67
LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984 Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore Tell: +92-42-99205153-55 Fax: +92-42-99205156 Page 1 of 57 TECHNICAL PROPOSAL (Bid Document) FOR HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM AND DATABASE MANAGEMENT (LOT-1 & LOT-2) (SINGLE STAGE TWO ENVELOPE PROCEDURE) Invitation to Bid (Both Lots) Instructions to Bidders (Both Lots) Terms of Reference-TORs (Both Lots) Draft Contract (Both Lots) JUNE, 2020

TECHNICAL PROPOSAL (Bid Document)...Bid Security along with Technical Bid against respective lot. 3. Filling of Price Schedule in Financial Proposal: Each bidder will fill the Price

  • Upload
    others

  • View
    4

  • Download
    0

Embed Size (px)

Citation preview

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 1 of 57

    TECHNICAL PROPOSAL

    (Bid Document)

    FOR

    HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM

    AND DATABASE MANAGEMENT (LOT-1 & LOT-2)

    (SINGLE STAGE TWO ENVELOPE PROCEDURE)

    Invitation to Bid (Both Lots)

    Instructions to Bidders (Both Lots)

    Terms of Reference-TORs (Both Lots)

    Draft Contract (Both Lots)

    JUNE, 2020

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 2 of 57

    INVITATION TO BID

    FOR

    HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM

    The Lahore Waste Management Company (LWMC) invites sealed bids from (eligible as per

    Bid Document) Service Provider Firms / Companies registered with Tax Department for

    “HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM”.

    Bidding Document, in the English language, shall be purchased by the interested security

    agency firms / companies on the submission of a written application to the address below and

    upon payment of a nonrefundable fee of Pak Rs.2,000/- which should be deposited in LWMC

    bank account No 3531-1 (6580003820300018), Liberty Branch, Bank of Punjab, Lahore. A

    pre-bid meeting will be held on June 23, 2020 at 1100 hours in the office of the undersigned.

    Lot wise detail of estimated cost along with required bid security is as under;

    Bids must be delivered to the address below at or before June 30, 2020 on 1400 hours.

    Technical Bids will be opened on the same day on 1430 Hours in the presence of the Bidders’

    representatives who choose to attend at the address below.

    Bidding Documents are immediately available after date of publication. In case of official

    holiday on the day of submission, next working day will be treated as closing date. Tender

    notice has also been posted on LWMC website (www.lwmc.com.pk).

    General Manager (P & C) Office No. 4&5, 4th Floor, Shaheen Complex, Edgerton Road, Lahore

    Ph: 092-42- 99205153-55, Fax: +92-42-99205156

    Email: [email protected]

    Lot Description Estimated Cost Bid Security

    Lot-1: Installation & Maintenance of 400 VTS

    Devices Including 20 DFM Devices Rs.8,035,200/- 3% of Estimated Cost

    Lot-2: Database Management Including

    Maintenance of Server & Reporting Software

    for the Period of 2011-2020 VTMS Databases

    Rs.1,785,600/- 3% of Estimated Cost

    http://www.lwmc.com.pk/mailto:[email protected]

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 3 of 57

    TENDER SPECIFIC INSTRUCTIONS FOR BIDDERS (BOTH LOTS)

    HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM

    AND DATABASE MANAGEMENT

    1. Estimated Cost:

    LOT-1: Rs.8,035,200/- for 12 Months (As per TORs).

    LOT-2: Rs.1,785,600/- for 12 Months (As per TORs).

    2. Bid Security:

    Each bidder will submit an original Bid Security equivalent to 3% of estimated cost

    along with the Technical Bid in form of CDR / Bank Guarantee / Demand Drat / Pay

    Order in favor of Lahore Waste Management Company (LWMC) against respective lot.

    Lot wise detail of required bid securities is as under;

    Note: Bid will be considered as Non-Responsive in case of non-submission of Original

    Bid Security along with Technical Bid against respective lot.

    3. Filling of Price Schedule in Financial Proposal:

    Each bidder will fill the Price Schedule completely for all items against each lot.

    Bidders may quote rate for all or any Lot in Price Bid Schedule (B) and should write

    NIL against Lot not quoted. Partially filled Price Schedule against any lot will not be

    acceptable.

    4. Evaluation of Bids:

    Evaluation shall be done at Total Bid Price against each Lot. Bids will be awarded to

    the lowest evaluated bidder against respective lot. Bidders can participate in one or

    more lots. Incomplete or partially filled bids against any lot will be considered as non-

    responsive for that specific lot.

    Lot Description Bid Security Amount

    Lot-1: Installation & Maintenance of 400 VTS Devices

    Including 20 DFM Devices Rs.241,056/-

    Lot-2: Database Management Including Maintenance of

    Server & Reporting Software for the Period of 2011-2020

    VTMS Databases

    Rs.53,568/-

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 4 of 57

    5. Payments:

    Payments will be made on monthly basis against delivered goods / services only. The

    time period is defined in this bid document for payments against submitted bills.

    6. Sign and Stamp

    Bidder is required to stamp every page of the bid document along with signature and

    submit back along with the bid.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 5 of 57

    INSTRUCTIONS TO BIDDERS (BOTH LOTS)

    INTRODUCTION

    1. Scope

    1.1 The Client wishes to receive Bid for “HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM AND DATABASE MANAGEMENT” as

    described in the Appendix-A to the Contract (hereinafter referred to as Services).

    1.2 The bid is to be completed and submitted to the Client in accordance with these Instructions to Bidders.

    2. Eligible Bidder for Lot-1 (Mandatory Criteria)

    a. Registration with Income Tax Authorities. b. Taxpayer’s status for the last two '2' Years. c. Income Tax Returns for Duration Corresponding with Tax payer Status. d. Registration with Sales Tax Authorities-PRA required (if applicable). e. Registration with Registrar of Firms (Certified copy of Partnership Deed, along

    with Form C/D) OR SECP along with latest certified copy of Form 29 and A.

    f. Affidavit on Legal paper that firm is not black listed by any govt. agency / firm. g. Experience of two (02) similar projects / Assignments (Copy of evidence e.g.

    Experience Letters, Letter of Appointments etc.).

    h. Audited Financial Statement for the last one ‘1’ year. i. Bank Statement Showing Financial Soundness.

    Eligible Bidder for Lot-2 (Mandatory Criteria)

    a. Registration with Income Tax Authorities. b. Taxpayer’s status for the last one '1' Year. c. Registration with Sales Tax Authorities-PRA required (if applicable). d. Affidavit on Legal paper that firm is not black listed by any govt. agency / firm. e. Experience of one (01) similar project / Assignment (Copy of evidence e.g.

    Experience Letter, Letter of Appointment etc.).

    3. Eligible Services

    3.1 The Services to be rendered under the Contract shall have their origin in eligible member countries.

    3.2 For purposes of Clause 3.1 above, "origin" shall be considered to be the place from which

    the Services are provided.

    4. Cost of Bidding

    4.1 The bidder shall bear all costs associated with the preparation and delivery of its Bid, and

    the Client will in no case be responsible or liable for those costs.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 6 of 57

    5. Joint Ventures

    5.1 Joint Ventures / Consortium and Sub Contracting is not allowed.

    6. Assurance

    6.1 The successful bidder will be required to give satisfactory assurance of its ability and

    intention to render Services pursuant to the Contract, within the time set forth therein.

    BIDDING DOCUMENTS

    7. Contents of Bidding Documents

    7.1 The Services required, bidding procedures and Contract terms are prescribed in the

    bidding documents. In addition to the Invitation for Bid, the bidding documents include:

    Technical Proposal;

    a) Instructions to Bidders (Both Lots)

    b) Terms of Reference-TORs (Both Lots)

    c) Draft Contract (Both Lots)

    Financial Proposal;

    a) Bid Form (Both Lots)

    b) Schedules:

    Schedule – A Special Stipulations (Both Lots)

    Schedule – B Price Schedule (Both Lots)

    c) Bid Security Form (Both Lots)

    d) Performance Security Form (Both Lots)

    e) Integrity Pact Form (Both Lots)

    7.2 The bidder is expected to examine all instructions, forms, terms and conditions and

    specifications in the Bidding Documents. Failure to furnish all information required by the

    Bidding documents or submission of a bid not substantially responsive to the bidding

    documents in every respect will result in the rejection of the bid.

    8. Clarification of Bidding Documents

    8.1 The prospective bidder requiring any further information or clarification of the bidding

    documents may notify the Client in writing or by visiting at the following address;

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 7 of 57

    Lahore Waste Management Company (LWMC)

    Office No. 4-5, 4th. Floor, Shaheen Complex, Egerton Road, Lahore, Pakistan

    Tel: +92-42-99205153-55, Fax: +92-42-99205156, [email protected]

    LWMC will respond in writing to any request for information or clarification of the

    bidding documents which it receives not later than 72 hours prior to the deadline for the

    submission of bid.

    9. Amendment of Bidding Documents

    9.1 At any time prior to the deadline for submission of bid, the Client 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.

    9.2 The amendment shall be part of the bidding documents, pursuant to Clause 7.1, will be

    notified in writing or by telex, or by fax to the prospective bidder who has received the

    bidding documents, and will be binding on him. Bidder is required to acknowledge receipt

    of any such amendment to the bidding documents.

    9.3 In order to afford the prospective bidder reasonable time in which to take the amendment

    into account in preparing its bid, the Client may, at its discretion, extend the deadline for

    the submission of bid.

    PREPARATION OF BID

    10. Language of Bid

    10.1 The bid prepared by the bidder and all correspondence and documents relating to the bid

    exchanged by the bidder and the Client shall be written in the English language. Any

    printed literature furnished by the bidder may be written in another language, provided

    that this literature is accompanied by an English translation, in which case, for purposes

    of interpretation of the bid, the English translation shall govern.

    11. Documents Comprising the Bid

    11.1 The evaluation of Bid submitted shall be inclusive of, but not be limited to, the

    following factors:

    a) Bid Form

    The Bidder shall complete the Bid Form in accordance with Clause 12.

    b) Price Schedule

    The Bidder shall complete the appropriate Price Schedule furnished in the Financial

    Proposal of Bidding Document in accordance with Clauses 13 & 14.

    mailto:[email protected]

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 8 of 57

    c) Bid Security

    The bidder shall furnish Bid Security in accordance with Clause 15.

    12. Bid Form

    12.1 The bidder shall complete the Bid Form duly signed by the authorized personnel along

    with the stamp of the company and all the Schedules furnished in the Financial Proposal

    of bidding documents.

    13. Bid Prices

    13.1 The bidder shall complete Schedule B, Price Schedule provided in Financial Proposal

    against respective lot for required Services as per the instructions contained in this

    document.

    13.2 Prices quoted in the Price Schedule of respective lot for the required Services should be

    entered in the following manner;

    i) The price of required Services against respective lot will be quoted (FOR) Lahore in inclusive of after sale services (if applicable) at the address provided in Schedule

    A of Financial Proposal Bid Document;

    ii) Bidders may quote rate for all or any Lot in Price Bid Schedule (B) and should write Nil against Lot not quoted. Partially filled Price Schedule against any lot

    will not be acceptable;

    iii) The blank or partially / conditionally filled Price Bid Schedule B against respective lot will be considered as non-responsive for that specific lot;

    iv) The price is to be submitted in Pak Rupees only and should include all applicable taxes, duties, charges etc.;

    v) Price Schedules & Bid Forms (filled) must be submitted in Financial Proposal against all lots;

    vi) Alternate financial Bids against any lot are not allowed.

    13.3 Prices quoted by the bidder against respective lot shall remain fixed and valid until

    completion of the Contract performance and will not be subject to variation on account of

    escalation.

    14. Bid Currencies

    14.1 Prices shall be quoted in Pak Rupees.

    15. Bid Security

    15.1 Pursuant to Clause 11.1(c), the bidder shall furnish, as part of its Technical Bid, an

    original bid security equivalent to 3% of estimated cost (within the limits as specified in

    PPRA Rules 2014) against respective lot. Detail of required bid securities is as under;

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 9 of 57

    15.2 The bid security shall be denominated in Pak Rupees and shall be in shape of Call Deposit

    Receipt (CDR) / Bank Guarantee / Demand Draft / Pay Order in favor of Lahore Waste

    Management Company (LWMC), valid for a period equal to or 28 days less to the Bid

    Validity date.

    15.3 The bid not secured in accordance with Clauses 15.1 and 15.2 above will be rejected by

    the Client as non-responsive.

    15.4 An unsuccessful bidder’s bid security will be discharged or returned, or both, as

    promptly as possible upon award of Contract but not later than thirty (30) days after the

    expiration of the period of bid validity.

    15.5 The successful bidder's bid security will be returned, upon the bidder's executing the

    contract, pursuant to Clause 31, and furnishing the performance security, pursuant to

    Clause 32. Upon the successful Bidder’s furnishing of the performance security, the

    Client will promptly notify each unsuccessful Bidder and will discharge its bid security.

    15.6 The bid security may be forfeited:

    (a) If the bidder withdraws its bid during the period of bid validity specified by the

    bidder on the Bid Form; or

    (b) If the bidder does not accept the correction of the Total Bid Price mentioned in

    price schedule “Price Calculation” pursuant to Clause 24; or

    (c) If the bidder fails;

    (i) To sign the contract in accordance with Clause 31, or

    (ii) To furnish the performance security in accordance with Clause 32.

    16. Period of Validity of Bid

    16.1 The bid shall remain valid for One Hundred & Eighty (180) days from the date of bid

    closing prescribed by the Client, pursuant to Clause 19. Bidder cannot withdraw its bid

    during the period of bid validity after bid closing date & time.

    16.2 Notwithstanding Clause 16.1 above, the Client may solicit the bidder's consent to an

    extension of the period of bid validity. The request and the responses thereto shall be made

    in writing or by cable or fax. If the bidder agrees to the extension request, the validity of

    the bid security provided under Clause 15 shall also be suitably extended. The bidder may

    refuse the request without forfeiting its bid security. The bidder will not be required or

    permitted to modify its bid.

    Lot Description Bid Security Amount

    Lot-1: Installation & Maintenance of 400 VTS Devices

    Including 20 DFM Devices Rs.241,056/-

    Lot-2: Database Management Including Maintenance of

    Server & Reporting Software for the Period of 2011-2020

    VTMS Databases

    Rs.53,568/-

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 10 of 57

    17. Format and Signing of Bid

    17.1 The bidder shall submit dully filled original Bidding Documents issued to him. Technical

    Proposal bid document shall be submitted in Technical Proposal envelope and Financial

    Proposal bid document shall be submitted in Financial Proposal envelope separately.

    17.2 Prescribed Bid Form and Schedules provided in Financial Proposal shall be used and not

    to be retyped. The original bid shall be typed or written in indelible ink and shall be signed

    by the bidder or a person duly authorized to sign on behalf of the bidder. Such

    authorization shall be indicated by written power of attorney accompanying the bid. All

    pages of the bid where entries and amendments have been made shall be initialed by the

    person signing the bid.

    17.3 The bid shall contain no interlineations, erasures or overwriting except as necessary to

    correct errors made by the bidder, in which case such corrections shall be initialed by the

    person or persons signing the bid.

    SUBMISSION OF BID

    For

    SINGLE STAGE TWO ENVELOPE BIDDING PROCEDURE

    18. Sealing and Marking of Bid 18.1 The bid shall be a single sealed package consisting of two separately sealed envelopes,

    containing separately the Technical and Financial Bid. The envelopes shall be marked as

    “Technical Bid” and “Financial Bid”.

    18.2 The envelope / single sealed package shall:

    (a) Be addressed to the following address:

    General Manager (P&C)

    Office No. 4-5, 4th Floor, Shaheen Complex, Egerton Road, Lahore, Pakistan

    Tel: +92-42-99205153-55, Fax: +92-42-99205156,

    [email protected]

    (b) Bear the following identification:

    Bid for “HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT

    SYSTEM AND DATABASE MANAGEMENT”

    DO NOT OPEN BEFORE June 30, 2020.

    18.3 In addition the envelope shall indicate the name and address of the bidder to enable the

    bid to be returned unopened in case it is declared “Late”.

    18.4 Fax bid will not be entertained.

    mailto:[email protected]

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 11 of 57

    19. Deadline for Submission of Bid

    19.1 The original bid must be received by the Client at the address specified in Clause 18.2 by 1400 hours on June 30, 2020. Technical Bids will be opened on the same day

    and same address at 1430 hours.

    19.2 The Client may, at its discretion, extend the deadline for the submission of bids by amending the bidding documents in accordance with Clause 9, in which case all rights and

    obligations of the Client and bidders previously subject to the deadline will thereafter be

    subject to the deadline as extended.

    20. Late Bid

    20.1 The bid received by the Client after the deadline for submission of bid prescribed by the Client, pursuant to Clause 19, will be rejected and returned unopened to the bidder.

    21. Modification and Withdrawal of Bid

    21.1 The bidder may modify or withdraw its bid after the bid’s submission, provided that

    written notice of the modification or withdrawal is received by the Client prior to the

    deadline prescribed for submission of bid.

    21.2 The bidder's modification or withdrawal notice shall be prepared, sealed, marked and

    dispatched in accordance with the provisions of Clause 18. A withdrawal notice may also

    be sent by telex or fax but must be followed by a signed confirmation copy, post marked

    not later than the deadline for submission of bid.

    21.3 The bid may not be modified subsequent to the deadline for submission of bid.

    21.4 The bid may not be withdrawn in the interval between the deadline for submission of bid

    and the expiration of the period of bid validity specified by the bidder on the Bid Form.

    Withdrawal of a bid during this interval may result in the bidder’s forfeiture of its bid

    security, pursuant to Clause 15.

    OPENING AND EVALUATION OF BID

    22. Opening of Bid

    22.1 The ‘Technical Bid’ shall be opened by the Client in the presence of the bidder's

    representatives who choose to attend at the time and date specified in Clause 19.1, at the

    office of the Client, given in Clause 18.2 (a). The bidder's representatives who are present

    shall sign a register evidencing their attendance. The ‘Financial Bid’ will remain unopened

    and will be held in custody of the Client until the specified time of their opening. The

    bidder will be declared as non-responsive against respective lot if the Technical Bid

    contained any information related to Financial Bid Price.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 12 of 57

    22.2 The bidder's name, modifications, bid withdrawal, and the presence or absence of the

    requisite bid security, and such other details as the Client, at its discretion, may consider

    appropriate will be announced and recorded at the opening.

    22.3 At the end of the evaluation of the Technical Bids, the Client will invite only those

    bidders who have submitted substantially responsive Technical Bids, pursuant to

    Clause 24, and who have been determined as being qualified for award to attend the

    opening of the Financial Bids.

    22.4 The date, time, and location of the opening of Financial Bids will be informed in writing

    by the Client.

    22.5 The Client will notify Bidders in writing who have been rejected on the grounds of their

    Technical Bids being substantially non-responsive to the requirements of the Bidding

    Document and return their Financial Bids unopened.

    22.6 The Client shall conduct the opening of Financial Bids of all Bidders who submitted

    substantially responsive Technical Bids, publically in the presence of Bidders`

    representatives who choose to attend at the address, date and time specified by the

    Client. The Bidder’s representatives who are present shall be requested to sign a register

    evidencing their attendance.

    22.7 The bidder's name, bid price, modifications, bid withdrawal, and the presence or absence

    of the requisite bid security, and such other details as the Client, at its discretion, may

    consider appropriate will be announced and recorded at the opening.

    23. Clarification of Bid

    23.1 To assist in the examination, evaluation and comparison of bid, the Client may, at its

    discretion, ask the bidder for a clarification of its bid. All responses to requests for

    clarification shall be in writing, 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.

    24. Determination of Responsiveness of Bid

    24.1 Prior to the detailed evaluation of the bid, pursuant to Clause 26, the Client will examine

    and determine the substantial responsiveness of the bid to the requirements of the bidding

    documents. A substantially responsive bid is one which:

    (a) Meets the Eligibility Criteria specified in Clauses 2 & 3 against respective lot;

    (b) Has been properly signed, stamped and filled all furnished schedules on the Bid

    Form provided in Financial Proposal against respective lot;

    (c) Is accompanied by the required Securities and these Securities are valid and in

    good order against respective lot;

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 13 of 57

    (d) The specifications for each item / equipment / service quoted in the Price Bid

    Schedule B provided in Financial Proposal against respective lot should meet the

    major criteria as specified for each item / equipment / service in specifications of

    this document;

    (e) Meets the delivery period set out in Schedule A Special Stipulations to Bid against

    respective lot Provided in Financial Proposal;

    (f) Offers fixed price quotations i.e. the bid do not offer an escapable price quotation

    against respective lot;

    (g) Is otherwise complete and generally in order against respective lot;

    (h) Conforms to all the terms, conditions and Specifications of the bidding documents,

    without material deviation or reservation against respective lot. A material

    deviation or reservation is one;

    (i) Which affects in any substantial way the scope, quality or performance of

    the Goods / Services; or

    (ii) Which limits in any substantial way, inconsistent with the bidding

    documents, the Client's rights or the bidder's obligations under the

    Contract.

    24.2 The bidder's responsiveness shall be based on the contents of the bid itself without

    recourse to extrinsic evidence.

    24.3 The bid determined as not substantially responsive will be rejected by the Client and may

    not subsequently be made responsive by the bidder by correction or withdrawal of the

    nonconforming deviation or reservation.

    24.4 The Client may waive any minor informality or non-conformity or irregularity in the bid.

    24.5 Correction of Arithmetical Errors: Financial Bid / Proposal determined to be substantially

    responsive will be checked by the Client for any arithmetic errors. Errors will be rectified

    as follows:

    (a) For the Total Bid Price entered in paragraph of the Bid Form against respective lot, if there is a discrepancy between the amounts in Figures and in words, the amount which

    tallies with the Total Bid Price mentioned in price schedule “Schedule-B”, shown in

    the Price Schedule, will govern unless the Bid Contains a specific statement

    confirming the Total Bid Price mentioned in price schedule “Schedule-B”.

    (b) Where there is a discrepancy between the unit rate and the total price resulting from multiplying the unit rate by the quantity against respective lot, the unit rate

    as quoted will govern and the total price shall be corrected, unless in the opinion

    of the Client, there is an obviously gross misplacement of the decimal point in the

    unit rate, in which case the total price for each item / equipment against respective

    lot as quoted will govern and the unit rate will be corrected, and

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 14 of 57

    (c) Where there is a discrepancy in the total price quoted in the Price Schedule vis-à-

    vis addition of each item / equipment against respective lot, the total of the

    itemized prices will govern.

    The amount stated in the Bid Form against respective lot will be adjusted by the Client in

    accordance with the above procedure for the correction of errors, and shall be considered

    as binding upon the Bidder. If the Bidder does not accept the correction of the errors for

    any item / equipment / service in the Bid against respective lot, his Bid for that specific lot

    will be rejected and the Bid Security of respective lot will be forfeited in accordance with

    Clause 15.6.

    Corrected Total Bid Price: The price as determined after the application of arithmetic

    corrections shall be termed as Corrected Total Bid Price of respective lot.

    25. Evaluation and Comparison of Bids

    The Client will evaluate and compare the bids previously determined to be substantially

    responsive, pursuant to Clause 24, as stated hereinafter.

    25.1. Basis of Evaluation and Comparison of Bid

    The Bids of only those Bidders who are substantially responsive to the requirements of

    the Bidding document will be considered for evaluation. The evaluation and comparison

    of the Bids will be done Total Bid Price wise against each lot. The offer / contract will be

    awarded to the Bidder whose corrected and evaluated Total Bid Price against respective

    lot will be the lowest.

    25.2. Evaluated Bid Prices

    The Client evaluation of a bid will take into account in addition to the Bid Price, the

    following factors (Adjustments) in the manner and to the extent stated hereinafter.

    Adjustment will be based on corrected Bid Prices. The price so determined after making

    such adjustments will be termed as Evaluated Bid Price. Correction of arithmetical

    errors as stated in Clause 24.5. The cost of making good any deficiency resulting from

    any acceptable, quantifiable variations and deviations from the Schedules, Conditions

    of Contract and Specifications, shall be added to the corrected Bid Price for comparison

    purposes only. For bid offering delivery period of the Service earlier than the period

    specified in the Schedule A Special Stipulations to Bid, no credit will be given. Terms

    of Payment: The bidder shall state their bid price for the payment terms outlined in the

    Conditions of Contract. The bid will be evaluated on the basis of this base price. The

    bidder may state alternate payment terms and indicate the reduction in bid price that

    wish to offer for such alternative payment terms. The Client may consider the

    alternative payment terms offered by the bidder.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 15 of 57

    26. Contacting the Client

    26.1 Any effort by a bidder to influence the Client in the Client's decisions in respect of bid

    evaluation, or Contract award will result in the rejection of the bidder's bid.

    27. Client's Right to Accept the Bid or Reject the Bid

    27.1 The Client reserves the right to accept or reject all bids against respective lot at his sole

    discretion and to annul the bidding process at any time prior to the award of Contract,

    without thereby incurring any liability to the bidder or any obligation to inform the bidder

    of the grounds for the Client's action.

    AWARD OF CONTRACT

    28. Post-qualification and Award Criteria

    28.1 The Client will determine to its satisfaction whether the bidder has offered Services at

    reasonable prices consistent with the current prevailing market prices and is qualified

    to satisfactorily perform the Contract.

    28.2 An affirmative determination will be prerequisite for award of the Contract to the

    bidder. A negative determination will result in rejection of the bidder’s Bid.

    28.3 Subject to Clause 27 above, the Client will award the Contract to the bidder if its bid

    has been determined to be substantially responsive to the Bidding Documents and who

    has offered the lowest evaluated Bid Price and consistent with the current prevailing

    market prices as determined by the Client, provided further that the bidder is determined

    to be qualified to satisfactorily perform the Contract.

    29. Client’s Right to Vary Quantities at Time of Award

    29.1 The Client reserves the right at the time of contract award to increase or decrease, as

    per PPRA Rules 2014, the quantity of goods / services specified in the Specifications,

    without any change in unit prices or other terms and conditions.

    30. Notification of Contract Award / Letter of Acceptance

    30.1 Prior to the expiration of the period of bid validity, the Client will notify the bidder in

    writing by registered letter that its bid has been accepted. This letter is termed as Letter

    of Acceptance.

    30.2 The notification of award / Letter of Acceptance will constitute the formation of a

    contract, until the Contract has been affected pursuant to Clause 31 below.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 16 of 57

    31. Signing of Contract

    31.1 After the acceptance of performance security by the Client, the Client will send to the

    successful bidder the Draft Contract against respective lot provided in the bidding

    documents, incorporating all agreements between the parties.

    31.2 Within Three (03) working days of the receipt of Draft Contract, the bidder shall sign and date the Contract and return it to the Client.

    32. Performance Security

    Within Fourteen (14) days of the receipt of the Letter of Acceptance from the Client

    against respective lot, the bidder shall furnish the performance security as required in

    “Schedule-A, Special Stipulations to Bid” in accordance with the Conditions of

    Contract, in the performance security Form provided in the Financial Proposal or

    another form acceptable to the Client.

    ADDITIONAL INSTRUCTIONS

    33. Instructions to Assist the Bidder

    33.1 Bid shall be prepared and submitted in accordance with the instructions set forth herein.

    These instructions to Bidders are provided to assist in preparing their Bid and shall not

    constitute part of the Contract Documents.

    34. Income Tax & PRA Sales Tax

    34.1. The bidder may make inquiries on income tax to the concerned authorities of Income Tax and PRA Sales Tax Department, Government of Pakistan.

    Income Tax / PRA Sales tax to the extent as provided in the rules shall be deducted and

    withheld from the payment to be made to the service provider for depositing with

    Government of the Punjab.

    35. Integrity Pact

    The Bidder shall sign and stamp the Form of Integrity Pact provided in Financial

    Proposal Bid Document for all Federal / Provincial Government procurement contracts

    exceeding Rupees Ten (10) million. Failure to provide such Integrity Pact shall make

    the bid non-responsive.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 17 of 57

    TERMS OF REFERENCE (TOR’S) / TECHNICAL EVALUATION CRITERIA FOR

    HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM AND

    DATABASE MANAGEMENT (LOT-1)

    The Service Provider will be awarded this Contract for supply, commissioning, warranty and

    maintenance of Vehicle Tracking System. Complete scope of work includes;

    1. The LWMC will have the full rights to Audit the systems of service provider related to LWMC

    project including the system designing, operational working, Database Management, Trouble

    shooting and any other feature which is not mentioned here but part of LWMC contract/project.

    2. Any Audit Agency (Govt. or Private) which perform the function of Audit of LWMC can also

    Audit the service provider as described in point-1.

    3. The LWMC will have the full rights of Database and Application (Web/Desktop) related to

    LWMC Contract/Project. The services provider can only change after the approval and access

    granted by LWMC.

    4. The access to Database and Application will be available with LWMC and LWMC will share

    it with service provider when required.

    5. The service provider will share the complete Business Process for Designing of Application

    and Database with LWMC within one month after signing of Agreement. The service provider

    will follow the instructions to improve the system if required by LWMC.

    6. The service provider will propose the system to check/control the fuel pilferage in LWMC

    vehicles using different technologies within one month after signing of Agreement.

    7. The service provider will design such system to inform LWMC the real time status of battery

    disconnection, Backup of Tracker Battery and not responding status of Tracking Device.

    8. LWMC will define the users of the system and their rights. The service provider will follow the

    instructions passed by LWMC.

    9. The service provider will install ±400 Vehicle Tracking Units in LWMC vehicles.

    10. Installation can increase/decrease depending upon the requirement.

    11. Payment will be made on actual number of installation and also actual number of active days

    of VTS Device.

    12. LWMC can ask to install DFM (Differential Fuel Flow Meter) in particular vehicles. Contractor

    has to submit the rate against the installation of DFM vehicles.

    13. The reporting of DFM will be based on as per requirement of LWMC. In general, DFM will

    provide the detail to calculate the working hours of machinery with respect to RPM and Fuel

    Consumption / minute.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 18 of 57

    14. Service will include the installation of devices along with service and maintenance, database

    storage at service provider servers as well as LWMC servers if required by LWMC,

    maintenance and backup of data base at both service provider and LWMC servers, 24hours

    functional live database and web application access and in case of any troubleshooting,

    immediate resolution.

    15. Service Provider will ensure the safety element to keep the device safe with respect to vehicle

    physical condition.

    16. The service provider will also provide the replacements of equipment if any need to be replaced

    within the cost of maintenance. No additional/extra payment will be made by the LWMC.

    17. Installation of any new device if required by the LWMC in new vehicle or in replacement of

    old device, LWMC will put the requirement to service provider and service provider will make

    sure the compliance as per demand of LWMC within 24 hours.

    18. If any device/vehicle required maintenance, it should be done within 24 hours. LWMC may

    devise schedule for maintenance based upon the requirement with consultation to service

    provider. However, time duration can be change from 6 hours to 24 hours.

    19. Service provider will depute dedicated team for NR/New installation of VTS for the LWMC.

    20. Service provider will depute a dedicated manager for the correspondence with LWMC.

    21. Data synchronization to LWMC server if required by LWMC.

    22. Data will be stored at service provider servers and web application will be hosted at service

    provider server as well, if directed by the LWMC. However, LWMC can ask service provider

    to deploy both the details on its own servers.

    23. Maintenance of Servers for Tracking System installed at LWMC office if require by LWMC.

    24. Customization of software with existing practice and as proposed by the LWMC. Providing

    necessary software system on desktop as well as web based as per requirement of LWMC for

    Vehicle Tracking.

    25. Service provider must have round the clock service facility and monitoring control room.

    26. System Usage Training of LWMC staff if required by the LWMC.

    27. Device must be well concealed and protected from external effects, such as temperature,

    humidity, electric shocks, electronics mal-function, hazards, earth-quakes, and water-proof

    among other. LWMC will not accept any claim in case of device damage due to above

    mentioned factors or any other not mentioned here.

    Device must be concealed and placed in protective equipment in case of open machinery type

    like tractors/loaders and tractor mounted mech. sweepers. LWMC will not accept any claim in

    case of device damage due to non-proper concealing and poor quality of protective equipment.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 19 of 57

    It is the responsibility of service provider to make sure the safety of device from all the internal

    and external factors

    Hardware & Tracking Device Specifications

    Real time data transmit

    In-built device battery (as back-up. (Minimum 6 hours backup time)

    In-built device for data backup (in case data transmission lost, local backup will be

    transmitted to server after connection established).

    Device must be well concealed and protected from external effects, such as temperature,

    humidity, electric shocks, electronics mal-function, hazards, earth-quakes, and water-proof,

    among other. LWMC will not accept any claim in case of device damage due to above

    mentioned factors or any other not mentioned here.

    Device should not affect or alter in-put/out-put of vehicle electrical specifications.

    Device must be concealed and placed in protective equipment in case of open machinery

    type like tractors/loaders.

    Device GPS accuracy must be less than 25 meter. The device should support

    GSM/SMS/GPRS/3G/4G networks, the latest technology available in local market.

    Built-in data storage capacity, 24 hours backup storage recommended.

    Built-in backup battery with higher specs as per market for minimum 6 hours backup

    Serial port data connectivity option available.

    Minimum 3 Telemetry Inputs/3 Telemetry Outputs for options

    Software

    Real time data transmission

    Customizable to define landmarks and for different type of reports.

    Zooming in/out for vehicle current location on pointing device hovering – through small pop-

    up screens

    (+- 25 meters) Vehicle pin-point accuracy

    Street level vector scaled maps/ digital imagery is mandatory.

    Ability to integrate changes and ability to reflect it in maps without compromises

    Ability to integrate/overlay/add features in Vector scaled map as proposed by LWMC.

    Ability to generate different kind of alerts as per requirement.

    Ability to control administratively by LWMC.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 20 of 57

    Ability to modify some features (as per required by LWMC) in software which will be available

    in GUI’s Form.

    Web interface should be reflection of all required features.

    Multi user option should be available with ability to provide control/limited options.

    Features

    Vehicle maintenance scheduling

    Access level for each user specific to roles

    Ignition on/off.

    Excess idling

    Over-speeding

    Battery disconnection alerts

    Multi geo-fencing (Union Councils as defined by CDGL, parking sites, workshops, Dump

    Sites, Containers etc.)

    Maps of Lahore and Punjab initially, later whole country

    Landmark visits report

    Route Fencing and calculations

    Integration with some mechanical tools of Mech. Sweeping and Washing Vehicles so that their

    operating report can be integrated with Tracking System if required by LWMC and possible

    technically.

    Fuel consumption reporting (driven kilometer report)

    Other product and service features not mentioned here if required by LWMC.

    Reporting

    Live reporting.

    Daily, weekly, monthly, yearly reporting

    Vehicle specific reporting

    Raw data availability (for in-house customized reporting/ data-processing)

    Estimation (95% accuracy) of fuel consumption, mileages per trip, total area covered vs. actual

    area allotted

    Route/geo-fence violations

    Data shall be provided to LWMC in e-format, as per agreed standards & format

    Service provider will generate a report each month against the reliability of data and system,

    data loss if any, and working conditions of equipment installed in vehicles.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 21 of 57

    Training

    Service provider shall train the LWMC staff, within Four (04) weeks after the date of issuance

    of the work order, to a level that the LWMC staff must be able to manage vehicle Tracking

    Server and Monitoring Software Application.

    The Service Provider shall deliver all necessary documents and tools, which are required to

    understand, configure, troubleshoot and manage necessary hardware, software, and

    infrastructural issues in effective and smooth operations of VTMS if required by LWMC.

    Upon completion of such training, project manager will certify that Service Provider has

    completed the required training and has provided the entire required document.

    Routing of Tracking Data from Server(s) of Service Provider to the Server of LWMC (if

    Required)

    1. The Service Provider shall arrange for routing of tracking data (GPRS or SMS originated form

    Vehicle Tracking Units installed in vehicles) from its server(s) placed locally & abroad to the

    server of LWMC.

    2. While the tracking data is routed towards LWMC control room, the Service Provider shall

    ensure that it continues to receive real-time tracking data on its server also, so that LWMC

    could connect to it, should its dedicated server happens to fail; this shall ensure that operations

    are not effected in any manner, and smooth working continues till the failed hardware is ready

    again.

    3. In case if LWMC faces any problems in receiving the tracking data, LWMC will inform the

    Service Provider immediately. The service provider shall troubleshoot, diagnose and rectify the

    problem within 24 hours of notification of the problem by the LWMC.

    Troubleshooting of Server and Monitoring Software Application

    In case if LWMC faces any problems in maintenance of Server and Monitoring Software Application,

    the LWMC will inform the Service Provider immediately. The service provider shall troubleshoot,

    diagnose and rectify the problem within maximum Two (2) day of notification of the problem by the

    LWMC. The Service Provider shall provide this service free of cost during the contract period.

    Requirement on Map

    By Company

    Category

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 22 of 57

    Town Wise

    Region Wise

    B – Vehicle must have Separate Icons for

    Over Speed Vehicles

    Vehicle Not on Route

    Stopped vehicles

    Moving Vehicles

    Any Other Violation Vehicles

    Excess idling Vehicles

    C- History reply feature

    D – Map Layers (Can be ON / OFF)

    Area Layer

    Zones Layer

    UCs Layer

    Parking Sites

    Filling Stations

    Workshops

    Dumping Sites

    Any other Layer Defined By COMPANY

    D – Containers On Map with Different Icon’s

    All Containers

    Assigned Containers

    Visited Containers

    To Be Visited

    Visited but Not Dumped

    Also All Group Option must be Available (Vehicle Group Already Defined)

    E – Routes on Map

    Route Must be defined as Polygonic Area

    All routes display on Map

    Assigned to selected Vehicle

    Assigned to Selected Group

    Assigned to Selected Region

    Assigned Today

    Assigned this week

    Administration Panel

    COMPANY can Add Container To System

    COMPANY can Set age of Container

    Can Assign Container To any Vehicle

    Can Change Vehicle Type, Region, Zone Etc

    Can Change Password of Login

    Status Graph

    Graph Must be Summaries and Detail

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 23 of 57

    Link for reports Must be Available From Graph

    Vehicle Status In Graphical Shape

    o Vehicle At Parking Sites

    o Vehicles At Dumping Sites

    o Vehicles at Workshop

    o Vehicles at Filling Stations

    o Vehicle On Route

    o Vehicle Not On Route

    Container Status Graph

    o Visited Container

    o To Be Visited

    o Visited but Not Dumped

    o Over Aged

    History of Status

    o History of All Status (Vehicle, Container, Routes) Must Be Saved after Every Hour

    o All Graphs and reports available for this history

    Reports

    o Complete Activity Report

    o Activity Summary Report

    o Reports must be fetch Against Company, Category, Vehicle Type, And Town against

    Given Time Period

    o Summary Option Must be for Day, Week, Month

    o Travel Time, Mileage must be Accurate and available with every relevant report.

    o COMPANY Geo Fence Defined In Out Report

    o Trip Report Detail (During Trip Start from Parking Site till Pick Container Then

    Dump at Dumping Site) Travel Time, Stop time, Number of Container Pick, Mileage

    and Other Fields.

    o Trip Report Summary

    o Beat Report (Travel, Mileage, Time In side Defined Beat ad Outside Defined Beat)

    o Beat Summary Report

    o Container Visited Detail

    o Container Visited Summary

    o Dumping Site Visited Report

    o Workshop Visited Report

    Vehicle Status

    o Vehicle Status Page Must Have Reporting Status of Device

    o Different Color For Each Problem (Battery , GPS, GSM Problems)

    o Different Color Defined On Not Reporting Time

    o History of Device Maintenance and N.R.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 24 of 57

    KPIs & PENALTY IMPOSITION;

    Sr. Service Nature Explanation Monitoring

    Frequency

    Minimum Acceptable

    Level Penalty

    1 Service Level

    Maintenance of

    Device if not

    responding- Within

    12 hours after

    schedule call from

    the COMPANY –

    Daily/

    Weekly/

    Monthly

    90 %service level

    in case of:

    80- 90% compliance – 5% of

    value of per month service

    charges against no. of incidents

    (per vehicle per month).

    70-80% compliance – 10% of

    value of per month service

    charges against no. of incidents

    (per vehicle per month).

    60-70% compliance – 15% of

    value of per month service

    charges against no. of incidents

    (per vehicle per month).

    50-60% compliance – 20% of

    value against no. of incidents

    (per vehicle per month).

    Up to 50% compliance – 30%

    of value of per month service

    charges against no. of incidents

    (per vehicle per month).

    Live Data

    Availability- Data

    transmission must

    be done within 5

    minutes

    Daily/

    Weekly/

    Monthly

    90%

    in case of:

    80- 90% compliance – 5% of

    value of per month service

    charges of total invoice cost.

    70-80% compliance – 10% of

    value of per month service

    charges of total invoice cost.

    60-70% compliance – 15% of

    value of per month service

    charges of total invoice cost.

    50-60% compliance – 20% of

    value of Total agent cost.

    Up to 50% compliance – 30%

    of value of per month service

    charges of total /invoice cost.

    All calls Alerts of

    violations.

    Daily/

    Weekly/

    Monthly

    90%

    in case of:

    80- 90% compliance – 5% of

    value of per month service

    charges of total invoice cost.

    70-80% compliance – 10% of

    value of per month service

    charges of total invoice cost.

    60-70% compliance – 15% of

    value of per month service

    charges of total invoice cost.

    50-60% compliance – 20% of

    value of Total agent cost.

    Up to 50% compliance – 30%

    of value of per month service

    charges of total /invoice cost.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 25 of 57

    2

    Software/ Web

    Portal

    The service provider

    shall ensure the

    24x7 x 365 days

    online web portal

    without any hitch

    and glitch.

    Daily/

    Weekly/

    Monthly

    100%

    Downtime for 1 hour- 3%

    Total invoice cost

    Downtime for 2 hour- 5%

    Total invoice cost

    Downtime for 3 hour- 07%

    Total invoice cost

    Downtime for 4 hour- 10%

    Total invoice cost

    Downtime for more than 4

    hour- 15% of Total invoice

    cost

    The service provider

    shall ensure the

    24x7 x 365 days

    online reporting

    with all reports

    without any hitch

    and glitch.

    Daily/

    Weekly/

    Monthly

    100%

    Downtime for 1 hour- 3%

    Total invoice cost

    Downtime for 2 hour- 5%

    Total invoice cost

    Downtime for 3 hour- 07%

    Total invoice cost

    Downtime for 4 hour- 10%

    Total invoice cost

    Downtime for more than 4

    hour- 15% of Total invoice

    cost

    3 Server

    Maintenance

    The service Provider

    will ensure the

    proper functioning

    of Servers placed at

    COMPANY

    premises for VTMS

    Data:

    Daily/

    Weekly/

    Monthly

    90%

    Downtime for 1 hour- 3%

    Total invoice cost

    Downtime for 2 hour- 5%

    Total invoice cost

    Downtime for 3 hour- 07%

    Total invoice cost

    Downtime for 4 hour- 10%

    Total invoice cost

    Downtime for more than 4

    hour- 15% of Total invoice

    cost

    Pre-Requisites of Technical Evaluation Criteria;

    Company must have minimum 5 Govt. Sector clients having minimum total of 2000 +

    Fleet and minimum 10 Private sector Clients having minimum total of 5000+ fleet.

    Registration with Pakistan Telecommunication Authority Registration with Pakistan Scientific Research Council Tracking Device/Unit must be ISO Certified Service provider must have the facility for customization / development of software as

    per requirement of LWMC.

    Service provider must have the facility of GIS surveys and data development.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 26 of 57

    Service provider must have their own prepared map for integration in the system. Map

    of Lahore must be comprises the Lahore Division which includes Sheikhupura, Kasoor

    and Nankana.

    For GIS based services, map and surveying, service provider must be registered with

    Survey of Pakistan in form by its own or by a partner company.

    Service provider have to submit the at least 10 projects completed during last five (5)

    years with completion certificates by Clients and projects in hand with agreement

    copies along with financial strength of projects. Reports Templates of projects

    completed by service provider must be submitted against each project and contact detail

    of concern official to LWMC for verification.

    Service provider must submit the structure of the Firm/company.

    Service provider must submit the organogram of the company.

    Service provider has to submit the technical proposal with complete methodology and

    suggestions. Description of the Approach, Methodology and Work Plan for Performing

    the Assignments. Methodology should be based upon the TOR’s mentioned in the bid

    document. It should be explained against each TOR.

    The Service Provider must have its functional regional office in Lahore.

    Evaluation of Technical Proposal:

    Company Profile Total Number

    a) Years of experience of company – starting from the registration as vehicle tracking service provider (1 number for 1 year experience).

    10

    b) Number of Similar Assignments for fleet management services (02 number for 1 assignment).

    10

    c) Value of Similar Assignments (based upon the reporting templates submitted and verified + presentation of projects completed by online or desktop means.

    Minimum 4 projects presentation)

    40

    d) Understanding & Innovativeness 10

    e) Approach, Methodology, Work plan for LWMC scope of work (addressing all the points mentioned in scope of work and also reporting requirement)

    15

    f) Organizational Structure 5

    g) Development Team & GIS Section team Profile

    10

    Total 100

    Value of Assignments performed by Service provider will be judged on the basis of

    software evaluation. Service provider has to present minimum 4 projects for different

    companies (Govt. and Private) with detail description. Minimum 70 marks must be

    achieved for technical evaluation.

    Stamp & Signature of Bidder ______________________

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 27 of 57

    TERMS OF REFERENCE (TOR’S) / TECHNICAL EVALUATION CRITERIA FOR

    HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM AND

    DATABASE MANAGEMENT (LOT-2)

    The Service Provider will be awarded this Contract for maintenance, reporting, live availability through

    web as well as desktop application and management of database of LWMC vehicle tracking and

    management system for the period of 2011-2020. Complete scope of work includes;

    1. The LWMC will have the full rights to Audit the systems of service provider related to

    LWMC project including the system designing, operational working, Database

    Management, Trouble shooting and any other feature which is not mentioned here but

    part of LWMC contract/project.

    2. Any Audit Agency (Govt. or Private) which perform the function of Audit of LWMC

    can also Audit the service provider as described in point-1.

    3. The LWMC will have the full rights of Database and Application (Web/Desktop)

    related to LWMC Contract/Project. The services provider can only change after the

    approval and access granted by LWMC.

    4. The access to Database and Application will be available with LWMC and LWMC will

    share it with service provider when required.

    5. The service provider will share the complete Business Process for Designing of

    Application and Database with LWMC within one month after signing of Agreement.

    The service provider will follow the instructions to improve the system if required by

    LWMC.

    6. LWMC will define the users of the system and their rights. The service provider will

    follow the instructions passed by LWMC.

    7. Service provider will depute a dedicated manager for the correspondence with LWMC.

    8. Data synchronization to LWMC server if required by LWMC.

    9. Maintenance of Servers for Tracking System installed at LWMC office if require by

    LWMC.

    10. System Usage Training of LWMC staff if required by the LWMC.

    11. Keeping live LWMC old data of tracking for last 09 years. The data must be available

    as and when required by LWMC for the time period intimated by LWMC.

    12. Data Security and ownership by the service provider for last 09 year tracking data of

    LWMC is mandatory for the service provider.

    13. Any requirement with respect to Audit for data integration/presentation/reporting for

    last 09 year tracking data of LWMC within the required time is mandatory for the

    service provider.

    14. Device must be well concealed and protected from external effects, such as

    temperature, humidity, electric shocks, electronics mal-function, hazards, earth-quakes,

    water-proof, among other. The reporting software/application must be based on current

    application design with all available reporting features.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 28 of 57

    Street level vector scaled maps/ digital imagery is mandatory available with service

    provider for data display on web/desktop application.

    Training

    Service provider shall train the LWMC staff, within Four (04) weeks after the date of issuance

    of the work order, to a level that the LWMC staff must be able to manage vehicle Tracking

    Server and Monitoring Software Application.

    The Service Provider shall deliver all necessary documents and tools, which are required to

    understand, configure, troubleshoot and manage necessary hardware, software, and

    infrastructural issues in effective and smooth operations of VTMS if required by LWMC.

    Upon completion of such training, project manager will certify that Service Provider has

    completed the required training and has provided the entire required document.

    Troubleshooting of Server and Monitoring Software Application

    In case if LWMC faces any problems in maintenance of Server and Monitoring Software

    Application, the LWMC will inform the Service Provider immediately. The service provider shall

    troubleshoot, diagnose and rectify the problem within maximum Two (2) day of notification of the

    problem by the LWMC. The Service Provider shall provide this service free of cost during the contract

    period.

    Pre-Requisites of Technical Evaluation Criteria;

    Company must have minimum 5 Govt. Sector clients having minimum total of 2000 +

    Fleet and minimum 10 Private sector Clients having minimum total of 5000+ fleet.

    Registration with Pakistan Telecommunication Authority Registration with Pakistan Scientific Research Council Service provider must have the facility for customization / development of software as

    per requirement of LWMC.

    Service provider must have the facility of GIS surveys and data development.

    Service provider must have their own prepared map for integration in the system. Map

    of Lahore must be comprises the Lahore Division which includes Sheikhupura, Kasoor

    and Nankana.

    For GIS based services, map and surveying, service provider must be registered with

    Survey of Pakistan in form by its own or by a partner company.

    Service provider have to submit the at least 10 projects completed during last five (5)

    years with completion certificates by Clients and projects in hand with agreement

    copies along with financial strength of projects. Reports Templates of projects

    completed by service provider must be submitted against each project and contact detail

    of concern official to LWMC for verification.

    Service provider must submit the structure of the Firm/company.

    Service provider must submit the organogram of the company.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 29 of 57

    Service provider has to submit the technical proposal with complete methodology and

    suggestions. Description of the Approach, Methodology and Work Plan for Performing

    the Assignments. Methodology should be based upon the TOR’s mentioned in the bid

    document. It should be explained against each TOR.

    The Service Provider must have its functional regional office in Lahore.

    The Service Provider must own the data of LWMC tracking system for previous years

    and will ensure the live availability/functioning of this data.

    Evaluation of Technical Proposal:

    Company Profile Total Number

    h) Years of experience of company – starting from the

    registration as vehicle tracking service provider (1 number for

    1 year experience).

    10

    i) Number of Similar Assignments for fleet management services

    (02 number for 1 assignment). 10

    j) Value of Similar Assignments (based upon the reporting

    templates submitted and verified + presentation of projects

    completed by online or desktop means. Minimum 4 projects

    presentation)

    40

    k) Understanding & Innovativeness 10

    l) Approach, Methodology, Work plan for LWMC scope of work

    (addressing all the points mentioned in scope of work and also

    reporting requirement)

    15

    m) Organizational Structure 5

    n) Development Team & GIS Section team Profile 10

    Total 100

    Value of Assignments performed by Service provider will be judged on the basis of

    software evaluation. Service provider has to present minimum 4 projects for different

    companies (Govt. and Private) with detail description. Minimum 70 marks must be

    achieved for technical evaluation.

    Stamp & Signature of Bidder ______________________

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 30 of 57

    AGREEMENT NO. LWMC/ Dated: -----------------------------

    DRAFT CONTRACT

    (To be finalized on mutual consensus at the time of signing and to be executed on stamp

    papers to be provided by Service Provider)

    FOR

    HIRING OF SERVICES OF VEHICLE TRACKING & MANAGEMENT SYSTEM

    AND DATABASE MANAGEMENT SYSTEM (BOTH LOTS)

    THIS CONTRACT, together with Appendices A to D which constitute an integral part thereof

    (hereinafter referred to as the Contract), is signed on this ____ Day of _____________, 20___;

    By and Between

    M/s Lahore Waste Management Company, a company registered under section 42 of the

    then applicable Companies Ordinance, 1984 having its office registered at 4th floor Shaheen

    complex, office no. 4&5, Egerton Road, Lahore through its authorized signatory Managing

    Director, LWMC (Hereinafter referred to as the “Client” or “LWMC”, which expression shall

    where the context permits include its successors-in-interest and permitted assigns) of the first

    part;

    And

    M/s _________________________________ having its registered office at

    _________________________________________ or branch office address

    ____________________________________ through its authorized signatory

    _____________________________________ having CNIC no. ___________________

    Address _______________ (Hereinafter referred to as the “Contractor”, which expression

    shall where the context permits include its successors-in-interest and permitted assigns), of the

    second part.

    “(LWMC and the Contractor shall collectively be referred to as the ‘Parties’ and shall

    individually be referred to as ‘Party’)

    The Parties hereto agree as under:

    WHEREAS, LWMC is a company established to develop and manage an integrated Solid Waste

    Management System in the city of Lahore. In this regard, LWMC intends to procure the

    Services of the Contractor as specified hereunder.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 31 of 57

    WHEREAS, the Contractor is desirous of providing the aforesaid Services and submitted and

    opened its proposal on/bid on ___________ and the proposal/bid has been deemed successful

    for awarding this Contract.

    WHEREAS, the Contractor has agreed to offer and LWMC has agreed to procure the envisaged

    Services on the terms and conditions set out herein below.

    NOW THEREFORE, in consideration of the promises and mutual covenants contained herein

    and other good and valuable consideration, the adequacy of which is hereby acknowledged, the

    Parties agree as follows:

    ARTICLE 1: THE PROJECT

    The Assignment for which Services are required to be performed under this Contract is

    described in Appendix-A.

    The documents forming this Contract are to be taken as mutual explanatory of one another. For

    the purposes of interpretations, the priority of the documents shall be in accordance with the

    following sequence:

    (a) The Letter of Acceptance (LWMC___________ dated )

    (b) Appendix-D: Special Conditions

    (c) The Contract

    (d) Appendices A, B & C

    (e) Bid Documents and its schedules etc.

    (f) Any other documents forming part of Contract

    If an ambiguity or discrepancy is found in the aforesaid Contract Documents, the Client may

    issue any necessary clarification or instruction to that effect which shall be final and binding

    on the Contractor.

    ARTICLE 2: SCOPE OF SERVICES

    2.1 The scope of required services (Hereinafter referred to as "Services") to be performed

    by the Contractor for this Contract are described in Appendix-A.

    2.2 The Contractor further agrees to provide all related services, which are essential and/or

    ancillary for the performance of the obligations of the Contractor as may be required

    by the Client at any time during the term/duration of this Contract.

    ARTICLE 3: TIME SCHEDULE

    3.1 Effective Date of Commencement

    Effective Date of Commencement of Services shall be as defined in Appendix-B.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 32 of 57

    3.2 Time Schedule of Services

    The time schedule of Services is given in the attached Appendix-B.

    3.3 Extension of Time

    The Contract is renewable or extendable upto three years based upon satisfactory

    performance of the Contractor and with the mutual consent of both the Parties in case

    of services beyond the contract time period for which bids are called. Any and all

    extensions in the Contract shall be in writing.

    3.4 Time of the Essence

    Time is of the essence in this Contract and whenever a date of time is set forth in this

    Contract, the same has entered into and formed a part of the consideration of the

    Contract.

    ARTICLE 4: MODE OF OPERATION

    4.1 Obligations of the Contractor

    1) The Contractor shall perform Services as an independent Contractor in accordance with recognized professional standards, applicable laws and rules.

    2) The Contractor shall appoint a dedicated Manager named in Appendix-D who shall represent the Contractor for purposes of this Contract and shall be responsible for the

    administration of the Contract including performance of Services thereunder. He shall

    remain in contact with the representative of the Client to keep him fully informed on

    all matters relating to the provision of Services by the Contractor.

    3) The Contractor shall carry out the Services with due diligence and efficiency and in conformity with standard professional practices and regulations.

    4) The Contractor shall ensure the adherence and full compliance to the Terms and Conditions of this Contract and Appendices attached.

    5) The Contractor shall act at all times so as to protect the interests of the Client and shall take all reasonable steps to keep all expenses to a minimum consistent with sound

    economic and professional practices.

    6) The Contractor shall furnish the Client such information relating to the Services as the Client may from time to time reasonably request.

    7) Except with the prior written approval of the Client, the Contractor shall not further assign or transfer or outsource the Contract for Services or any part thereof nor engage

    any other independent Contractor or sub-Contractor to perform any part of the

    Services.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 33 of 57

    8) The Contractor agrees that no proprietary and confidential information received by the Contractor from the Client shall be disclosed to a third party unless the Contractor

    receives a written permission from the Client to do so.

    9) The Contractor shall procure, if applicable, all necessary government or semi-government approvals, licenses, permits, registrations etc. and ensure that the same

    shall remain valid during the term of the Contract.

    10) The Contractor shall strictly comply with all applicable laws, rules and regulations relating to the establishment.

    11) The Contractor shall not use trade name, trade mark or design affixed to or used in connection with the Scope under the Contract.

    12) In case of any mishap due to negligence by the Contractor, the Contractor will good the loss sustained by Client or third party involved in the incident. In all such

    circumstances, the Client will be authorized to deduct the amount of said loss from the

    monthly billing or any amount due to the Contractor under this Contract.

    4.2 Obligations of the Client

    The Client shall provide to the Contractor:

    1) All necessary data/documents/reports, as listed in Appendix-A, that may be required

    by the Contractor for performing the Services within the Time Schedule given in

    Appendix-B.

    2) The Client shall designate a person named in Appendix-D to act as its representative

    on all matters pertaining to this Contract and to fully cooperate with the Project

    Manager of the Contractor.

    3) The Client shall take all necessary measures to make timely payments to the Contractor

    as stipulated in Article 5, hereof.

    ARTICLE 5: REMUNERATION FOR SERVICES AND SCHEDULE OF PAYMENT

    1) In consideration of the satisfactory provisioning and delivery of Services and related services (if any), the Client shall pay a remuneration for the proper, complete and

    delivered Services by the Contractor strictly in accordance with Appendix-C. The

    remuneration quoted in Appendix-C shall remain fixed and valid during the duration

    of Contract including any extension (s) and shall not subject to variation on account of

    escalation.

    2) All payments to the Contractor are subject to the compliance by the Contractor of its obligations hereunder including statuary obligations.

    3) All payments to the Contractor are subject to applicable taxes, fees, deductions and penalties in terms of this Contract.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 34 of 57

    ARTICLE 6: TERMINATION

    6.1 End of Services

    The Contract shall come to an end when, pursuant to the provisions hereof, the Services

    have been properly and successfully provided and performed and the payment of

    remunerations for the proper and complete Services have been made.

    6.2 Termination by the Client

    6.2.1 In case of occurrence of any of the following “Event of Default” by the Contractor, the

    Client may forthwith, in writing, terminate this Contract:

    a) If the Contractor fails to provide the Services within the stipulated timeframes and in accordance with the provisions of this Contract.

    b) If the Contractor violates or breaches, or materially fails to fully and completely observe, keep, satisfy, perform and comply with, any agreement, term, covenant,

    condition, requirement, restriction or provision of this Contract or any of the Contract

    Documents and does not cure such violation, breach or failure within 20 days after the

    Client gives Contractor written notice of such violation, breach or failure, or, if such

    violation, breach or failure can be cured but not within 20 days with the use of diligent

    efforts, if the Contractor does not commence to cure such violation, breach or failure

    within such 15 days period.

    c) If the Services provided does not conform to any requirements of the Client and subject to the same being informed to the Contractor in writing the same is not replaced or

    rectified within 15 days or as required.

    6.2.2 The Client may, by a written notice of thirty (30) days to the Contractor, terminate this

    Contract, in whole or in part, without assigning any reason whatsoever. All payable and

    undisputed accounts for the proper and completed Services, as determined by the

    Client, between the Client and the Contractor shall be settled not later than thirty (30)

    days of the date of such termination.

    6.3 Termination by the Contractor

    The Contractor may suspend the Contract by a written notice of sixty (60) days only if

    the Contractor does not receive payments due under this Contract for the proper and

    completed Services within 30 days of submission of its accepted invoice. If the payment

    is still not made to the Contractor after 30 days of notice of suspension, the Contractor

    may terminate this Contract in whole or in part by giving sixty (60) days advance notice

    of intent to terminate. If the Contract is terminated by the Contractor under such

    circumstances, the Client shall pay, within a period of thirty (30) days from the date of

    effect of such notice of intent to terminate as referred above, all payments due to the

    Contractor for the properly delivered and completed Services.

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 35 of 57

    ARTICLE 7: FORCE MAJEURE

    The term "Force Majeure" as employed herein shall mean acts of God, strikes, lock-out or other

    industrial disturbances, acts of public enemy, wars, blockades, insurrection, riots, epidemics,

    landslides, earthquakes, storms, lightning, floods, washouts, civil disturbances, explosions and

    any other similar events, not within the control of either Party and which by the exercise of due

    diligence neither Party is able to overcome.

    If either Party is temporarily unable by reason of Force Majeure to meet any of its obligations

    under the Agreement, and if such Party gives to the other Party written notice, of the event

    within fifteen (15) days after its occurrence, such obligations of the Party, as it is unable to

    perform by reason of the event, shall be suspended for as long as the inability continues. Neither

    Party shall be liable to the other Party for loss or damage sustained by such other Party arising

    from any event referred to as Force Majeure or delays arising from such event. Force Majeure

    shall not include inability to perform due to lack of skills, expertise, insufficiency of funds or

    failure to make any payment required under the Contract.

    ARTICLE 8: RESOLUTION OF DISPUTES

    8.1 The Parties agree that in case of any dispute regarding the quality of the Services and/or

    any related services the decision of the Client shall be binding and final.

    8.2 The Parties agree that in all other disputes, differences and questions which has been

    the subject of a notice of dissatisfaction shall be finally settled as per provisions of

    Arbitration Act 1940 (Act No. X of 1940) and Rules made there under and any statutory

    modifications thereto. Arbitration proceedings shall be conducted by a sole arbitrator

    appointed by mutual consent of the parties. The decision of the arbitrator shall be final

    and binding on each party.

    8.3 The venue for arbitration shall be in Pakistan as given in Appendix-D.

    ARTICLE 9: APPLICABLE LAW

    This Contract shall, in all respects, be read and construed and shall operate in conformity with

    the applicable Laws of Pakistan. The Parties further consent and submit to the jurisdiction of

    the Courts in Lahore.

    ARTICLE 10: CONTRACT AMENDMENT

    No variation in or modifications to the Appendices shall be made, except by a written

    amendment signed by the Parties hereto, with mutual consent.

    ARTICLE 11: NOTICE

    Failure of a Party to timely and promptly communicate a change in its address shall not affect

    a communication duly given or made in accordance with Article 11. Any and all notices given

    by any of the Parties under this Contract shall be in writing and in English:

  • LAHORE WASTE MANAGEMENT COMPANY Company Established under Section 42 of Companies Ordinance 1984

    Office 04-05, Floor No. 4, Shaheen Complex, Egerton Road, Opposite LDA Plaza, Lahore

    Tell: +92-42-99205153-55 Fax: +92-42-99205156

    Page 36 of 57

    The mailing address for purpose as deemed suitable are as follow:

    To: The Client;

    Managing Director,

    M/s Lahore Waste Management Company,

    Office# 4 & 5, 4TH Floor, Shaheen Complex, Egerton Road,

    Lahore.

    To: The Contractor

    __________________________________

    ____________________________________

    Branch office,

    ___________________________________

    ___________________________________

    Or to such other address as either of these Parties shall designate by notice given as required

    herein. Notices shall be effective when delivered. Each Party shall promptly inform other Party

    for change in address otherwise other Party shall not be responsible for non-delivery of any

    notice and the same shall be considered as delivered.

    ARTICLE 12: VALIDITY AND CHANGE IN LAW

    If after the execution of this Contract, any Party cannot perform any of its obligations

    hereunder, or is adversely and materially affected due to the promulgation or amendment of

    any law, rules, regulations or policy decisions of their respective Governments or regulators,

    the Parties shall pro