REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan...
Transcript of REQUEST FOR PROPOSAL (RFP) · 2021. 1. 8. · 10 Capt. Karnal Sher Khan 96 M-1 8 11 Wali Khan...
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)
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
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
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.
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
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
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
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
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.
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
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
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.
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.
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
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:
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.
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)
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: ________________________
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
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
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
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
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
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].
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].
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.
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
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
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
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
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%
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
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.
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.
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;
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
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.
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.
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.
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.
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.
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.
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.
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
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
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.
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
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
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
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.
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.
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
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.
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.
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.
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
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.
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.
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.
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.
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.
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.
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.
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)
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)
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: ______________________
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
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: …………………………
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
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:
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]
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
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)
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: ___________________________
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
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
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.
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
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) ________________________________________________________
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)
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)
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: ___________________________
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
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
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.
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
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) ________________________________________________________
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)
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)
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: ___________________________
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
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
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.
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
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) ________________________________________________________
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)
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)
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: ___________________________
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
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
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.
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
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) ________________________________________________________
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.
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: __________________________________________________________________
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.
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
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
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
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
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
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