Sei sulla pagina 1di 54

TRANSPORT DEPARTMENT

GOVERNMENT OF PUNJAB
LAHORE, PAKISTAN

PREQUALIFICATION OF FIRMS / CONSORTIUM FOR ESTABLISHMENT OF MULTI-MODAL


INTERCITY BUS
TERMINALS IN LAHORE CITY, PUNJAB, PAKISTAN

ON BUILD OPERATE TRANSFER MODE

_____ July 2017


Reference: Multi-Modal Intercity Bus Terminals Project

Islamic Republic of Pakistan

The Grantor hereby invites Applications for Prequalification from interested companies or consortia to be
prequalified to bid on a PPP tender for the development, construction, operation, maintenance and financing of
MIBTs in PPP mode on BOT basis. The Concession Agreement will be awarded through a competitive bidding
process open to both local and international Prequalified Applicants.

The following prequalification procedure will be adopted for the purposes of shortlisting of the Applicants:

1. This RFQ is provided with a project brief (which gives Applicants an overview of the Project).
2. Each Applicant whose Application for Prequalification is determined to be substantially responsive to the
Evaluation Criteria shall be designated as the Prequalified Applicants.
3. The Prequalified Applicants shall be invited to participate in the Bidding Process for the Project.

The Applications for Prequalification must be delivered no later than (Insert time) on (Insert date), at the
address indicated in Section 8 of the RFQ.

Sincerely.

[Insert name]
[Insert designation]
[Insert address]
IMPORTANT NOTICE

The RFQ is provided to the recipient solely for use in preparing and submitting applications for prequalification
in a competitive bidding for the Project. The RFQ is being issued by the Grantor solely for use by prospective
investors in considering the Project. The RFQ has been prepared with the assistance of M/s. Sampak
International as the TA, EY Ford Rhodes as the financial advisor and HaidermotaBNR & Co. as the legal
advisor.

None of the above entities, nor their employees or consultants make any representation (expressed or implied)
or warranties as to the accuracy or completeness of the information contained herein, in the project brief or
other document made available to a person in connection with the tender process for the Project, and shall have
no liability for this RFQ or for any other written or oral communication transmitted to the recipient / Applicant
in the course of the recipient’s / Applicant’s evaluation of the Project. Neither these entities nor their employees
or consultants will be liable to reimburse or compensate the recipient / Applicant, for any costs or expenses
incurred by the recipient / Applicant in evaluating or acting upon this RFQ or otherwise in connection with the
Project as contemplated herein.

The RFQ does not constitute a solicitation to invest, or otherwise participate, in the Project.
1 DEFINITIONS AND RULES OF INTERPRETATION
1.1 All capitalized terms used herein shall have the following meaning:

“Applicant” means the legal entity who has submitted an Application for Prequalification to
participate in the prequalification process in terms of this RFQ and includes a Consortium and, if
applicable, any Parent Company.

“Parent Company” means a company incorporated in or outside of Pakistan, who owns fifty percent
(50%) shareholding (directly or indirectly) in the Applicant or a Consortium Member (as the case
maybe), whose technical and/or financial strength has been relied upon by such Applicant or a
Consortium Member (as the case maybe) to satisfy the Evaluation Criteria.

“Applications for Prequalification” means the application for prequalification prepared in


accordance with the provisions of this RFQ.

“Bidding Process” means the competitive bidding process to be carried out for the selection of a
Concessionaire for this Project under the PPP Act and the PPP Rules in accordance with the RFP.

“BOT” means the built, operate and transfer mode in terms of the PPP Act.

“Concessionaire” means the Prequalified Applicant declared as the successful bidder in terms of the
RFP, who executes the Concession Agreement.

“Concession Agreement” means the concession agreement to be signed between the Grantor and the
SPV for the development of the Project.

“Concessionaire Guarantee” shall have the meaning given to that term in Section 2.2.5.

“Concession Period” shall have the meaning given to that term in Section 4.2.3.

“Consortium” means an Applicant participating in the prequalification process in the form of a


consortium meeting the requirements set out in this RFQ.

“Consortium Member” has the meaning given to that term in Section 2.5.1.

“Grantor” means the Transport Department, Government of Punjab.

“Evaluation Criteria” means the legal, technical and financial criteria and other conditions and
requirements specified in the RFQ, as may be amended from time to time.

“GOPb” means the Government of Punjab.

“Land” shall have to the meaning given to that term in Section 4.2.2.

“Lead Member” shall have to the meaning given to that term in Section 2.5.1.

“Letter of Intent” means the instrument to be submitted as part of the Application for Prequalification
in the form attached as Appendix C.

“MIBT” means the Multi-Modal Inter-City Bus Terminals located as Shahdara and / or Thokar.

“Notification” shall have the meaning given to that term in Section 4.3.5.
“Pakistan” means the Islamic Republic of Pakistan.

“PPP” means Public Private Partnership in terms of the PPP Act.

“PPP Act” means the Punjab Public Private Partnership Act, 2014.

“PPP Rules” mean the Punjab Public Private Partnership Rules, 2014.

“Project” means the development, construction, operation, maintenance and financing of the MIBTs
on BOT basis.

“Prequalified Applicants” means the Applicants whose Application for Prequalification are declared
substantially responsive in accordance with the Evaluation Criteria.

“RFP” means the request for proposals to be issued to Prequalified Applicants by the Grantor, which
will include, inter alia, the instructions to bidders, the draft Concession Agreement, the draft land lease
agreement and the escrow arrangement for receipt and distribution of Project revenues.

“Request for Qualification” or “RFQ” means this document setting out the terms and conditions for
the prequalification process in respect of the Project.

“SPV” means the special purpose vehicle incorporated in Pakistan by the Concessionaire for the
development and implementation of the Project meeting the requirements set out in the RFQ and any
additional requirements to be included in the RFP.

“Submission Deadline” has the meaning given to that term in Section 8.1.

“TA” means the technical advisor appointed by the Grantor for providing technical advice in relation
to the Project.
1.2 RULES OF INTERPRETATION
The following rules shall be applied in the interpretation of the following provisions of the RFQ:
1.2.1 The singular shall include the plural and vice versa, where appropriate.
1.2.2 The expressions section or appendix shall respectively mean a section or appendix of this RFQ.
1.2.3 A reference to any legislation or legislative provision includes any statutory modification,
amendment or re-enactment of or legislative provision substituted for, and any subordinate
legislation/rules/regulations under that legislation or legislative provision.
1.2.4 The words “including” and “includes”, and any variants of those words, will be read as if
followed by the words “without limitation”.

2 INTRODUCTION
2.1 PROJECT BACKGROUND
2.1.1 Lahore is the second largest city of Pakistan with a population of over ten (10) million. The city
spreads out over an area of about twenty-five (25) kilometers by twenty-five (25) kilometers.
However, due to the Indian border towards the east, the expansion is pushing the city towards the
north beyond the Ravi River and the south, towards Multan Road. Looking at the present trend it can
be seen that residential areas are also expanding towards the east of the city on Ferozepur Road and
new defense housing phases.
2.1.2 Currently fast urban development and commercial activities in Lahore are consuming the land near
major road networks and it is quite difficult to secure a large chunk of land for constructing central bus
terminal catering to more than six thousand (6,000) incoming and outgoing intercity trips daily.
2.1.3 Badami Bagh General Bus Stand at Circular Road and City Terminal at Band Road are currently the
only main bus terminals where mainstream intercity bus operations are undertaken. Considering the
rush of passengers and vehicles at both terminals, it is essential to provide bus terminals of international
standards at two different locations in Lahore, so that better intercity transport facilities are available
to the general public.
2.1.4 The Grantor has therefore decided to establish two (2) MIBTs in PPP mode on BOT basis in Lahore.
2.1.5 The new terminals are to be designed, so as to facilitate intercity passengers with modern
facilities of international standards. These MIBTs will be connected to the Metro Bus / rail system,
intra- city transport system, railway and with proper road links to Allama Iqbal International Airport,
via the Lahore Ring Road, with an emphasis on reducing travel time and discomfort to the intercity
passengers.
2.2 INSTRUCTIONS TO PROSPECTIVE APPLICANTS
2.2.1 The Grantor hereby invites interested private sector parties through this RFQ to submit their
Applications for Prequalification along with all required documents, specified in this RFQ.
2.2.2 The Grantor wishes to engage the private sector for bringing their capital, experience and expertise in
the development and management of the Project. The private sector shall undertake the development,
construction, operation, maintenance and financing of the MIBTs.
2.2.3 The Concession Agreement will be awarded through a Bidding Process open to local and international
Prequalified Applicants only.
2.2.4 The Project shall be a solicited proposal through a single-stage two-envelope Bidding Process, to be
conducted in accordance with the PPP Act and the PPP Rules.
2.2.5 The Project will be structured as a Concession Agreement between the Grantor and the SPV established
by the Concessionaire who emerges as the successful bidder during the Bidding Process. The
Concessionaire (including all Consortium Members in case of a Consortium) will execute a guarantee
in form and substance acceptable to the Grantor (as included in the RFP), guaranteeing all the
obligations of the SPV under the Concession Agreement (the “Concessionaire Guarantee”).
2.2.6 The Concessionaire shall be responsible for the development, construction, operations and maintenance
of the MIBTs.
2.2.7 To assist the Applicants, the Grantor has set out, in Section 4, the tentative and non-binding details of
the concessions it proposes to make available by the Grantor under the Concession Agreement. By no
means are these concessions to be considered final. Final concessions will be set out in the RFP for the
Project following a consultative session with all relevant stakeholders and approval from all relevant
agencies departments of the GOPb.

2.3 PROJECT LOCATION


The locations selected for the development of the Project are:
2.3.1 Thokar MIBT
Thokar Niaz Baig Interchange MIBT, a sizeable chunk of government-o w ned land measuring
approximately 102,000/- Sq M. The site is on Multan Road and in close vicinity to the Motorway
(M-2). the MIBT at this location will facilitate the movement of transport coming from south (major
influx) as well as from the north of the country (using the Motorway). Architectural design layout
is attached as Annex-A.
2.3.2 Shahdara MIBT
Shahdara MIBT, a sizeable piece of government-owned land measuring approximately 110,000/- Sq
Mtrs. the MIBT at this location aims to resolve the issue of traffic coming from the north of the country
(via GT Road) and the traffic coming from the south of the country through Shahdara Interchange.
This terminal will be on the main GT Road which will facilitate the intercity transport. Architectural
design layout is attached as Annex-B.
LOCATION MAP
The location map is as follows:
2.4 PURPOSE OF RFQ
2.4.1 The purpose of this RFQ is to:
(a) provide interested parties with the background of the Project;
(b) set out the objectives and the proposed commercial principles governing the Project;
(c) communicate the expectations of the Grantor in seeking private sector investment and
participation;
(d) explain the intended procurement process;
(e) outline the Evaluation Criteria;
(f) specify the terms and conditions for participation in this prequalification process for prospective
Applicants; and
(g) elicit responses from Applicants with the skills, knowledge, experience, capability, financial
resources, capacity and approach necessary to design, procure, build, finance, operate and
maintain the Project.

2.5 CONSORTIUM
2.5.1 An Applicant may participate in the prequalification process either individually or in the form a
consortium comprised of companies, firms, corporate bodies or other legal entities, each of which shall
constitute members of the Consortium (a “Consortium Member”). In the event that an Applicant is a
Consortium it shall appoint and authorize one (1) Consortium Member as the lead member (the “Lead
Member”). The Prequalified Applicant shall be required to meet the criteria stated in this RFQ and,
during the Bidding Process, any additional requirements set out in the RFP. The Lead Member shall
represent and irrevocably bind all Consortium Members in all matters connected with the
prequalification process and the Bidding Process for the Project, including, but not limited to, the
submission of the Application for Prequalification on behalf of the Consortium.
2.5.2 For the purposes of this RFQ the Applicants participating as a Consortium are required to submit a
Letter of Intent as part of their Applications for Prequalification. The shareholding percentage of each
Consortium Member in the SPV shall be stated in the Letter of Intent and shall be locked, subject to
any changes permitted in terms of the RFP. Any change in the Consortium shall be subject to the terms
and conditions to be stated in the RFP. Each Consortium Member shall be jointly and severally liable
for the obligations of the Concessionaire and the SPV.

2.6 PARENT COMPANY


2.6.1 The Applicant, or in the case of the Consortium, any Consortium Member, may elect to present
evidence of projects undertaken by its Parent Company to satisfy the Evaluation Criteria. In doing so,
it must demonstrate to the satisfaction of the Grantor, and in accordance with the Evaluation Criteria
set out in Section 6, that the relevant skills and resources of the Parent Company will be available to
the Applicant including the Consortium Member during the Concession Period.
2.6.2 Similarly, an Applicant, or in the case of the Consortium, any Consortium Member, may elect to present
financial statements of their Parent Company to satisfy the Evaluation Criteria.
2.6.3 Should an Applicant or, if applicable, any Consortium Member rely on the strength of its Parent
Company to satisfy the Evaluation Criteria, such Parent Company shall sign the Concessionaire
Guarantee along with the Applicant and, if applicable, all other Consortium Members. Alternatively,
the Parent Company may provide a separate guarantee in form and substance acceptable to the Grantor
as provided for in the RFP.

2.7 PRE-QUALIFICATION APPLICATION PREPRATION AND SUBMISSION COSTS


2.7.1 The Applicant shall bear all costs associated with the preparation and submission of its Application for
Prequalification, including, without limitation, all costs and expenses related to the Applicant’s
preparation of responses to questions or requests for clarification.
3 PROJECT OBJECTIVES
3.1.1 In response to the growing importance of efficient public infrastructure in driving sustainable economic
development and growth, lifting levels of productivity and boosting regional employment, the GOPb
has embraced the PPP model as a key strategy for the accelerated delivery of its public infrastructure.
The Grantor’s objectives for the Project include:
(a) to improve the quality of public transport services in Lahore;
(b) to provide state-of-the-art intercity bus terminals; and
(c) ease congestion, pollution and reduce travel time for passengers.
4 COMMERCIAL PRINCIPLES

4.1 REQUEST FOR PROPOSAL


4.1.1 This Section provides key obligations of the Concessionaire and major concessions being considered
by the Grantor for inclusion in the Concession Agreement. By no means are these proposed concessions
final. Final terms shall be included in the RFP following consultation with the Prequalified Applicants
and approvals from all relevant agencies and departments of the GOPb.
4.1.2 Design and Construction of Multi-Modal Intercity Bus Terminals
The RFP shall include the soil investigation reports prepared by the TA, however, the responsibility of
validation / updating of these reports shall be with the Prequalified Applicants and the site risk shall be
borne by the Concessionaire. Underground water quality tests and other relevant investigations which
are not done by the TA shall also be conducted by the Concessionaire.
During the Bidding Process, and as part of the RFP, the Prequalified Applicant shall be provided with
the preliminary design and engineering assessments made by the TA, which will not be binding on the
Prequalified Applicant and without recourse to the Grantor. The Prequalified Applicants and the
Concessionaire shall perform its own due diligence and study and prepare its own engineering designs
and drawings to meet the requirements for provision of facilities and amenities at terminals as well as
conformity to engineering standards, material specifications, space requirements for different facilities
by hiring the services of competent well reputed engineering/ architectural firms or consultants, the
detail of which shall be indicated in the RFP.
Each Prequalified Applicant, shall as part of its proposal under the RFP, shall be required to submit its
conceptual design for the Project, which will include the terminal master plan, the building plans, the
utilities plans for Project area, area drainage, the signage plan, the traffic circulation plan, rough cost
estimates and architectural design. The conceptual design shall be in conformity with the requirements
for provision of facilities for the MIBTs which include but shall not be limited to: the capacity of the
terminals to handle peak hours intercity buses, departure and arrival bays and idle parking for buses,
intra-city bus bays, amenities such ticketing counters, waiting halls, fuel station, driver’s rest rooms,
washing areas, repair and service facilities (workshops), pick & drop lanes, hotel, motels, public toilets,
internet facilities, food courts, security system, firefighting system, 24/7 electricity supply etc.,
commercial space for shops and offices including banks, ATMs, business center, meeting rooms, cargo
offices etc. and other compatible uses associated with bus terminals such as horticulture, IT system
control rooms, waste management arrangement, landscaping, etc. All the designs and engineering
drawings shall be based on the results of the Prequalified Applicant’s soil and other investigations and
will be integrated with infrastructure development outsides MIBTs, initial environment impact
assessment and traffic assessments to be conducted on the sites.
The detailed engineering design and drawings (along with other specific information including detailed
engineering cost estimate, item-wise specification and quantities of all material, equipment and
components to be incorporated in the Project) will be submitted by the Concessionaire after award in
accordance with the timelines stated in the RFP. Such designs and drawings and other information shall
be validated by an independent engineer or engineering firm as appointed by the Grantor before
commencement of construction work. The role of the independent engineer / engineering firm shall be
to assess and ensure quality of construction, materials testing, building structures, conformity of civil
works as per approved plans, conformity of applicable by-laws and regulations and conformity with
the technical requirements of the Concession Agreement.
The Approval of the final design by the concerned departments/ agencies and the Grantor shall be
mandatory. The construction of terminals shall be made in accordance with construction standards,
material specifications and quality standards laid down in the RFP.

4.1.3 Operation and Management of Multi-Modal Intercity Bus Terminals


The Concessionaire shall be expected to operate and manage the MIBTs and shall be responsible for
the efficient, hassle-free operations of intercity buses in accordance to schedules and service levels
notified by the Grantor from time to time or defined in the key performance indicators in the Concession
Agreement. The management of terminals to handle incoming and outgoing traffic, circulation and
movement of passengers within terminals, safety of passengers, training of terminal staff, route
planning, security arrangements, up and down time of the IT systems, the IT tools (websites &
servers, etc.), performance and upgradation of equipment installed at each MIBT shall be the
responsibility of Concessionaire. In addition, the Concessionaire shall also closely monitor the
operations of intercity bus services at each MIBT terminal operated through different bus operators in
the scheduling and management of intercity bus operations including the management of routes,
number of buses on particular route and the fitness of vehicles. It shall be the responsibility of the
Concessionaire to ensure that adequate facilities are provided and available to passengers, operators,
drivers and visitors during peak and off-peak hours. The effective management of bus operations to
meet the passenger demand on any given day, especially national and/or local events shall be managed
by the Concessionaire. Failure to meet the operations, management and maintenance parameters may
lead to damages being applied through well-defined key performance indicators in the Concession
Agreement.
4.1.4 Customer Care and Quality Review
The Concessionaire shall be expected to provide facilities for customers to register complaints and
inquiries regarding bus routes and scheduling, fare and other facilities. The Concessionaire shall
prepare and implement the customer care management plan for addressing customer complaints. The
Concessionaire shall establish dedicated helpline (UAN) to register complaints/ suggestions/
improvements regarding the services offered at the terminals. Such customer facilities shall be
expected to meet international standards which shall be defined in the Concession Agreement. The
Concessionaire shall be expected to ensure that the routes and schedules of intercity transport at each
terminal are properly communicated to passengers, which includes communication through variable
messaging sign at each MIBT site, the website and 24/7 telephonic services. The Concessionaire shall
ensure latest and updated internet/ wifi facilities for customers at MIBTs. The Concessionaire shall also
be expected to address the concerns of the bus operators and facilitate them in the preparation of
intercity bus routes, schedules, and number of buses to be operated on any given day. It is the
Concessionaire’s responsibility to ensure that the bus operators are operating their buses according to
rules and regulations defined by GoPb and Concession Agreement. The Concessionaire shall be
responsible for online and at-terminal booking / ticketing procedures. Failure to meet the customer
services goals may lead to damages being imposed through well-defined key performance indicators
in the Concession Agreement
4.1.5 Financial, Legal and Contractual Compliance

The revenues of the Project shall be routed through an escrow account. Mechanism for receipt and
disbursement of funds under the escrow account arrangement shall be provided in the Concession
Agreement as part of the RFP.
The Concessionaire shall keep the record of all financial and accounting documents and will prepare
financial statements as per applicable laws and share those with the Grantor and the independent auditor
from time to time.

The roles and responsibilities of independent auditor and the independent engineer to be appointed
under the Concession Agreement shall be provided in Concession Agreement as part of the RFP.
Broadly, the independent auditor will audit all Project revenues to ensure the Grantor is receiving its
share of the revenue in terms of the Concession Agreement; the independent engineer will monitor the
progress of the construction phase and, subsequently, compliance with key performance indicators
during operations.

The Concessionaire shall be required to discharge its obligations under the Concession Agreement in
accordance with the applicable laws and prudent industry practices.

4.1.6 Management Information System

A well designed, high performance and robust IT system is essential for the automation of MIBT
business processes in order to attain high degree of efficiency in managing operations of bus terminals
and maintaining quality of customer services. The Concessionaire shall design and develop a turnkey
solution for IT system and database management system and shall be responsible to submit detailed
system architecture and specifications to the Grantor for its review and approval. The database shall
have the ability for its integration with GOPb databases such as vehicle registration, vehicle fitness,
route permits, driving license, etc.

The Concessionaire shall develop a comprehensive Management Information System (MIS) which
allows monitoring of the terminal operations encompassing the bus bays, waiting areas, parking bays
occupancy, fee collections, management offices, hotel occupancy and number and time of vehicles
entering and leaving the terminal. A robust reporting suit shall be developed by Concessionaire as part
of MIS system.

A well–designed security and surveillance system shall be developed by the Concessionaire for live
monitoring of terminals. The adequate numbers of CCTV cameras shall be installed to cordon areas
within and outside terminals and access of the same shall be made available to the Grantor.

The IT system shall include an integrated suite of customized and/or off-the-shelf software designed to
centrally support all aspects of the MIBTs operations, including revenue collection, expenditure, and
vehicle management. Failure to meet the IT requirements (hardware & software) may lead to damages
being imposed through well-defined key performance indicators in the Concession Agreement. The
Concessionaire shall keep the record of all financial and accounting documents and must prepare
financial statements (monthly, bi-annually and annually) and share them with the Grantor and third
party validation firm / independent auditor for the purpose of monitoring the revenue of the Project.
4.2 KEY FEATURES OF THE CONCESSION AGREEMENT

4.2.1 Special Purpose Vehicle

(a) The Concessionaire shall be required to establish an SPV. The SPV shall enter into the Concession
Agreement with the Grantor. The Concessionaire shall provide the Concessionaire Guarantee to
the Grantor, guaranteeing all the obligations of the SPV.

4.2.2 Land

(a) The land for the establishment of the Project (the “Land”) shall be provided to the Concessionaire
on a monthly lease by the Grantor for the entire Concession Period. There will be an annual increase
in the rent, which shall be specified in the RFP.

(b) The terms of the lease shall be given in the draft land lease agreement, which shall be provided in
the RFP.

4.2.3 Construction, Operation and Concession Periods

(a) The concession period shall commence upon the notification of allotment of land issued by the
Grantor (the “Notification”) and shall be [twenty (20)] years therefrom (the “Concession
Period”).

(b) The expected construction time for the MIBTs shall not exceed two (2) years from issuance of the
Notification. The precise date shall be specified in the RFP.

(c) The operations and maintenance period for each MIBT shall commence upon construction
completion of each MIBT (in accordance with the requirements of the Concession Agreement) and
continue till the expiry of the Concession Period.

(d) The Concessionaire will be compensated for delays in achieving the operations start date if the
delay occurs due to the non-performance of obligations of the Grantor.

4.2.4 Infrastructure, Closure of Terminals and Opening of New Terminals

(a) The infrastructure outside the MIBTs will be made available to the Concessionaire prior to
operations start, as specified in the RFP.

(b) The Grantor shall, on the start of operations of the MIBTs, ensure the existing C-Class stands
within Lahore notified under Rule 253-A of Motor Vehicle Rules, 1969 are operated from the
MIBTs. In case this does not occur, the Grantor will compensate the Concessionaire in terms
provided for in the RFP. C-Class stands are those Stands, being administered by City District
Government, a District Government, a Town Municipal Administration or a Tahsil Municipal
Administration or through the agency of a contractor.

(c) [The Concessionaire shall be given a first right of refusal with respect to any new C-Class stands
/terminals to be opened in Lahore. The first right of refusal shall be applicable for a period specified
in the RFP.]
(d) From the start of the Concession Period and until a period to be specified in the RFP, the Grantor
shall not allow the opening of any new D-Class stands in Lahore and shall not permit the increase
in capacity of existing D-Class stands. D- Class stands are privately owned or company stands
defined under Rule 253 of Motor Vehicle Rules, 1969.
4.2.5 Revenue Generation

(a) The Concessionaire’s main source of revenue shall be the terminal charges collected from vehicles.

(b) The Concessionaire shall be allowed to collect toll for various categories of vehicles following the
commencement of the operation and maintenance period of the respective MIBTs in accordance
with the terms set out in the table below:
Source of revenue Charge
Inter-city Bus Arrival or Departure Terminal charges per trip per vehicle
Intra-city Bus Arrival Fixed fee per entry
Intra-city Wagon Arrival Fixed fee per entry
Car or Taxi Parking Fixed fee per entry

(c) Other sources of revenue for the Concessionaire shall include shops, restaurants, snack bars, hotels,
motels, fueling stations, offices, repair workshops, washing decks, signing posts, advertisements,
drivers rooms, etc. established at the MIBTs.

(d) The Concessionaire shall estimate the cost and revenue of the Project, based on its own market
research, surveys and analysis, by taking into account the parameters given hereinabove and any
other factors that may be relevant and as specified in the RFP.

4.2.6 Financing

(a) The Concessionaire shall bear the responsibility of financing of the Project.

(b) The Concessionaire’s minimum equity investment in the Project shall be thirty percent (30%) of
the total project cost.

(c) The Grantor anticipates that financial close shall be achieved within three (3) months from the
signing of the Concession Agreement.
4.2.7 Expiry of Concession Period
(a) The Concession Agreement will define the requirements and handback conditions for the MIBTs
at the end of the Concession Period.
(b) The Concessionaire shall be obliged to transfer the facilities to the Grantor at the end of the
Concession Period, as may be extended from time to time in accordance with the terms of the
Concession Agreement.
(c) The project assets including all infrastructure, the IT systems and the MIS system shall be handed-
over to the GOPb, after completion of Concession Period, with a minimum operational life of five
(5) years for the equipment and a minimum life of forty (40) years for the building structures after
the completion of the Concession Period. Such warranty shall be evaluated and validated by a third-
party firm.

4.2.8 Termination and Force Majeure


(a) The Concession Agreement shall include compensation payments to be made to the Concessionaire
for early termination due to the default of the Grantor or (if applicable) termination for convenience
of the Grantor. Compensation will include verifiable payments of project costs incurred, payment
to lenders of outstanding debt and projected return on equity - all to be based on projections and
models agreed prior to the signing of the Concession Agreement.

(b) The Concessionaire will be protected from force majeure risk (subject to insurance requirements
for construction and operations).
5 PROCUREMENT PROCESS

The intended process for the selection of the Concessionaire is set out below.
5.1 Stage 1 – Request for Qualification
At the RFQ stage, Applicants will submit qualifications to demonstrate their capabilities to fulfil
the roles and responsibilities of the private sector partner as per requirement in the RFQ.
5.2 Stage 2 – Request for Proposal
Prequalified Applicants will proceed to the RFP stage.
5.3 Finalization of Project Documentation
The Grantor and the Concessionaire will work towards finalization of the Concession Agreement
and associated contracts.
5.4 Indicative Timeline
The indicative timelines for the Bidding Process are set out in the table below and are subject to
internal GOPb approvals and receipt of necessary consents from relevant agencies and
departments and any permitted extensions stated in the RFP:
Event Tentative Date
30 days from issuance of
Deadline for submission Application for
the RFQ
Prequalification
15 days from
Issuance of RFP including draft Concession Agreement
announcement of
to Prequalified Applicants
Prequalified Applicants
To be notified in the RFP
Pre-bid conference
60 days from issuance of
Deadline for submission of bids
the RFP
15 days from receipt of
Notice of Award
Bids
10 days from Notice of
Signing of Concession Agreement
Award
90 days from signing of the
Financial Close
Concession Agreement

18 | P a g e
6 EVALUATION CRITERIA
6.1 TECHNICAL, LEGAL AND FINANCIAL CRITERIA
6.1.1 At the prequalification stage, the Applications for Prequalification will be evaluated against a
number of financial, legal and technical criteria, forming part of the Evaluation Criteria. The
criteria for evaluation of the Applications for Prequalification is set out in the below table:

APPLICANT / OTHER DOCUMENTS


DESCRIPTION LEAD CONSORTIUM REQUIRED
MEMBER MEMBERS
Applicant’s Credentials and Track Record Submission
Requirements
Development and/or majority ownership in Aggregate number of the projects Appendix B5
projects successfully completed during the completed by each Consortium
last Five Years (Real estate and/or Member.
transport infrastructure worth at least
PKR Five Billion each)
(Minimum two projects)

Operation and maintenance or majority Aggregate number of the projects Appendix B6


ownership in entity carrying out operations completed by each Consortium
and maintenance of bus terminals and Member
allied facilities in the last Five Years (each
having a minimum daily capacity of 1000
trips)

Pending Litigation
All pending litigation shall be treated as Must meet the Must meet the Appendix I
resolved against the Applicant and/or criteria criteria
Consortium Member provided that the claims
made against the Applicant and/or Consortium
Member do not represent in aggregate more
than fifty (50) percent of the Applicant’s net
worth and in the case of a Consortium fifty
(50) percent of the Consortium Member’s net
worth.
Financial Standing
Net Worth (Total assets-total liabilities) Must meet 60% Must FIN - 1
(Minimum PKR 5.0 Billion for last of the criteria collectively
concluded financial year) meet 40% of the
criteria
Average Annual Turnover (latest Three Must meet 60% Must FIN - 2
years) of the criteria collectively
(Minimum average revenue of PKR 3.0 meet 40% of the
Billion or cumulative revenue of PKR 9.0 criteria
Billion for last Three years)
Available Cash Flow in the amount of Must meet 60% FIN - 3
equivalent to minimum PKR 1.0 Billion to of the criteria
meet cash flow requirements.
(Please note that this can be a combination of
undrawn credit facility (which can be
demonstrated through a bank letter) and un-

19 | P a g e
encumbered cash/bank balances as at the
close of the latest available audited accounts)
Credit Worthiness (based on last concluded Must meet this FIN - 4
financial year) requirement

- Maximum debt/ equity ratio of 60:40


- Minimum current ratio of 1.01
Or
- Alternatively, an Applicant may
provide proof of credit worthiness in
the form of credit rating from a
reputable credit-rating agency
acceptable to the Grantor (such as
Moodys, S&P, Fitch etc.)

Note: Foreign Applicants / foreign Consortium Members having financial statements in a currency other
than Pak Rupee, the exchange rate for conversion into Pak Rupee, applicable for evaluation shall be based
on the daily weighted average rate published by State Bank of Pakistan (SBP) (available at
http://www.sbp.org.pk/ecodata/Rates/WAR/WAR-History.asp) prevailing at respective financial year end
of the entity.
6.1.2 The Grantor reserves the right to change the timing, form and substance of the Evaluation Criteria
or the evaluation procedure at its discretion, pursuant to an addendum issued under Section 8.
6.1.3 Each Application for Prequalification shall be checked for completeness and compliance with the
RFQ requirements detailed in this document. Non-compliant or incomplete submissions may be
rejected.
6.1.4 The Grantor may reject any Application for Prequalification which is not responsive to the
requirements of the RFQ. The Grantor reserves the right to waive deviations/omissions, if these
do not materially affect the capability of an Applicant to perform the Concession Agreement /
project.
6.1.5 The experience of subcontractor(s) and their resources shall not be taken into account in
determining the Applicant’s compliance with the Evaluation Criteria.

20 | P a g e
7 INFORMATION TO BE SUBMITTED IN RESPONSE TO RFQ

7.1 APPLICATION FOR PREQUALIFICATION

7.1.1 This Section sets out the minimum information requirements for the Application for
Prequalification. The Applicants should support their submissions in their Application for
Prequalification with other information which they believe is essential to their RFQ responses.

7.1.2 The minimum list of information to be submitted is set out below. Each submission should also
be accompanied by the RFQ forms attached as Appendixes to this RFQ, completed in accordance
with instruction given in this RFQ. A failure to respond to any of these elements may result in the
disqualification of the Applicant from the prequalification process. The Applicants should use the
list of requirements in this Section as the framework for their Application for Prequalification to
assist the evaluation of their submissions.
7.2 MANDATORY INFORMATION

7.2.1 The Applicant or each Consortium Member, in case of a Consortium, must provide the following
mandatory information:
(a) Corporate, management and organisational structure and shareholding;
(b) Legal status, company profile and nature of business operations;
(c) Consortium, joint venture or subcontractor agreements (if applicable);
(d) Lead partner identity and contact information (if applicable);
(e) Roles and responsibilities of each partner and main subcontractors in the Consortium or
organization (if applicable);
(f) Letter of Intent (if applicable);
(g) Official address, proof of registration with relevant authorities in country of incorporation
including the year of registration / incorporation and years of operations since
incorporation;
(h) Audited financial statements for last three (3) years (complete);
(i) Banker’s certificate regarding credit worthiness and available credit lines to the Applicant
or Consortium Members;

(j) Applicants must provide comprehensive resumes of the key team members intended to
work on the Project. The resumes should describe their degree of involvement with
management of the development, construction, maintenance and operations phases of
projects, indicate their qualification and experience including their role in the project and
duration of their engagement; and

(k) If the Applicant or any Consortium Member is a local firm it must provide NTN, Sales
Tax and Punjab Revenue Authority (PRA) numbers. In case the Applicant or any
Consortium Member is a foreign firm the Applicant must provide company registration
and tax registration with relevant authorities in its home country for such foreign
Consortium Member(s). Registration with SECP, FBR, PRA, PEC etc. shall be
compulsory on the SPV before the signing of the Concession Agreement.

21 | P a g e
7.3 FINANCIAL INFORMATION

7.3.1 Applicants must provide evidence of financial strength of the Consortium or organization by
providing:
(a) The audited accounts for the last three (3) years for each of the equity provider(s) and in
the case of a Consortium, any other key Consortium Members;
(b) Where an equity provider, design-build contractor, operator, infrastructure management
subcontractor and / or any other key subcontractor intends to procure a corporate
guarantee from a Parent Company or other entities, the audited accounts for the last three
(3) years of that parent company or other entities;
(c) The copies of financial statements are to be provided in the English language and in the
name of the Applicant or Parent Company, i.e. balance sheets including all related notes
and income statements for the last three (3) years, as indicated above, complying with the
following conditions:
(i) all such documents reflect the financial situation of the Applicant / each Consortium
Member / Parent Company;
(ii) historic financial statements must be audited by a certified accountant;
(iii) historic financial statements must be complete, including all notes to the financial
statements;
(d) The financial information reflected above should be consistent with the corresponding
information reported in the audited financial statements;
(e) Historic financial statements must correspond to accounting periods already completed
and audited (no statements for partial periods shall be requested or accepted);
(f) Soft copies of these financial statements in the form of CD together with respective hard
copies shall be provided; and
(g) Any other information for the equity provider, design-build contractor, operator,
infrastructure management subcontractor or any other subcontractor needed to
demonstrate financial capacity to provide the relevant service to the Project over the
relevant time period.

22 | P a g e
7.4 OTHER PROJECTS

7.4.1 Applicants are required to identify potential liabilities and/ or guarantees which may arise from
other projects which the Applicant is committed to, or are at the bidding stage on, which are not
covered by any financial reporting disclosure requirements included in the information requested
in this RFQ.

7.5 HISTORY OF LITIGATION, BANKRUPTCY AND BLACKLISTING

7.5.1 The Applicant, or if the Applicant is a Consortium, each Consortium Member, shall not be subject
to any pending litigation representing more than fifty (50) percent of the Applicant’s net worth,
bankruptcy or liquidation proceedings. In this respect, the Applicant shall be required to submit a
form attached as Appendix H.

7.5.2 The Applicant and each Consortium Member, in case of a Consortium, shall not have been
blacklisted or convicted of fraud, corruption or money laundering. In this respect, the Applicant
and each Consortium Member, in case of a Consortium, shall be required to submit an undertaking
in the form attached as in Appendix G. The Parent Company of an Applicant or a Consortium
Member, in case of a Consortium, would also be required to submit an undertaking for blacklisting
in the form attached as Appendix G in the event that the technical and/or financial strength of the
Parent Company has been relied upon by such Applicant or Consortium Member to satisfy the
Evaluation Criteria. An Applicant may be disqualified subsequent to the verification of such
undertaking during the Bidding Process.

23 | P a g e
8 INSTRUCTIONS TO APPLICANTS
8.1 The Applicant shall enclose one original and three copies of the Application for Prequalification
in a sealed envelope duly signed and stamp which shall bear the name and mailing address of the
Applicant, submitted by the Applicant through courier / express mail or by hand at the mailing
address of the Grantor set out in Section 8.16, below. However, the Applicant must ensure that
the Applications for Prequalification must reach no later than [Insert hour] hours PKT, on [Insert
date] (the “Submission Deadline”) in the office of Additional Secretary (Planning), Transport
Department, Govt. of Punjab, Pakistan and be clearly marked “APPLICATION FOR PRE-
QUALIFICATION FOR ESTABLISHMENT OF MULTIMODAL INTERCITY BUS TERMINALS
UNDER PPP MODE ON BOT BASIS IN LAHORE, PAKISTAN”.
8.2 In case of any conflict between the original and copies of the Application for Prequalification, the
original shall prevail.
8.3 To assist in the evaluation of Applications for Prequalification, the Grantor may, at any stage
during the course of the prequalification process, ask any Applicant for additional information or
supporting documentation in respect of any matter associated with the documentation submitted
by the Applicant in its Application for Prequalification. If an Applicant does not provide
clarifications of the information requested by the date and time set in the Grantor’s request for
clarification, its Application for Prequalification may be rejected.
8.4 At any time prior to the Submission Deadline of Applications for Prequalification, the Grantor
may amend the RFQ by issuing addenda. Any addendum issued shall be part of the RFQ and shall
be communicated in writing to all who have obtained the RFQ directly from the Grantor. To give
prospective Applicants reasonable time in which to take an addendum into account in preparing
their Applications for Prequalification, the Grantor may, at its discretion, extend the Submission
Deadline of Applications for Prequalification.
8.5 All rights and obligations of the Grantor and the Applicants subject to the previous deadline shall
be subject to the deadline as extended pursuant to Section 8.4.
8.6 Electronically submitted Applications for Prequalification shall not be entertained and treated as
rejected.
8.7 The Application for Prequalification shall be prepared in the English language. Information in
any other language shall be accompanied by its translation in English.
8.8 The Applicants must respond to all questions and provide complete information, as required in
the RFQ. Any lapses to provide essential information may result in dis-qualification of the
Applicant.
8.9 Submissions forming part of the Application for Prequalification should be in the attached
formats and in the sequence as prescribed in the RFQ.
8.10 The entire Application for Prequalification submitted by the Applicants shall be properly
numbered, stamped and duly signed by their authorized representative.
8.11 The RFP shall be issued to Prequalified Applicants and only the Prequalified Applicants shall
be invited to bid.
8.12 Application for Prequalification electronically submitted, incomplete or received after the due
date shall not be entertained.

24 | P a g e
8.13 An Applicant requiring any clarification of the RFQ shall contact the Grantor in writing at the
Grantor’s address specified below. The Grantor will respond in writing to any request for
clarification provided that such request is received no later than five (5) days prior to the
Submission Deadline (as may be extended from time to time) of Application for Prequalification.
The Grantor shall forward copies of its response to all Applicants who have acquired the RFQ
directly from the Grantor.
8.14 The Grantor reserves the right to annul the prequalification process and reject all Applications
for Prequalification at any time, without thereby incurring any liability to the Applicants.
8.15 The Grantor may reject any Application for Prequalification which is not responsive to the
requirements of the Evaluation Criteria. The Grantor reserves the right to waive minor
deviations, if these don’t materially affect the capability of an Applicant to perform the
Concession Agreement. Subcontractor’s experience and resources shall not be taken into
account in determining the Applicant’s compliance with the Evaluation Criteria.
8.16 The mailing address of the Grantor is as under:

Additional Secretary (Planning) Transport


Department, Government of Punjab Transport
House, 11-A Egerton Road, Lahore. Tel: +92-
42-99200499
Email:
staffofficer.td@gmail.com

25 | P a g e
9 CONFLICT OF INTEREST
9.1 The Applicant, and in case of a Consortium, all Consortium Members, must not be associated, nor
have been associated in the past, with the consultant or current employees of the Grantor or any
other entity that has prepared the design, specifications and other prequalification and bidding
documents for the Project. Any such association may result in disqualification of the Applicant.
9.2 An Applicant /partner of a consortium may be considered to be in a conflict of interest with one or
more parties in this procurement process if an Applicant / Consortium Member (or their
subsidiaries) participates in more than one (1) Application for Prequalification or bid. This will
result in the rejection of all the Application for Prequalification in which it has participated.
9.3 The Grantor considers a conflict of interest to be a situation in which an Applicant has interests that
could improperly influence that party’s performance of official duties or responsibilities,
contractual obligations, or compliance with applicable laws and regulations.

26 | P a g e
APPENDICES

27 | P a g e
APPENDIX – A
SHORTLISTING CRITERIA- CHECKLIST

Sr.
No. Eligibility Information Response/Elaboration

1 Name of Firm/ Consortium

Mention the name of registration


authority/(s) under which Applicant /
Consortium Member is registered and
2 provide a copy of proof of registration to
prove legal identity of your firm/organization

Please provide audited financial statements Copies Attached


3 for the last three (03) years Copies Not Attached

Mention National Tax Number (NTN) and National Tax


Sales Tax Number in the name of Applicant Number (NTN)
4 / Consortium Member and provide a copy
Sales Tax
of registration
Number

We solemnly declare that our


Was your firm ever blacklisted by any organization or any member of
government authority or any bilateral/multi- Consortium Member has never
lateral and/or financial institution? been suspended/debarred or
5 (Applicant must attach an undertaking by blacklisted.
your firm’s authorized person with this
Application for Prequalification) Our organization or Consortium
Member has been
suspended/debarred or blacklisted
once or more than once

Profile Attached
6 Profile of the Applicant / Consortium Member Profile Not Attached

Qualifications and experience of designated CVs Attached


7 staff CVs Not Attached

Proof of construction Projects as per Copies Attached


8 Evaluation Criteria
Copies Not Attached
Proof of completed/ongoing Copies Attached
11 projects that Applicant /
Consortium Member has
financed Copies Not Attached
Brief description of the project(s) Copies Attached
12 completed/ongoing Copies Not Attached
APPENDIX B1
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF APPLICATION

(On a Stamp Paper of appropriate value and witnessed by two adult males) (if signed abroad - to be
notarized by Notary Public and attested by Pakistani Embassy and Ministry of Foreign Affairs and adhesive
stamped when brought into Pakistan)

POWER OF ATTORNEY

Know all men by these presents, we (name and address of the registered office) do hereby
constitute, appoint and authorize Mr./Ms (name and address of residence) who is presently
employed with us and holding the position of as our attorney, to do in our name and on
our behalf, all such acts, deeds and things necessary in connection with or incidental to our proposal for the
[insert name of project] in the Pakistan including signing and submission of all documents and providing
information/ responses to Multimodal Intercity Bus Terminals (MIBTs), representing us in all matters
before Transport Department, GoPb, and generally dealing with MIBT in all matters in connection with our
proposal for the said project. We hereby agree to ratify all such acts, deeds and things lawfully done by our
said attorney pursuant to this Power of Attorney and that all such acts, deeds and things awfully done by
our aforesaid attorney shall and shall always be deemed to have been done by us.

For _

(Signature)
(Name, Title and Address)

Accepted

(Signature)
(Name, Title and Address of the Attorney)
(Insert name of Applicant)
(Firm/Organization Seal & Stamp)

Notes:
1. To be executed by the sole Applicant or the Lead Member in case of a Consortium duly supported
by a Board Resolution.
2. The mode of execution of the power of attorney should be in accordance with the procedure,
if any, laid down by the applicable law and the charter documents of the executants (s) and when it is so
required the same should be under common seal affixed in accordance with the required procedure.
3. Also, where required, the executants(s) should submit for verification the extract of the charter
documents and documents such as a resolution /power of attorney in favor of the person executing this
power of attorney for the delegation of power hereunder on behalf of the Applicant.
APPENDIX B2
FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM
POWER OF ATTORNEY
(On a Stamp Paper of appropriate value and witnessed by two adult males) (if signed abroad - to be
notarized by Notary Public and attested by Pakistani Embassy and Ministry of Foreign Affairs and
adhesive stamped when brought into Pakistan)

Transport Department, Government of Punjab has invited Applications for Prequalification from interested
Applicants for the [insert name of project].

Whereas, the members of the Consortium are interested in competing for the Project in accordance with the
terms and conditions of the RFQ and other connected documents in respect of the Project, and

Whereas, it is necessary under the RFQ for the members of the Consortium to nominate one of them as the
Lead Member with all necessary power and authority to do for and on behalf of the Consortium, all such
acts, deeds and things as may be necessary in connection with or incidental to the Consortium's Application
for Prequalification for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETH THAT:

We, M/s. _______________, and M/s. _________________ [insert the respective names and addresses of
the registered office] do hereby constitute, appoint and authorize M/s._ as the Lead Member
of the Consortium and as our attorney, to do on behalf of the Consortium, all or any of such acts, deeds
or things as may be necessary in connection with or incidental to the Consortium's proposal for the Project,
including submission of Application for Prequalification, participating in conferences, responding to queries,
submission of information/ documents and generally to represent the Consortium in all its dealings with the
Transport Department, Government of Punjab or any other Government Agency or any person, in connection
with the Project until culmination of the process of selection and thereafter till the Concession Agreement is
entered into with Transport Department, Government of Punjab.

We hereby agree to ratify all such acts, deeds and things lawfully done by Lead Member as our said attorney
pursuant to this Power of Attorney and that all acts deeds and things lawfully done by our aforesaid attorney
shall and shall always be deemed to have been done by us/Consortium.

Dated this Day of 201_.

(To be executed by all the members of the Consortium)


(Firm/Organization Seal & Stamp)

Note:
1. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any, laid
down by the applicable law and the charter documents of the executants(s) and when it is so required the
same should be under common seal affixed in accordance with the required procedure.
2. The executants(s) should submit for verification the extract of the charter documents and documents such
as Board Resolution and Power of Attorney in favor of the person executing this Power of Attorney in favor
of the Lead Member.
APPENDIX B3

(a) Name:
(b) Country of Incorporation:
(c) Address of the corporate headquarters and its branch office (s), Pakistan:
(d) Date of incorporation and / or commencement of business:

2. Brief description of the firm including details of its main lines of business and proposed roles and
responsibilities in this Project:

3. Name, Designation, Address and Phone Nos. of Authorized Signatory of the Firm:
(a) Name:
(b) Designation:
(c) Bidder's Company:
(d) Address:
(e) Telephone No:
(f) E-mail Address:
(g) Fax No:

4. Details of individual (s) who will serve as the point of contact / communication for the Project, within
the firm’s.
(a) Name:
(b) Designation:
(c) Address:
(d) Telephone No.
(e) E-mail address:
(f) Fax No.:

5. In case of Consortium:
(a) The information above (1-4) should be provided for all the Consortium Members
(b) Information regarding role of each Consortium Member should be provided as per table below:

Sr. No Name of Member Lead Member/Associate Role of Member


1
2

(Signature of Authorized Signatory)


(Name of Authorized Signatory)
(Specify whether Lead Member, Associate Member)
(Firm/Organization Seal & Stamp)
APPENDIX B4
FORMAT FOR LETTER OF APPLICATION FOR
PREQUALIFICATION
[On the Letter Head of the Applicant (in case of a Consortium Lead Member]

Date:

To,
The Secretary Transport,
Transport Department, Government of Punjab,
[Insert name of Project]

Sir,

We, the undersigned, apply to be prequalified for the referenced Project and declare the following:

(a) We have examined and have no reservations to the RFQ, including addenda No(s) [insert if
applicable], issued in accordance with Section 8.

(b) We have read and understood the RFQ in respect of the captioned Project and hereby represent and
confirm that, notwithstanding any qualification or conditions, whether implied or otherwise,
contained in our Application for Prequalification, our Application for Prequalification is unqualified
and unconditional in all respects.

(c) We, including all Consortium Members, for any part of the contract(s) resulting from this
prequalification process, if any, do not have nationalities of countries upon which international
sanctions are imposed.

(d) We understand that at the time of bidding, we, including any Consortium Members for any part of the
contract(s) resulting from this procurement process, shall not have any conflict of interest in
accordance with Section 9.

(e) We, including any Consortium Members for any part of the contract(s) resulting from this
prequalification, have not been declared ineligible/blacklisted by the Government/Semi-Government
Agency/Department including the Guarantor in accordance with Section [xxx].

(f) We understand that you may cancel the prequalification process at any time and that you are not bound
either to accept any Application for Prequalification that you may receive or to invite the Prequalified
Applicants to submit Application for Prequalification for the contracts that are the subject of this
prequalification, without incurring any liability to the Applicants.

(g) We agree to permit the Grantor or its representative to inspect our accounts and records and other
documents relating to the Application for Prequalification and to have them audited by auditors
appointed by the Grantor.

(h) All of the forms accompanying the Application for Prequalification have duly been signed by authorized
signatories.
Name ........................................................................................................................................................

In the capacity of .....................................................................................................................................

Signed ......................................................................................................................................................

…………………………………….. (Seal)…

Duly authorized to sign the Application for and on behalf of ................................(Name of Applicant)

Date ..........................................................................................................................................................

Witness # 1: Witness # 2:
Signature: ____________________ Signature: ____________________

Signed by: ____________________ Signed by: ____________________

Designation: __________________ Designation: __________________

Date: _________________________ Date: _________________________


Seal: _________________________ Seal: _________________________
APPENDIX B5
INFORMATION RELATED TO PROJECTS COMPLETED IN REAL ESTATE AND / OR
TRANSPORT INFRASTRUCTURE

[Using the format below, please provide information on each project for which you, and each associate for
this project, was legally contracted as a corporate entity or as one of the members within an consortium, for
carrying out project specified in the Evaluation Criteria to the ones requested under this Project. Please
provide Client's certification and/or evidence of the contract agreement.]
Project name: Value of the agreement (in current PKR):

Country: Duration of project (months):

Location within country:

Name of Client, Address, contact number: Total No. of staff-months (by your company)
on the project:

Start date (month/year): Value of total project provided under an


agreement (in current PKR)

Completion date (month/year): In case of developer prime contractor or


subcontractor:
Value of part of the project provided by
Bidder under the agreement (in current PKR):

Name of associated members, if any: No. of professional staff-months provided by


associated members:

Name of senior professional staff of your company involved and functions performed
(indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Narrative description of Project:

Description of actual services provided by your staff within the assignment:


Please attach Letter of Award / Signed Agreement / Completion Certificate for each project to
support your claim.

Note:
1. Only those projects that satisfy technical criteria shall be considered
2. All the financial numbers are to be given in Pak Rupees (in words & figures)
3. The form shall be filled for an individual Applicant or each Consortium Member including lead member
separately in order to ascertain cumulative experience for the consortium

(Signature of Authorized Signatory)


(Insert name of authorized signatory)
(Insert name of Applicant)
(Insert Seal / Stamp)
APPENDIX B6
INFORMATION REGARDING OPERATIONS AND MANAGEMENT OF BUS TERMINALS
AND ALLIED FACILITIES
(please attach relevant documents / certificates to support your claim. Use separate sheets for managing &
operating more than one intercity bus terminal)
Sr. No Description Details / Remarks
Number: ___________
Number of Intercity Bus Terminals Managed (attach supporting documents such as
1
and Operated in last three (03) years license to manage and operate bus
terminals from relevant authorities)
Name: ______________
Location: (City & Country)
2 Name and Location of Bus Terminals
Please provide complete address of bus
terminal
Overall Capacity of Bus Terminal (trips Number of trips / day: ___________
3
managed and operated per day) (attach supporting documents)
Buses: ________
Mini-buses: _________
Please specify the transport modes operated Coasters: _________
4
and managed from terminal on daily basis Others: _________ (please specify)
Total: ________
(attach supporting documenting)
List down all the allied facilities at
intercity bus terminals:
i. Type _____ & Capacity ____
ii. Type _____ & Capacity ____
Type of allied facilities at intercity bus
6 iii. Type _____ & Capacity ____
terminals
iv. Cont…..
(e.g. Type Hotel & Capacity 50 Rooms)
(Bus Bays for Departure, Arrivals and
Idle Parking etc.)
APPENDIX C
LETTER OF INTENT TO FORM A CONSORTIUM

Date: [Insert Date]

The Secretary Transport,


Transport Department, Government of Punjab
[Insert name of Project]
Sir,

We, hereby convey and confirm as under:

(a) our intent to form a Consortium with and for the


successful execution of the captioned Project.

(b) that the Lead Member of the Consortium will be .

(c) that we will be jointly and severally liable for the obligations of the SPV if awarded the Concession
Agreement and commit to provide the following appendices and documents before the RFP submission
deadline:
1. The Power of Attorney for signing authority from each Consortium Member;

2. The Power of Authority for Lead Member;

3. Duly notarized memorandum of understanding of the Consortium.

(d) that the mode of execution of the Power of Attorney would be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the consortium members and when it is
so required the same would be under common seal affixed in accordance with the required procedure.

(e) that the consortium members would submit for verification the extract of the charter documents and
documents such as Board Resolution and Power of Attorney in favor of the person executing this Power
of Attorney in favor of the Lead Member.

Yours faithfully,

(Signature of Authorized Signatory of the Consortium Member)


(Name, Title and Address of the Signatory)
(Firm/Organization seal & stamp)

Note:
To be submitted on stamp paper
To be signed by the authorized signatory of each Consortium Member in case of a Consortium
To be stamped by each Consortium Member in case of a Consortium
APPENDIX D
FORMAT OF UNDERTAKING FOR
CONFLICT

The Secretary Transport,


Transport Department, Government of Punjab,
[Insert name of Project]

Sir,

We, [Insert name of the Applicant], registered under the laws of [Insert name of country], with registered
office at [Insert address] and holding registration No. [Insert registration number] hereby solemnly
represent, declare and covenant:

(a) that [Insert name of the Applicant] does not have any conflict of interest (as per the requirements
and stipulations of Section 9 of the RFQ) with one (1) or more parties prequalified to participate in
the Bidding Process under the RFP;

(b) that [Insert name of the Applicant] does not have access to any information in relation to the
Applications for Prequalification submitted by any other Applicant (including a Consortium) for
the Projects which may influence the Applications for Prequalification submitted;

(c) that [Insert name of the Applicant] has not participated as a consultant in the preparation of the
design or technical / commercial / financial / legal specifications of the works / services, that are
the subject of the Bidding Process under the RFP;

(d) that [Insert name of the Applicant] has not concealed any information that might hinder the
procurement process conducted for the Projects or the award of contracts for the Projects;

(e) that the Grantor has the right to sanction [Insert name of the Applicant], including but not limited to
the right to declare [Insert name of the Applicant] ineligible/blacklisted (either indefinitely or for a
stated period of time) to participate in bidding activities in Pakistan and, in the event that a Project
has been awarded to [Insert name of the Applicant] in accordance with the RFP, then the Grantor has
the right to cancel the contract(s) and the award the Project to [Insert name of the Applicant], in each
case if: (i) at any time the Grantor determines that [Insert name of the Applicant] has concealed any
information that is against the provisions of the RFQ and / or RFP issued for the Projects and / or
the applicable procurement laws of Pakistan; or (ii) the representations, declarations and covenants
contained in this Undertaking are found to be incorrect, untrue and / or invalid; and

(f) that in case the representations, declarations and covenants contained in this Undertaking are found
to be incorrect, untrue and / or invalid, [Insert name of the Applicant] and the Consortium Members
shall indemnify and hold harmless the Grantor against any loss, damage or action / claim which may
arise due to any representation, declaration and covenant being found incorrect, untrue and/or
invalid.

(unless otherwise stated, the capitalized terms used in this Undertaking shall bear the same meaning as
given to such terms in the RFQ).

IN WITNESS WHEREOF, we have signed this Undertaking at [Insert address] on this [Insert date].

For and on behalf of,


(Signature of Authorized Signatory)
(Name of Authorized Signatory of Applicant)
(Firm/Organization Seal & Stamp)
(Name of Applicant)

Note:
To be submitted on stamp paper
APPENDIX E
FORMAT FOR ANTI-COLLUSION UNDERTAKING

The Secretary Transport,


Transport Department, Government of Punjab
[Insert name of Project]

Sir,

We, [Insert name of Applicant and in case of a Consortium, each Consortium Member], hereby certify and
confirm that:

(a) in the preparation and submission of this Application for Prequalification, we have not acted in
concert or in collusion with any other Applicants or other person(s) and also have not done any act,
deed or thing which is or could be regarded as anti-competitive, restrictive or monopolistic trade
practice;

(b) we have not offered nor will offer any illegal gratification in cash or kind to any person or agency
in connection with the instant Application for Prequalification;

(c) the information furnished in the Application for Prequalification is true and correct and nothing has
been concealed or tampered with; and

(d) we have gone through all the terms of the RFQ and are liable to any punitive action and
disqualification for furnishing false information / documents that is required to be furnished
pursuant to the terms of the RFQ.

Dated this Day of , 201__.

Yours faithfully,

(Signature of Authorized Signatory)


(Name of the Applicant or Consortium Member)
(Firm/Organization seal & stamp)

Note:
To be submitted on stamp paper
To be submitted by each Consortium Member (in case of a Consortium)
To be signed by the authorized signatory of each Consortium Member in case of a Consortium
To be stamped by each Consortium Member in case of a Consortium
APPENDIX F
UNDERTAKING (CONTINUING LIABILITY) (THE “CONTINUING LIABILITY
UNDERTAKING”)

[to be submitted by each Applicant/ each Consortium Member]

[if executed by a local entity - signed by the authorized signatory; printed on a stamp paper of PKR 500/-]

[if executed by a foreign entity - signed by the authorized signatory; to be notarized by Notary Public and
attested by Pakistani Embassy and Ministry of Foreign Affairs; and adhesive stamped (PKR 500/-) when
brought into Pakistan]

The Secretary Transport,


Transport Department, Government of Punjab
[Insert name of Project]

Sir,

We, [name of the Applicant / Consortium Member], registered under the laws of [Insert name of country],
with registered office at [Insert name of country] and holding registration No. [Insert registration number],
do hereby solemnly represent, declare, covenant and agree:

(a) that the Grantor shall remain empowered and authorized, at any given time and in its sole discretion,
to take any of the actions specified in sub-clause (b) of this Continuing Liability Undertaking if the
Grantor becomes aware, directly or indirectly, that [Insert name of Applicant] and/or inter alia any of
its affiliates, associates, partners, co-workers, joint venture holders, any syndicate members, sister
concerns, shareholders and/or subsidiaries (by the same name or another):

1. Has committed a default and/or a breach of an agreement (or any provision thereof) entered into with
the Government of Punjab (the “GOPb”) or any of the GOPb’s departments, attached departments,
special institutions, agencies, statutory authorities, corporations, bodies and/or entities (collectively
referred to as the “Entities” and each individually as an “Entity”);

2. Has failed to demonstrate, to the satisfaction of the GOPb / respective Entities with which it has
entered into an agreement, its intention to continue performance of its obligations by way of continued
and unhindered performance under such agreement(s);

3. Has failed to demonstrate, to the satisfaction of the GOPb / respective Entities with which it has
entered into an agreement, that: (i) it possesses sufficient technical and/or financial capability to fulfill
the performance of its contractual obligations under such agreement(s) without causing delay and
detriment to the interests of the GOPb / respective Entities with which it has entered into an
agreement; and/or (ii) it has employed such sufficient technical and/or financial capability to fulfill
the performance of its contractual obligations under such agreement(s);

4. Cannot, to the satisfaction of the GOPb / respective Entities with which it has entered into an
agreement, achieve completion of its obligations under such agreement within the timelines specified
in such agreement(s);

5. While any agreement it has entered into with the GOPb / respective Entities is in force or its
obligations thereunder are pending performance, it: (i) becomes bankrupt, insolvent or financially
incapable; and/or (ii) it goes into voluntary and/or involuntary liquidation ; and/or (iii) a receiving or
administration order is made against it or is under the charge or control of a receiver or administrator;
and/or (iv) it compounds with its creditors or carries on business under a receiver, trustee or manager
for the benefit of its creditors; and/or (v) it commits an act or an event occurs which (under the
applicable laws) has an effect similar to any of the events / conditions specified above; and/or

6. To the direct or indirect knowledge of the GOPb or its Entities, it has, subject to any applicable laws,
attempted to or given or offered (either directly and/or indirectly and whether within or outside
Pakistan) to any person any bribe, gift, gratuity, share as percentage, commission, material gain or
consideration or thing of value, be it for inducement or reward or otherwise, for: (i) doing or
forbearing from doing any action in relation to seeking or procuring award, contract, bid, tender,
favour, etc.; and/or (ii) for doing or forbearing from doing any action in relation to any agreement it
has entered into with the GOPb / respective Entities.

(b) that if the Grantor becomes aware, directly or indirectly, of any of the matters specified in sub-clause
(a) of this Continuing Liability Undertaking, then the Grantor may, in its sole discretion, take the
following actions: (i) reject the bid of [Insert name of Applicant]; (ii) cancel the award of a Project to
[Insert name of Applicant] and terminate/rescind the contacts if so executed with [Insert name of
Applicant]; and (iii) declare [Insert name of Applicant] and all its Consortium Members, if there are
any, as ineligible/blacklisted (either indefinitely or for a stated period of time) to participate in bidding
activities in Pakistan.

(c) that if the Grantor, in its sole discretion, exercises the Grantor’s rights and takes any of the actions as
specified in this Continuing Liability Undertaking, then the actions taken by the Grantor shall be final
and binding and [Insert name of Applicant] shall not challenge such actions / decisions of the Grantor
in any form whatsoever before any court of law, tribunal and/or forum.

(d) that in case the declarations, representations and covenants of [Insert name of Applicant] contained in
this Continuing Liability Undertaking are breached, [Insert name of Consortium Member] and [Insert
name of other Consortium Member] shall jointly and severally indemnify and hold harmless the
Grantor against any loss, damage or action / claim which may arise due to breach of any such
representation, declaration and covenant.

(unless otherwise stated, the capitalized terms used in this Continuing Liability Undertaking shall bear the
same meaning as given to such terms in the RFP).

IN WITNESS WHEREOF, we have signed this Continuing Liability Undertaking at [●] on this _______
day of ____________________ 2017.

For and on behalf of


[Insert name of Applicant / Consortium Member]
___________________________
[Name of authorized signatory]
[Designation]

Witnesses:

1. ________________________________ 2. ________________________________

Name: ____________________________ Name: ____________________________

Address:___________________________ Address:___________________________
__________________________________ __________________________________

CNIC:_____________________________ CNIC:_____________________________
APPENDIX G
BLACKLISTING UNDERTAKING (THIS “UNDERTAKING”)

[to be notarized by notary public and attested by Pakistani Embassy and Ministry of Foreign Affairs and
adhesive stamped when brought into Pakistan]

The Secretary Transport,


Transport Department, Government of Punjab
[Insert name of Project]

Sir,

We, [Insert name of Applicant / Consortium Member / Parent Company], registered under the laws of
[Insert name country], with registered office at [Insert address] and holding registration No. [Insert
registration number] (the “Applicant”), do hereby solemnly represent, declare and covenant:

1. that we are not ineligible / blacklisted to participate in, bid for or undertake any contract or project
through any form of public tender (due to reasons, including but not limited to corrupt practices and
poor performance) by the government of Pakistan / government of Punjab or any other provincial
government / governments of all foreign countries or their governmental bodies and / or International
Organizations (e.g. World Bank, Asian Development Bank, United Nations, International Monetary
Fund etc.) at the date of submission of this Undertaking;

2. that we have not been declared ineligible by any court of law or governmental body of the world due
to corrupt, fraudulent, coercive and / or collusive practices;

3. that no action, suit or other legal proceeding or governmental investigation is pending against us or
any of its respective officers, directors or employees, or that any of the foregoing has received any
notice thereof, which questions the validity and execution of this Undertaking or the representations
provided in this Undertaking;

4. that we have not directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive
practices in competing for the award of any contracts;

5. that we have not concealed any information that might hinder the procurement process conducted for
the government of Punjab’s proposed projects or the award of contracts for the project;

6. that Grantor has the right to sanction us or our successor, including but not limited to the right to
declare ineligible (either indefinitely or for a stated period of time) to participate in bidding activities
in Pakistan if at any time the Grantor determines that we have, directly or through an agent, engaged
in corrupt, fraudulent, collusive, or coercive practices in competing for or in executing any contract.
In the event that the project has been awarded to us at such time, then the Grantor has the right to
cancel the contracts and award of the project; and

7. that in case the representations, declarations and covenants contained in this Undertaking are found to
be incorrect, untrue and / or invalid, we shall indemnify and hold harmless the Grantor against any
loss, damage or action / claim which may arise due to: (i) any representation, declaration and covenant
being found incorrect, untrue and/or invalid; and/or (ii) our disqualification from the prequalification
process.

IN WITNESS WHEREOF, we have signed this Undertaking at [Insert address] on this [Insert date].

For and on behalf of

_____________________________
[Insert name of authorized signatory of Applicant / Consortium Member / Parent Company]
[Designation]
[Insert name of Applicant / Consortium Member / Parent Company]

Witnesses:

1. ________________________________ 2. ________________________________

Name: ____________________________ Name: ____________________________

Address:___________________________ Address:___________________________

__________________________________ __________________________________

CNIC:_____________________________ CNIC:_____________________________
APPENDIX H
PENDING
LITIGATION

Applicant’s Legal Name: .................................................. Date: ..........................................


..................................................
Consortium Member’s Legal Name:

Each Applicant or each Consortium Member must fill in this form:

Pending Litigation

No pending litigation as per the requirements of the RFQ.

Pending litigation as per the requirements of the RFQ, as indicated below

Value of
Value of Pending
Year Matter in Dispute Pending Claim as a
Claim in Percentage
US$ of Net
Equivalent Worth
APPENDIX - I
Form FIN - 1
Historical Financial Performance

Applicant’s Legal Name Date:


.........................................
Consortium Member Legal Name
Page
..............of.............pages

Each Applicant or each Consortium Member must fill in this form

Financial Data for Previous 3 Years [US$ Equivalent]


Year 1: Year 2: Year 3:
Information from Balance Sheet
Total Assets (a)
Total Liabilities (b)
Net Worth (a-b)
Total Debt (c)
Current Assets (d)
Current Liabilities (e)
Working Capital (d-e)
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes

Financial Data for Previous 3 Years [US$


Equivalent]
Year 1: Year 2: Year 3:
Currency Exchange
Rate used for
conversion/translation
from local currency to
US$ at year end

Note:
The copies of financial statements must be in English language in the name of Applicant (the prospective
bidder) or Parent Group (in which case parent guarantee shall be required as part of the Bid) i.e. balance
sheets including all related notes, and income statements for the last three (3) years, as indicated above,
complying with the following conditions.
· All such documents reflect the financial situation of the Applicant or each partner to a JV.
· Historic financial statements must be audited by a certified accountant.
· Historic financial statements must be complete, including all notes to the financial statements.
· The financial information reflected above should be consistent with the corresponding information
reported in the audited financial statements
· Historic financial statements must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted).

Soft copies of these financial statements in the form of CD together with respective hard copies shall be
provided.

Note: If Applicant is part of a Group of Companies, please provide the Detailed Group Structure
indicating, among other details (like shareholding %age, legal status and name of all companies/entities,
common directorship, if any, etc.) of the Ultimate Parent.
APPENDIX - J
Form FIN - 2
Average Annual Turnover

Applicant’s Legal Date: .........................................


Name
Consortium Member
Legal Name
Page ..............of.............pages

Each Applicant or each Consortium Member must fill in


this form

Annual Turnover Data for the Last Three (03)- Years


Year
Amount Currency Exchange Rate US$ Equivalent

Average Annual Turnover


Cumulative
Turnover

The information supplied should be the Annual Turnover of the Applicant or each Consortium Member in
terms of the amounts recognized for each year, converted to US Dollars at the rate of exchange at the end of
the period reported. This should consistent with the amounts reported in the audited accounts.
APPENDIX - K
Form FIN - 3
Credit Line

The “Available Cash Flow” must be demonstrated inter alia through a combination of undrawn credit
facility and unencumbered cash/bank balances. The above said information/statement must be at least
for the last concluded year.

The Applicant shall also provide original certificate from reputed banks/DFIs to the effect that the
Applicant (individual/JV) has financial resources/access/ un-encumbered cash/bank balance to the said
credit line for smooth execution/completion of the Project in case the Applicant is declared successful
subsequent to the competitive bidding process.
APPENDIX - L
Form FIN – 4
Credit Worthiness

Applicant’s Legal Name Date: .........................................


JV Partner Legal Name
Page ..............of.............pages

Only applicable for the Lead Member or Single Applicant

Credit worthiness to be computed based on latest available audited financial statements as


provided by the Applicant in Form FIN-1

Total interest bearing liabilities ( Long


term+ Short Term)
Debt/ equity ratio =
Total interest bearing liabilities ( Long
term+ Short Term) + Equity

Current ratio = Current Assets


Current Liabilities
ANNEX-A
ARCHITECTURAL DESIGN OF THOKAR NIAZ BAIG MIBT
ANNEX-A
ARCHITECTURAL DESIGN OF SHAHDARA MIBT

Potrebbero piacerti anche