF-1 Page 3 of 3

BREAKDOWN OF OVERHEAD COSTS

Sr.

No. Detailed Description

As a %age of Basic Salary and

Social Charges

Page 93: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 93 _________________________

NHA SP

FF-2

ESTIMATED SALARY COSTS/REMUNERATION

Sr. No. Name Position Staff-Months

Monthly Billing Rate

Total Estimated Amount (Rs.)

Shift/Staff for Toll Plaza/Interchange

Total:

Total: ______________ Comparison of cost will be based on above mentioned man power other than these will be covered in other costs. In case of difference in manpower comparison of bids will be based upon one standard by applying rates offered by bidder against the position.

Page 94: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 94 _________________________

NHA SP

FF-3

DIRECT (NON-SALARY) COSTS

Sr.

No Head Unit Quantity

Unit

Price

Total

Amount Remarks

1. Communication/ Logistic

Expenses for SP

2. Provision of vehicles along

with POL, driver and etc.

3.

Insurance Professional/General Liability Cover in the joint name of

NHA, SP. Medical/Hospitalization,

accident and travel insurance policy costs for SP’s staff

4.

Office/Drafting Supplies,

DVD-R Disks, Photostat, printing of reports, binding

charges, emailing, postal and courier expenses, etc.

5. Taxes payable

6. Overheads

7. Profit

Page 95: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 95 _________________________

NHA SP

FF-4

Cost of All SP activities as mentioned in Scope of Services

(Lump sum costs)

Description Amount (Rs.)

Provision of services as mentioned in Scope of Services/Conditions of

Contract including but not limited to:

BREAKDOWN OF RATES FOR STAFF FF-1 Rs.

ESTIMATED SALARY COSTS/REMUNERATION FF-2 Rs.

Direct (Non-Salary Costs)FF-3 Rs.

Total Package 3: Faisalabad-Multan Motorway (M-4) Rs. Total Rupee (in words) ________________________________________________________

Page 96: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 96 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS (Must be filled and sealed in separate

envelope) For

Package 4

CONDUCTION OF ORIGIN-DESTINATION (OD)

SURVEY OF TRAFFIC ON SUKKUR - MULTAN MOTORWAY (M-5)

Page 97: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 97 _________________________

NHA SP

COMPOSITION OF THE FULL TEAM PERSONNEL AND THE TASKS TO BE ASSIGNED TO EACH TEAM MEMBER FOR CONDUCTION OF

ORIGIN-DESTINATION SURVEY ON 24 x 7 BASIS Package 4: Sukkur-Multan Motorway (M-5)

POSITION DESIGNATED

TASKS Nos /SHIFT

STAFF FOR 3 SHIFTS

Note: i. NHA may like to interview the proposed staff prior to the award of

contract or may require replacement of any staff during the course of contract.

ii. The SP shall not be allowed to replace any staff at site during currency of contract without prior approval of NHA

iii. Duty roster of approved staff shall be placed at each Toll Plaza.

iv. Submission of attendance sheets is mandatory with monthly invoice, which should be duly signed by the employee and shift incharge/ supervisor respectively and verified by Regional DD (Revenue Concerned)

Page 98: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 98 _________________________

NHA SP

FINANCIAL PROPOSAL FORMS FOR

Origin Destination Survey Services

FF-1 Page 1 of 3

BREAKDOWN OF RATES FOR STAFF Firm: ________________________

Position Basic Salary (Rs.)

Social Charges (%age of

1)

Overhead/ Profit per Person Salary

Allowances (%age of 1)

Sub-Total (1+2+3+4)

(1) (2) (3) (4) (5)

Project Manager

Supervisor

OD Survey Personnel / Reliever

Notes: Basic salary shall include actual gross salary before deduction of taxes. Payroll sheet for each proposed personnel should be submitted with each invoice to be paid as per column (3) above accordingly. The basic salary should always preferably be at least 50% of rate in column (3). Social charges shall include contribution to social security, paid vacation, average sick leave and other standard benefits paid by the SP to the employee.

The NHA may require SP is to provide appointment letter and affidavit/ undertaking duly signed by each of the individual staff members showing salary rates as above. Further proof may also be required with invoices showing that the professionals have been paid their salaries as per basic rates mentioned therein & given facilities. Failing to which NHA will take punitive action against the SP and shall deduct the deficient amount from his monthly invoice. Moreover, it will be considered as a negative mark on his performance that will be considered for future projects.

Full Name: ______________________ Signature: _______________________ Title: ___________________________

Page 99: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 99 _________________________

NHA SP

FF-1

Page 2 of 3

BREAKDOWN OF SOCIAL CHARGES

Sr. No.

Detailed Description As a %age of Basic Salary

Page 100: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 100 _________________________

NHA SP

FF-1 Page 3 of 3

BREAKDOWN OF OVERHEAD COSTS

Sr.

No. Detailed Description

As a %age of Basic Salary and

Social Charges

Page 101: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 101 _________________________

NHA SP

FF-2

ESTIMATED SALARY COSTS/REMUNERATION

Sr. No. Name Position Staff-Months

Monthly Billing Rate

Total Estimated Amount (Rs.)

Shift/Staff for Toll Plaza/Interchange

Total:

Total: ______________ Comparison of cost will be based on above mentioned man power other than these will be covered in other costs. In case of difference in manpower comparison of bids will be based upon one standard by applying rates offered by bidder against the position.

Page 102: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 102 _________________________

NHA SP

FF-3

DIRECT (NON-SALARY) COSTS

Sr.

No Head Unit Quantity

Unit

Price

Total

Amount Remarks

1. Communication/ Logistic

Expenses for SP

2. Provision of vehicles along

with POL, driver and etc.

3.

Insurance

Professional/General Liability Cover in the joint name of

NHA, SP. Medical/Hospitalization, accident and travel insurance

policy costs for SP’s staff

4.

Office/Drafting Supplies,

DVD-R Disks, Photostat, printing of reports, binding charges, emailing, postal and

courier expenses, etc.

5. Taxes payable

6. Overheads

7. Profit

Page 103: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 103 _________________________

NHA SP

FF-4

Cost of All SP activities as mentioned in Scope of Services

(Lump sum costs)

Description Amount (Rs.)

Provision of services as mentioned in Scope of Services/Conditions of

Contract including but not limited to:

BREAKDOWN OF RATES FOR STAFF FF-1 Rs.

ESTIMATED SALARY COSTS/REMUNERATION FF-2 Rs.

Direct (Non-Salary Costs) FF-3 Rs.

Total Package 4: Sukkur-Multan Motorway (M-5) Rs. Total Rupee (in words) ________________________________________________________

Page 104: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 104 _________________________

NHA SP

BID FORM General Manager (Revenue)

National Highway Authority Islamabad, Pakistan.

1. Having examined the bidding documents including Addenda

Nos. [insert numbers], the receipt of which is hereby duly

acknowledged, we, the undersigned, offer to provide the services for conduction of Islamabad-Peshawar Motorway (M-1) & E-35

or Lahore-Abdul Hakeem Motorway (M-3) or Faisalabad-Multan Motorway (M-4) or Sukkur-Multan Motorway (M-5) {AS THE CASE MAY BE} in conformity with the said bidding documents

for the sum (Detail of breakup as in FF-1 to FF-4) as below: a. Pak Rupees__________________________ (Breakup at FF-4)

(in words_______________________________________________)

2. We undertake, if our Bid is accepted, to provide the services in accordance with terms and conditions as specified in the bidding documents.

3. If our Bid is accepted, we will promptly submit the Performance

Security for the due performance of the Contract, in the amount and form as prescribed by the Employer in bidding documents.

4. We agree to remain committed to this Bid for a period of One Hundred and Eighty-Two (182) days from the date fixed for Bid opening under Clause- 3 of the LOI and it shall remain binding

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

5. Until a formal Contract is prepared and executed, this Bid,

together with your written acceptance thereof and your

notification of award shall constitute a binding Contract between us.

6. We understand that you are not bound to accept the lowest or any bid you may receive.

7. We do hereby declare that the Bid is made without any

collusion, comparison of figures or arrangement with any other

persons making a Bid for the Services.

8. We confirm, if our Bid is accepted, that all partners of the joint venture will be liable jointly and severally for the execution of the Contract and the composition or the constitution of the joint

venture shall not be altered without the prior consent of the Employer.

Page 105: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 105 _________________________

NHA SP

Dated this ________ day of Month________________ 2021

Signature_________________ in the capacity of __________________ duly authorized to sign bids for and on behalf of

_______________________________ Address: _________________________________________

_______________________________________________________________ Witness: (Signature)__________________________

_____ (Name)____________________________________

Address: __________________________________________________________________

Page 106: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON

MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 106 _________________________

NHA SP

SAMPLE O-D SURVEY FORMS

Some of the Sample Forms are attached below for M-1, however the

contractor shall design the rest of forms and shall submit for approval prior to proceed for survey.

Page 107: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 107 _________________________

NHA SP

SAMPLE FORMS

Origin - Destination Survey on M-1

Sawabi (SB Exit) Shift ________ Dated _______________ Vehicle Type Kernal Sher Wali Khan Rashakai Charsadda Peshawar

CARS / JEEP Pajero/ and all types of Suzuki Van/Pick up and equivalent.

WAGONS (up to 12 SEATS) Pick up all types modified to carry passengers (Toyota Hilux single/ double Cabin), Milk TrucksT-3000 and equivalent.

13-24 seats, Coaster and Mini Bus built on T-3500 Mazda Chassis (up to 24 seats) and Mini Truck / Tanker built on T-3500 Mazda

BUSES 50 TO 60 SEATS including Buses Greater than 25 Seats

RIGID TRUCKS including 2 axle and 3 axle trucks

ARTICULATED TRUCKS including Articulated Vehicles

Page 108: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 108 _________________________

NHA SP

Origin - Destination Survey on M-1

Swabi (NB Exit) Shift ________ Dated _______________

Vehicle Type

Ch

ach

Ghazi

Man

sehra

Abbott

abad

Hevell

ian

Shah

Maqsood

Hari

pur

Hatt

ar

Jari

kus

M-1

/E

-35

Segre

gati

on

TP

Burh

an

Bra

hm

a

Sangja

ni

FJ/ T

arn

ol

Isla

mabad

CARS / JEEP

Pajero/ and all

types of Suzuki

Van/Pick up and equivalent

WAGONS (UP TO 12 SEATS)

Pick up all types

modified to carry

passengers

(Toyota Hilux single/ double

Cabin), Milk

TrucksT-3000

and equivalent.

13-24 seats,

Coaster and

Minibus built on T-3500 Mazda

Chassis (upto 24

seats) and Mini

Truck / Tanker

built on T-3500 Mazda

Page 109: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 109 _________________________

NHA SP

BUSES 50 TO

60 SEATS

including Buses

Greater than 25 Seats

RIGID TRUCKS

including 2 axle

and 3 axle

trucks

ARTICULATED

TRUCKS

including Articulated

Vehicles

Page 110: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 110 _________________________

NHA SP

Origin - Destination Survey on M-1

Ghazi (SB Exit) Shift ________ Dated _______________

Vehicle Type Chach Sawabi Keneral

Sher Wali Khan Rashakai Nowshera Peshawar

CARS / JEEP Pajero/ and all types of Suzuki Van/Pick up and equivalent.

WAGONS (UP TO 12 SEATS) Pick up all types modified to carry passengers (Toyota Hilux single/ double Cabin), Milk TrucksT-3000 and equivalent.

13-24 seats, Coaster and Minibus built on T-3500 Mazda Chassis (up to 24 seats) and Mini Truck / Tanker built on T-3500 Mazda

BUSES 50 TO 60 SEATS including Buses Greater than 25 Seats

RIGID TRUCKS including 2 axle and 3 axle trucks

ARTICULATED TRUCKS including Articulated Vehicles

Page 111: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 111 _________________________

NHA SP

Origin - Destination Survey on M-1

Ghazi (NB Exit) Shift ________ Dated _______________

Vehicle Type

Man

sehra

Abbott

abad

Hevell

ian

Shah

Maqsood

Hari

pur

Hatt

ar

Jari

kus

M-1

/E

-35

Segre

gati

on

TP

Burh

an

Bra

hm

a

Sangja

ni

FJ/ T

arn

ol

Isla

mabad

CARS / JEEP Pajero/ and all

types of Suzuki Van/Pick up

and equivalent

WAGONS (UP TO 12 SEATS)

Pick up all types modified to carry passengers (Toyota Hilux

single/ double Cabin), Milk

TrucksT-3000 and equivalent.

13-24 seats, Coaster and Minibus built on T-3500 Mazda

Chassis (upto 24 seats) and

Mini Truck / Tanker built on T-

3500 Mazda

BUSES 50 TO 60 SEATS including Buses Greater than

25 Seats

Page 112: REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan Interchange 105 M-1 2 12 Rashakai 118 M-1 6 13 Charsadda 141 M-1 8 14 Peshawar 161 M-1

PROVISION OF SERVICES FOR ORIGIN DESTINATION SURVEY OF TRAFFIC ON MOTORWAYS M-1& E-35, M-3, M-4 AND M-5

_________________________ 112 _________________________

NHA SP

RIGID TRUCKS including 2

axle and 3 axle trucks

ARTICULATED TRUCKS including Articulated Vehicles