18
LAHORE TRANSPORT COMPANY Page 1 of 18 REQUEST FOR PROPOSAL (RFP)/ BIDDING DOCUMENTS SECURITY SERVICES May, 2019

REQUEST FOR PROPOSAL (RFP)/ BIDDING DOCUMENTS - Punjab

  • Upload
    others

  • View
    8

  • Download
    4

Embed Size (px)

Citation preview

LAHORE TRANSPORT COMPANY

Page 1 of 18

REQUEST FOR PROPOSAL (RFP)/ BIDDING DOCUMENTS

SECURITY SERVICES

May, 2019

LAHORE TRANSPORT COMPANY

Page 2 of 18

Table of Contents INSTRUCTIONS TO BIDDERS ............................................................................................................. 4

A. INTRODUCTION: ....................................................................................................................... 4

1. SCOPE OF WORK ................................................................................................................................... 4

2. ONE BID PER BIDDER ............................................................................................................................ 4

3. COST OF BIDDING ................................................................................................................................. 4

4. BIDDI NG D OCU ME NTS ...................................................................................................................... 4

5. CLARIFICATION OF BIDDING DOCUMENTS ........................................................................................... 5

6. AMENDMENT OF BIDDING DOCUMENTS ............................................................................................. 5

B. PREPARATION OF BID ............................................................................................................... 5

7. LANGUAGE OF BID ................................................................................................................................ 5

8. DOCUMENTS COMPRISING THE BID (CHECKLIST) ................................................................................ 5

9. BID PRICES ............................................................................................................................................. 6

10. SUFFICIENCY OF BID .......................................................................................................................... 6

11. BID CURRENCIES ............................................................................................................................... 6

12. PERIOD OF VALIDITY OF BID ............................................................................................................. 6

13. BID SECURITY .................................................................................................................................... 6

14. BID PROCESS ..................................................................................................................................... 7

C. SUBMISSION OF BID ................................................................................................................. 7

15. SEALING AND MARKING OF BID ....................................................................................................... 7

16. DEADLINE FOR SUBMISSION OF BID ................................................................................................. 7

D. OPENING AND EVALUATION OF BIDS ........................................................................................ 7

17. OPENING OF TECHNICAL BID ............................................................................................................ 7

18. EVALUATION OF TECHNICAL BID: ..................................................................................................... 8

19. CLARIFICATION OF BID ...................................................................................................................... 8

20. OPENING OF FINANCIAL BID: ............................................................................................................ 8

E. AWARD OF CONTRACT ............................................................................................................. 9

21. POST-QUALIFICATION AND AWARD CRITERIA ................................................................................. 9

22. NOTIFICATION OF CONTRACT AWARD ............................................................................................. 9

23. PERFORMANCE SECURITY ................................................................................................................. 9

24. SIGNING OF CONTRACT/AGREEMENT ............................................................................................ 10

25. LTC'S RIGHT TO ACCEPT THE BID OR REJECT THE BID (PPRA clause. 35) ....................................... 10

LAHORE TRANSPORT COMPANY

Page 3 of 18

SCHEDULE-A .................................................................................................................................. 12

TERMS OF REFERENCE (TOR’s) ................................................................................................................... 12

SCHEDULE-B .................................................................................................................................. 14

TERMS AND CONDITIONS ........................................................................................................................... 14

SCHEDULE-C .................................................................................................................................. 17

BID PERFORMA ........................................................................................................................................... 17

SCHEDULE-D .................................................................................................................................. 18

DRAFT OF CONTRACT FORM ....................................................................................................................... 18

LAHORE TRANSPORT COMPANY

Page 4 of 18

INSTRUCTIONS TO BIDDERS

A. INTRODUCTION:

Lahore Transport Company, a public company limited by guarantee set up under section 42 of Companies Ordinance, 1984 repealed with Companies Act 2017, has been notified by the Government of the Punjab to act as an ‘Urban Transport Company’ for the purposes of Chapter V-A of the [Punjab] Motor Vehicles Ordinance, 1965 (XIX of 1965) in the notified area of the territorial jurisdiction of the City District Lahore. 1. SCOPE OF WORK Lahore Transport Company (LTC) wishes to receive bids/proposals for “Security Services” from security services provider companies. The contract will be made for an initial period of one (1) year and mutually be extendable. Complete scope of work is mentioned in Schedule-A.

2. ONE BID PER BIDDER

2.1 Each bidder shall submit only one bid either by himself, or as a partner in a joint venture. A bidder who submits or participates in more than one bid will be disqualified.

3. COST OF BIDDING

3.1 Processing fee in the form of Demand Draft/Pay Order of Rs. 2,000/- (non-refundable) favoring Lahore Transport Company must be attached with the Technical Bid. The bidder shall bear all costs associated with the preparation and delivery of his bid, and LTC will in no case be responsible or liable for those costs.

4. BIDDI NG D OCU ME NTS

4.1 Contents of Bidding Documents. Instructions to Bidders Schedules:

Schedule A Terms of References (TOR’s) Schedule B Terms & Conditions Schedule C Bid Performa

Schedule D Draft of Contract Form

4.2 The bidders are expected to examine the contents of all the above documents carefully. Failure to comply with the requirements of bid submission may lead to rejection of bid and disqualification of bidder.

LAHORE TRANSPORT COMPANY

Page 5 of 18

5. CLARIFICATION OF BIDDING DOCUMENTS

5.1 The prospective bidder requiring any further information or clarification of the bidding documents may notify LTC in writing or by e-mail or by visiting at the following address prior to seven (7) days of the submission of bid date:

DGM Technical/Chairman Tender Committee E&I Department Lahore Transport Company 4th floor, IEP Building, 97-B-D/I, Liberty Roundabout Lahore. Ph: 042-99268197-9, UAN # 111-582-111

6. AMENDMENT OF BIDDING DOCUMENTS

6.1 At any time prior to the deadline for submission of bid, LTC may, for any reason, whether at its own initiative or in response to a clarification requested by the prospective bidder, modify the bidding documents by amendment(s).

6.2 The amendment(s) shall be part of the bidding document and shall be notified in writing or e-mail or fax or posting on company’s website to all the prospective bidders who have received the bidding documents, and will be binding on all.

6.3 In order to facilitate the prospective bidder reasonable time to take the amendment into account in preparing its bid, LTC may, at its discretion, extend the deadline for the submission of bid.

B. PREPARATION OF BID

7. LANGUAGE OF BID

7.1 The bid prepared by the bidder and all correspondence and documents relating to the bid exchanged by the bidder and LTC shall be written in the English language.

8. DOCUMENTS COMPRISING THE BID (CHECKLIST)

8.1 The bid prepared by the bidder shall be accompanied by the following documents: i. Covering Letter

ii. Profile of the company. iii. Copy of Certificate of Incorporation from SECP or Registration from Registrar of Firms/

undertaking of establishment/partnership deed (whatever applicable). iv. Tender Documents duly signed & stamped on each page. v. Prices to be quoted on Company letter head duly signed & stamped.

vi. Bid Security equal to Rs.342,000/- (Rupees Three Hundred Forty Two Thousand only) (up to 5% of estimated cost) in the form of Demand Draft/Pay Order in favor of Lahore Transport Company must be attached with the Technical Bid.

vii. Proof of valid and active NTN registration.

viii. Proof of valid and active Sales Tax registration (if applicable). ix. Proof of valid and active Punjab Revenue Authority registration (in case of services). x. Authority Letter with your company representative duly signed and stamped.

xi. List and Designation of Employees. xii. Ex-Army (Experience certificate/Pension/Service book) / APSAA Trained Guards Individual

certificates.

LAHORE TRANSPORT COMPANY

Page 6 of 18

xiii. Proof of valid All Pakistan Security Agencies Association (APSAA) certificate. xiv. Proof of valid EOBI and PESSI registration. xv. NOC from Interior Ministry / Home Department (Punjab) shall be furnished allowing the security

company/firm to operate in Punjab.

xvi. Affidavit on Rs.50 stamp paper declaring that the bidder is not blacklisted by any Government Department / Authority / Agency / Company and the bidder is not engaged in any sort of litigation against any Government Department / Authority / Agency / Company.

xvii. Undertaking on Rs.50 stamp paper declaring that bidder shall provide licensed weapons to guards deputed at LTC office.

xviii. Having multiple organizations work experience with Government/Semi Government/Autonomous Bodies/Multinationals along with List of Customers on company letter head, Experience Certificate/letters of satisfaction from the customers.

xix. Copy of valid licenses of weapons. xx. Detail list of equipments on company letter head.

9. BID PRICES

9.1 The bidder shall complete the Schedule-C (Bid Performa) in accordance with the instructions contained in this document. The prices quoted in Schedule-C will be inclusive of total scope of work as mentioned in Schedule-A & B.

9.2 Prices quoted in the bid for “Security Services” should be in word / figure form and inclusive of all applicable taxes.

10. SUFFICIENCY OF BID

10.1 Each bidder shall satisfy himself before bidding as to the correctness and sufficiency of his bid and of the rates and prices entered in the bid.

10.2 The bidder is advised to obtain for himself at his own cost and responsibility all information that may be necessary for preparing the bid and entering into a contract for execution of the Work.

11. BID CURRENCIES

11.1 The unit rates and the prices shall be quoted by the bidder entirely in Pak rupees.

12. PERIOD OF VALIDITY OF BID

12.1 The bid shall remain valid for Ninety (90) days.

13. BID SECURITY

13.1 Bid Security equal to Rs.342,000/- (Rupees Three Hundred Forty Two Thousand only) (up to 5% of estimated cost) in the form of Demand Draft/Pay Order in favor of Lahore Transport Company must be attached with the Technical Bid, failing which the bid will be considered as non-responsive and shall be rejected.

13.2 The bid security will be returned to the unsuccessful bidder upon award of agreement to successful bidder.

13.3 The bid security of the successful bidder will be returned upon signing of contract agreement. 13.4 Any bid not accompanied by an acceptable bid security shall be rejected by the LTC as a non-

responsive. 13.5 The bid security may be forfeited;

13.5.1 If the bidder withdraw his bid during the period of validity; or 13.5.2 In case, successful bidder refuse to execute work or refuse to provide performance security,

bid security will be forfeited.

LAHORE TRANSPORT COMPANY

Page 7 of 18

13.5.3 In case of successful bidder, if he fails within the specified time limit to; a. Furnish the required performance security; or

b. Sign the contract agreement with LTC in accordance with bidding documents.

14. BID PROCESS

14.1 Single stage two envelopes procedure will be adopted as per sub rule 2 (a) of rule 38 of Punjab PPRA rules 2014 (amended in 2017).

14.2 Bid will consist of two parts i.e. Technical Bid and Financial bid. Technical and financial bid must be enclosed in separate sealed envelopes and these two envelops must be placed in single sealed envelope.

14.3 Least cost selection method will be adopted as per sub rule 2 of Rule 45 of the Punjab PPRA rules 2014 (amended in 2017).

C. SUBMISSION OF BID

15. SEALING AND MARKING OF BID

15.1 The bidder shall seal the bid, duly marking the envelope as “Security Services” and mailed to the

following address:

DGM Technical/Chairman Tender Committee E&I Department Lahore Transport Company 4th Floor, IEP Building, Liberty Roundabout, Main Boulevard Gulberg-III, Lahore.

16. DEADLINE FOR SUBMISSION OF BID

16.1 The bid must be received by the LTC at the address specified, no later than 12th June, 2019 till 11:00am. LTC may, at its discretion, extend the deadline for the submission of bids by amending the bidding documents and conveying to all bidders.

D. OPENING AND EVALUATION OF BIDS

17. OPENING OF TECHNICAL BID

17.1 The bid shall be opened by LTC in the presence of bidder’s representatives who choose to attend the bid opening meeting on 12th June, 2019 at 11:30am at the office of LTC. The bidder's representatives who are present shall sign an attendance sheet evidencing their attendance.

17.2 In the first instance, the “Technical Bid” will be opened and the enveloped marked as “Financial Bid” will be retained unopened in the custody of LTC.

LAHORE TRANSPORT COMPANY

Page 8 of 18

18. EVALUATION OF TECHNICAL BID:

18.1 Maximum points for Technical Evaluation are 100. In the 1st stage, technical bids will be opened. Bidders who score 65% or more score in the technical evaluation will be considered for financial evaluation. Bidders who fail to gain 65% score in technical evaluation will be disqualified.

Category Description Points Maximum Points

Documents Required

Establishment of Company / Firm

15 years of establishment 15 15 Copy of Certificate of Incorporation from SECP or Registration from Registrar of Firms/ undertaking of establishment/partnership deed/NTN Certificate

10 years of establishment 10

05 years of establishment 05

No. of Clients Above 16 Nos 15 15 Different companies/firms experience certificates / work orders / completion certificates / Contract letter

11 Nos to 15 Nos 10

05 Nos to 10 Nos 05

Certifications All Pakistan Security Agencies, Associations (APSAA) valid Membership Certificate

10 10 Copies of valid certificate

Ex-Army / APSAA Trained Guards

150 and above 15 15 Ex-Army (Experience certificate/Pension/Service book) / APSAA Trained Guards Individual certificates

100 to 149 10

50 to 99 05

Total Nos. of Guards

300 and above 20 20 List of Total Nos. of Hired Guards/Appointment Letters

200 to 299 15

100 to 199 10

Weapons Detail of Weapons 70 Nos to 100 Nos 25 25 copy of valid licenses of weapons Detail of Weapons 30 Nos to 69 Nos 20

Total Marks 100

18.2 Tender committee will evaluate the documents. If documents of any bidder are found incomplete/ambiguous as mentioned in clause 8.1 shall be declared as non-responsive.

18.3 Unopened financial bids will be returned to those bidders who will be declared as non-responsive in technical evaluation.

19. CLARIFICATION OF BID

19.1 To assist in the examination, evaluation and comparison of bid, LTC may, at its discretion, ask the bidder for a clarification of its bid and no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the corrections of arithmetical errors discovered in the evaluation of bid.

20. OPENING OF FINANCIAL BID:

20.1 Qualified bidders whose bid will be technically responsive will be informed. LTC shall open the sealed Financial Bids of the qualified Bidders on a pre-determined date which will be intimated in advance.

Note:

LAHORE TRANSPORT COMPANY

Page 9 of 18

a. A misstatement/misrepresentation for any part of the RFP/bidding documents shall disqualify

the firm.

E. AWARD OF CONTRACT

21. POST-QUALIFICATION AND AWARD CRITERIA

21.1 LTC will award the contract to the bidder if its bid has been determined to be substantially responsive to the bidding documents and having lowest bid price as determined by the LTC.

21.2 LTC will not consider any bid from the potential bidder if he is in litigation at any judicial forum or has defaulted with LTC.

22. NOTIFICATION OF CONTRACT AWARD

22.1 LTC will notify the successful bidder in writing by a registered post/email/in person that he has been

declared as a successful bidder and shall be provided with the letter termed as “Letter of Acceptance”.

22.2 The notification of award will constitute the formation of a contract after fulfilling of all the

requirements of LOA, until the Contract has been effected.

22.3 Letter of Acceptance shall be accepted by the successful bidder with in seven (7) days after receipt.

22.4 RFP/bidding documents shall be read as integral part of the Contract.

23. PERFORMANCE SECURITY

23.1 The successful bidder, before award of contract, will be required to submit performance security equal

to 10% of contract price in the form of CDR/Pay order/Demand Draft in favor of Lahore Transport

Company.

23.2 Failure of the successful bidder to comply with the requirements of Sub Clause 23.1 or Clauses 24 shall

constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security.

23.3 Failures of the successful bidder to comply /oblige with the clauses of RFP’s / Agreement shall

constitute sufficient grounds for the annulment of the award and forfeiture of the Performance

Security.

23.4 If the contractor violates any of the terms and conditions of the RFP/Agreement, performance security

shall be forfeited.

23.5 In case of expiry of performance security, Performance Security shall be renewed for extension period

for maintaining its validity for the entire period of the Contract before 10 days of its expiry.

23.6 LTC may return the Performance Security to the Contractor after the end of the term of the Agreement

period subject to satisfactory performance of the Contractor.

LAHORE TRANSPORT COMPANY

Page 10 of 18

24. SIGNING OF CONTRACT/AGREEMENT

24.1 After the acceptance of LOA the successful bidder is under obligation to submit performance security,

two sets of stamp papers having value Rs.1,200/- each or valid amount as laid down in stamp act and

any other documents mentioned in the LOA duly issued by the LTC and execute the contract within

fourteen (14) days after acceptance of LOA.

24.2 LTC will provide the draft of the contract/agreement to the successful bidder where in this RFP and

the LOA shall be read as integral part of the contract.

24.3 LTC reserve the rights to cancel/terminate the LOA upon non fulfilment of the terms and condition of

RFP/ LOA.

24.4 Contract/Agreement may be terminated with prior notice of one month by LTC upon event of default

as mentioned in agreement.

24.5 In case of any dispute, the decision of Chief Executive Officer (LTC) shall be binding and conclusive.

25. LTC'S RIGHT TO ACCEPT THE BID OR REJECT THE BID (PPRA clause. 35)

25.1 LTC may reject all bids or proposal at any time prior to the acceptance of a bid or proposal. 25.2 LTC shall upon request communicate to any company/firm who submitted a bid or proposal, the

grounds for its rejection of all bids or proposals, but it is not required to justify those grounds. 25.3 LTC shall incur no liability, solely by virtue of its invoking clause 25.1 towards the bidder. 25.4 The bidder shall be promptly informed about the rejection of the bids, if any.

LAHORE TRANSPORT COMPANY

Page 11 of 18

SCHEDULES

LAHORE TRANSPORT COMPANY

Page 12 of 18

SCHEDULE-A

TERMS OF REFERENCE (TOR’s)

1. The Service Provider shall provide, render and ensure Security Services as assigned by the company on round-the-clock basis, 24 hours per day, 7 days per week including Sundays and holidays. The Service Provider shall be required to perform all necessary security services and duties as outlined in this Scope of Work. Unless directed by LTC the requirements of this Scope of Work shall continue uninterrupted despite strikes, threats of strikes or walkouts, terrorist activities, emergencies, and adverse weather conditions or disasters (natural, deliberate, or accidental).

2. The Service Provider must be a registered company, shall have a good reputation, standing, requisite experience, expertise and professional reputation for performing similar job / assignments and should not be on the defaulters or negative list of any statutory / regulatory body / authority.

3. The Service Provider shall abide by all the rules and regulations laid down by LTC. The scope of services includes, but not limited to, the following duties;

i. Control unauthorized access to LTC offices and depots territory. ii. Check entry and exit of the personnel, If required screen / inspect their baggage, conduct body

check (with the metal detector) to identify and take away suspicious, flammable stuff. Perform suppression and removal of the invaders, demonstrators and unauthorized entrants.

iii. Safeguard the property against theft, damage and misuse. iv. Recognize and respond to security threats or breaches. v. Recognize and respond to emergency situations and safety hazards such as fire, power

outages, medical emergencies, accidents, short circuits. vi. Maintain log of all security violations and report occurrences to the Company as quickly as

possible considering the nature of the violation; vii. The Service Provider shall patrol the premises from outside and inside as required by this

contract or as directed by the Authority to prevent trespassing, vandalism, and sabotage, catch a vehicle, etc.

viii. Monitor and provide information about public events or other activities in the geographic area that may effect LTC Operations.

ix. Perform monitoring and reporting of breach/breakage into premises of LTC. x. Provide evidence of Security Staff attendance on monthly basis with the bill/Invoice.

4. Service Provider will supply all the staff necessary to complete the duties of this contract. The staff may include female security staff as per LTC directions. The service provider will carry out the work in a professional manner and to the satisfaction of the LTC and will perform all services with qualified staff.

5. The Service Provider will be responsible for regular supervision of personnel. Service provider shall be responsible to monitor all the activities are properly coordinated with the LTC operations and modify assignments as required.

6. The Company reserves the right to modify this coverage of area as deemed appropriate to meet its needs.

7. The Service Provider is responsible for providing and maintaining any related transportation needs. 8. The Service Provider shall be responsible for all acts done by the personnel engaged by it. The Service

Provider shall at all time use all reasonable efforts to maintain discipline and good order amongst its personnel and ensure that all its personnel are aware of the code of conduct governing the services including the Security Services. The Service Provider or its personnel shall not at any time do, cause or permit any nuisance at the site / do anything which shall cause unnecessary disturbances or inconvenience to the passengers. The Service Provider shall provide appropriate and necessary management and supervision for all of his employees and solely responsible for instituting and invoking

LAHORE TRANSPORT COMPANY

Page 13 of 18

disciplinary action against employees not in compliance with company rules and regulations, and instructions.

9. The Service Provider will ensure proper License / permission, authorization, approval and consent including registrations, all applicable permits including all statutory and regulatory approvals from the concerned authorities, wherever applicable, in order to perform security services. The Service Provider shall obtain compliance with all the Applicable Laws, Rules and Regulations, which are applicable to the Service Provider or personnel deputed by him and shall be solely responsible for liabilities arising out of such compliance, non-compliance or implementation or non-implementation.

10. An authorized representative of the Service Provider shall ensure his/her presence at a short notice when required by the LTC.

LAHORE TRANSPORT COMPANY

Page 14 of 18

SCHEDULE-B

TERMS AND CONDITIONS

The Private Security Company/Firm participating in the bidding will provide the following documents:

1. Minimum 5 years as of establishment. 2. The Security Company shall be providing security services to major location/companies in Pakistan. It

will also furnish documentary evidence/proof of major security contracts with them. 3. License/Renewal of License & NOC from Provincial and Federal Ministry of Interior/Home Department

of Registration and permission to work as the Security Services Company. 4. Company shall provide licensed weapons as per the rules and regulations set by the Home

Department Govt. of the Punjab. 5. Company will be responsible to replace/restrict/rotate guards upon intimation of LTC within 6 Hrs

(Correspondence in this regard mandatory i.e. email, fax or letter). 6. No employee has connections to criminal activity or criminals. 7. Neither the security service provider, nor any security guards employed by them may conduct

investigation into criminal matters or conduct any law enforcement activity.

8. Security service provider and security guards employed by them must at all times follow the instructions of law enforcement agencies.

9. The management of security service provider is responsible for immediately informing the LTC if any of its employees performing duty at LTC has been arrested.

10. Uniform shall be complete in all respect and company shall ensure that the guards are proper and presentable.

11. All security guards are to be uniformed. The security services provider must have their uniform approved by the competent authority. The uniform must not be similar in appearance to police, military or paramilitary uniform.

12. In order to carry the equipment items, individual security guards must receive guard training from APSAA.

13. All employees are required to be an identity permit issued by the security service provider. The identity contains the following information.

a. Security Guard full name b. Date of birth c. CNIC No d. Photograph e. Name of security service provider f. Card Expiry date

14. The new employee can not engage in providing security of any type, for any reason, until the employee receives his identity permit.

15. The Service Provider shall not sub-contract any of its responsibilities contained in this Agreement to any sub agent or subcontractor without prior written permission of the Company, and if Company gives such written permission (which permission may be of a general or specific nature), it shall not be construed as waiver of any accrued rights and / or liabilities and the Service Provider shall be fully responsible for all acts and omissions of its sub contractors or sub agents.

16. The Service Provider shall be responsible for the confidentiality of the information. The Service Provider shall take and must have mechanisms and means to ensure adequate precautions to protect the privacy and confidentiality of all data and Confidential Information pertaining to the security plans, in relation to this Agreement or the Security Services. Neither the Service Provider nor any of the it’s

LAHORE TRANSPORT COMPANY

Page 15 of 18

employees/agents shall discuss nor disclose verbally or in writing any information regarding any of the internal security operations with any uninvolved persons or agencies without prior written approval from the company

17. The Service Provider is responsible for Social Security and EOBI. LTC shall not accept any responsibility of the designated security personnel in the event of death, injury, disablement or illness that may take place while performing/executing the contract. Any compensation or expenditure towards the treatment of such injury or loss of life shall be sole responsibility of the Service Provider.

18. The Service Provider shall ensure that it does not engage or continue to engage any person with criminal record / conviction or otherwise undesirable persons and shall bar such person from participating directly or indirectly in the provision of Security Services.

19. The Service Provider shall be liable to the penalty for any loss incurred or suffered / any damage caused to movable or immovable property of the Company, on account of delayed, deficient or inadequate Security Services, or interruption in the Security Services for reasons directly and solely attributable to the Service Provider.

20. The Security Services of the Service Provider shall be reviewed on regular basis or as decided by the company. The Service Provider shall be liable to penalty if the Security Services are found to be deficient, sub-standard and not as per the terms and conditions of the Agreement.

21. The Service Provider shall agree to remove from the site, whenever required to do so by the company, any employee considered by the company to be unsatisfactory or undesirable, within 24hrs.

22. The service provider shall provide detailed Execution plan, Methodology within 1 week of signing of contract.

23. The service provider personnel shall not enter company premises without valid service provider duty card.

24. The Service Provider shall ensure hiring, training and administration of motivated and professional employees that meet or exceed the company expectations.

25. The Service Provider’s staff appearance will be influential in creating a good image of LTC. Their appearance shall set a good example. The Service Provider shall ensure that guard personnel at all times present a neat and clean appearance, paying particular attention to their personal hygiene, bearing, uniform, and equipment.

26. All Security Guards assigned must be alert, punctual, physically fit, in good health, without physical/mental abnormalities/defects which could interfere with the performance of his/her duties including good vision without color blindness. They should possess good physique, necessary skills, knowledge, expertise and experience to satisfy the requirements of the security work involved. They should not be suffering from any contagious/major diseases.

27. Duty time shall be 12HRS/ Shift. 28. The age limit of security guard shall be from 35 to 50 years, height not less than 5’ 7” and

Security Provider shall ensure Ex-Army/APSAA trained Armed Security Guards as required by LTC. 29. The Service Provider shall ensure that none of his personnel report in drunken state or consume drugs,

prohibited substances, etc., while on duty.

30. Security personnel shall, at all times, be polite, courteous, respectful and responsive to visitors company officers, other service providers etc.

31. No security personnel shall leave premises assigned, unless properly relieved by the next security personnel. The security posts/places shall not be left unmanned at any time during the period of the contract.

32. If the assigned officer does not report on time the Contractor is required to send a replacement officer immediately, without jeopardizing the security.

33. During non-operational hours, the Security Personnel will check all doors to ensure that they are locked, inspect all areas by turning on a minimum number of lights, check for open windows, running or dripping water.

LAHORE TRANSPORT COMPANY

Page 16 of 18

34. The Security Personnel shall take appropriate action to preclude or minimize loss and render reports of all incidents, accidents, property damage, and maintain all records in connection with the duties and responsibilities of the security force. They shall comply with inspection rounds requirements.

35. The Successful bidder shall have to provide/post the required Security Guards at LTC specified location within fourteen (14) days positively after issuance of Letter of Acceptance, failing which the same will be cancelled and bid security/performance security will be forfeited in the favor of Lahore Transport Company.

36. Successful bidder shall provide payment evidence of EOBI and PESSI of deputed security guards in LTC office along with each monthly bills.

37. That upon satisfactory performance of Security Guards, LTC will make payment of the bills at the end of each month after deduction of all applicable Government Taxes/Levies.

USE OF FORCE

A security guard shall only use force when it is essential to the performance of their duties. Security guards must be aware that they may be held personally accountable for the excessive or inappropriate use of force in the performance of their duties. If a security guard uses any force, the circumstances must be reported to the law enforcement authorities who may conduct investigation to determine whether the force was or was not justified.

KEY SERVICE-LEVEL PARAMETERS

In case of non-performance of the service provider for scope of work/responsibility or its obligation, a maximum deduction of 10 % (ten percent) of the annual contract value will be made. If the cumulative amount of such fines exceeds 10 % of the annual contract value, then it shall be considered as event of default on part of the service provider.

LAHORE TRANSPORT COMPANY

Page 17 of 18

SCHEDULE-C

BID PERFORMA

The total Bid Price shall include all other services, as per Schedule-A and B, to be provided under the Contract. The Bid Price must include all applicable taxes. If not specifically mentioned in the quotation, then it will be presumed that the prices include all the taxes.

Specification

Qty

Rate per guard per month

Inclusive all Taxes (PKR)

Total Amount per month

Inclusive all Taxes (PKR)

Total Amount per annum

Inclusive all Taxes (PKR)

Ex-Army/APSAA Trained Armed Security Guards with weapon

12

Ex-Army/APSAA Trained Security Guards without weapon

13

Total Amount per annum in words

Note: * Minimum wage as per the notification of GoPb should be considered for the purpose of bid. * Any amendment/revision in applicable Government Taxes shall be imposed upon the Security Services

Companies/Firms. * No. of Guards will be required on demand basis. * A bidder who submits or participates in more than one bid will be disqualified.

Signature & Stamp of Bidder:___________________

LAHORE TRANSPORT COMPANY

Page 18 of 18

SCHEDULE-D

DRAFT OF CONTRACT FORM

Draft Contract form will be provided to successful bidder.