contract award proforma. inha.gov.pk/wp-content/uploads/2016/08/contract-award... · 2016. 8....

199
ATTACHMENT - I (See requlation 2) PUBLIC PROCUREM ENT REG ULATORY AUTHORITY (PPRA) CONTRACT AWARD PROFORMA. I To Be Filled AndUploaded on Pf RAWebsite in Respect of All Public Contracts of Works, Services & Goods Worth Fifitv Million or more > NAME OF THE ORGANIZATION/DEPTT. National Highway Authority > WHETHER THE PROCUREMENT WASINCLUDED INANNUAL PROCUREMENT PLAN? > FEDERAL/PROVINCIALGOVT. > TITLE OFCONTRACT > TENDER NUMBER > BRIEF DESCRIPTION OFTHE CONTRACT > TENOERVALUE > ENGINEER's ESTIMATE (for civil works only) > ESTIMATED COMPLETION PERIOD > ADVERTISEMENT (i) PPRA Website (Federal Agencies) (ii)News Papers (lf yes, givenames of newspapers anddate) > TENDER OPENED ON (Date and Time) > NATURE OF PURCHASE > EXTENSION lN DUE DATE (ifany) > NUMBER OFTENDER DOCUMENTS SOLD (Attach list of Buyers) > WHETHER QUALIFICATION CRITERIA WASINCLUDED IN BIDDING/TENDER DOCUMENTS (lfyes enctose a copy) > WHETHER BID EVALUATION CRITERIA WASINCLUOED IN BIDDING/TENDER DOCUMENTS (ifyesenclose a copy) > WHICH METHOD OF PROCUREMENT WASUSED:- a) SINGLE STAGE - ONE ENVELOPE PROCEDURE b) SINGLE STAGE - TWOENVELOPE PROCEDURE c) TWO STAGE BIDDING PROCEDURE d) TWO STAGE - TWO ENVELOPE BIDDING PROCEDURE Federal Govt (Atonomous Body) Package-lllA: Construction of Roadfrom Thalian on M-2 to New lslamabad International Airpori, Including Periphery Roads. 2(449-03) The civil works consist of Earthen Embankment, Pavement Structure, Structures (Retaining Walls, Culverts ano Underpasses), Ancillary Works andElectrical Works. See below Rs. 2,254,756,318/- 06 months Yes x No Yes No X Yes No X 2 Dailies "The Dawn" and "Jang" dated 29In November, 2014. Technical Bids opened on 12" January 2015 at 12OO hrs Financial Bids qpened on 12rh March-2015 at 1200 hrs. Procurement of works Tweniy Seven (27) (List of Buyers available in Evaluation Report) Yes No (Copy of Qualification criteriaattached) YeS No X (Copyof Qualification Criteriaattached) NHAExecutive Board N. A. Fourteen (14) No X Yes No (Tick one) - Please specify if any other method of procurement wasadopted withbrief reasons (i Direct Contracting, Negotiated Tenering, etc. . WHO IS THE APPROVING AUTHORITY > WHETHER APPROVAL OF COMPETENT AUTHORITY WASOBTAINED FOR USING A METHOD OTHER THAN OPEN COMPETITIVE BIDDING > NUMBER OFBIDS RECEIVED > WHETHERTHE SUCCESSFUL BIDDERWAS LOWEST BIDDER > WHETHER INTEGRITY PACT WAS SIGNED f"l [ .r_l rl-t r;-l .e.Emergency, Yes No X

Upload: others

Post on 18-Feb-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

  • ATTACHMENT - I(See requlation 2)

    PUBLIC PROCUREM ENT REG ULATORY AUTHORITY (PPRA)

    CONTRACT AWARD PROFORMA. ITo Be Filled And Uploaded on Pf RA Website in Respect of All Public Contracts of Works,

    Services & Goods Worth Fifitv Million or more

    > NAME OF THE ORGANIZATION/DEPTT. National Highway Authority

    > WHETHER THE PROCUREMENT WAS INCLUDED IN ANNUAL PROCUREMENT PLAN?

    > FEDERAL/PROVINCIALGOVT.

    > TITLE OF CONTRACT

    > TENDER NUMBER

    > BRIEF DESCRIPTION OF THE CONTRACT

    > TENOERVALUE

    > ENGINEER's ESTIMATE (for civil works only)

    > ESTIMATED COMPLETION PERIOD

    > ADVERTISEMENT

    (i) PPRA Website (Federal Agencies)

    (ii) News Papers(lf yes, give names of newspapers and date)

    > TENDER OPENED ON (Date and Time)

    > NATURE OF PURCHASE

    > EXTENSION lN DUE DATE (if any)

    > NUMBER OF TENDER DOCUMENTS SOLD(Attach list of Buyers)

    > WHETHER QUALIFICATION CRITERIA WAS INCLUDED INBIDDING/TENDER DOCUMENTS (l f yes enctose a copy)

    > WHETHER BID EVALUATION CRITERIA WAS INCLUOED INBIDDING/TENDER DOCUMENTS (if yes enclose a copy)

    > WHICH METHOD OF PROCUREMENT WAS USED:-a) SINGLE STAGE - ONE ENVELOPE PROCEDURE

    b) SINGLE STAGE - TWO ENVELOPE PROCEDURE

    c) TWO STAGE BIDDING PROCEDURE

    d) TWO STAGE - TWO ENVELOPE BIDDING PROCEDURE

    Federal Govt (Atonomous Body)

    Package-lllA: Construction of Road from Thalian on M-2 toNew lslamabad International Airpori, Including PeripheryRoads.

    2(449-03)

    The civil works consist of Earthen Embankment, PavementStructure, Structures (Retaining Walls, Culverts anoUnderpasses), Ancillary Works and Electrical Works.

    See below

    Rs. 2,254,756,318/-

    06 months

    Yes x No

    Yes No X

    Yes No X

    2 Dailies "The Dawn" and "Jang" dated 29In November, 2014.

    Technical Bids opened on 12" January 2015 at 12OO hrsFinancial Bids qpened on 12rh March-2015 at 1200 hrs.

    Procurement of works

    Tweniy Seven (27)(List of Buyers available in Evaluation Report)

    Yes No(Copy of Qualification criteria attached)

    YeS No X

    (Copy of Qualification Criteria attached)

    NHA Executive Board

    N. A.

    Fourteen (14)

    No X

    Yes No

    (Tick one)

    - Please specify if any other method of procurement was adopted with brief reasons (iDirect Contracting, Negotiated Tenering, etc.

    . WHO IS THE APPROVING AUTHORITY

    > WHETHER APPROVAL OF COMPETENT AUTHORITYWAS OBTAINED FOR USING A METHOD OTHER THANOPEN COMPETITIVE BIDDING

    > NUMBER OF BIDS RECEIVED

    > WHETHERTHE SUCCESSFUL BIDDERWASLOWEST BIDDER

    > WHETHER INTEGRITY PACT WAS SIGNED

    f " l[ .r_lrl-tr;-l

    .e. Emergency,

    Yes No X

  • ULATORY AUTHORITY

    CONTRACT AWARD PROFORMA . II

    To Be Filled And Uplgaded on PPRA Website in Respect of All Public Contracts of Works,Services & Goods Worth Fifitv Million or more

    No. OF BIDDERS PRESENT AT THE TIME OF OPENING OF BtDS

    NAME & ADDRESS OF SUCCESSFUL BIDDER

    Fourteen (14)

    Mis Habib Construction Services (Pvt.)Ltd., 15-A, Block G-1 , Canal Bank Road,Near Doctor's Hospital, Johar Town,Lahore.

    RANKING OF SUCCESSFUL BIDDER IN EVALUATION REPORT(1.e. 1st ,2nd,3rd EVALUATED BID) Lowest evaluated bidder

    Airoort.

    IN CASE EXTENSION WAS MADE IN RESPONSE TIME. WHATWERE REASONS (Briefly descr

    WHETHER NAMES OF THE BIDDERS AND THEIR PRICES WEREREAD OUT AT THE TIME OF OPENING OF BIDS

    Request of various bidders andchange in scope of works

    Y e s l { No X

    2' lst January 2016

    CONTRACT AWARD PRICE

    WHETHER COPY OF EVALUATION REPORT GIVEN TO ALLBIDDERS (Attach a copy of bid evaluation report)

    ANY COMPLAINTS RECEIVED (lf Yes, result thereof)

    (Copy attached)

    Rs. 1 ,918,234,0191-

    Y e s l x l N o

    ANY DEVIATION FROM SPECIFICATIONS GIVEN IN THE TENDERNOTICE/DOCUMENTS (lf yes give details)

    Y e s l x l N o

    Y e s l x I N o

    Nil

  • Wednesdag, [email protected] O7, 2o^75

    Belerence:Nolice dated 180

    1 .

    2.

    3.

    Wilh reference to above-mentioned Notlces, this is to lnform that the date of Bid Submission / openlng oflhe subjectWorks has been extended tiil lZ.Ol-2015.A.co-py ofAddendum No. 3 pertaining to subjed works has been lssuod and Interested bidders can obtainthis fromtheofliceofundersignedor&ndouintoad thJsilfromNilA;ilitet.e. www.nha.oov.pj.Other terms and conditlons shall remain the same.

    ::0ONRI

  • Nln NATIONAL HIGHWAY AUTHORITYProcurement & Contract Administration Section

    28 Mauve Area, G-9/I, lslamabad I 051-9032727, @ 05I-9264419Igt[xo"v

    No.

    To,

    ri$v*Avl

    2( January o5 ,2015

    Subject: ADDENDUM NO. O3:Packase-IIIA: Construction of Road from Thalian on M-2 to New

    Islamabad Inc Periphe

    Addendum No. 03 for the subject works is enclosed herewith for

    further necessary action, please.

    Director (P&CA)

    Enclosure: Addendrann Ero. O3.

    ) / cM(P&cA) /NHA/ 2 o Ls /Z {'1

    All Prospective Bidders

    Member (Engg.-Coard), NHA, Islamabad.General Manager (F&CA), NHA, Islamabad.SO Technical to Ch:airman, NHA, Islamabad.

    Cc:

  • ADDENDUM NO. 03

    PACKAGE-IIIA: CONSTRUCTION OF ROAD FRONI THALIA|{ ON M-2 TO NEWISLAMABAD INTERNATIONAL AIRPORT. INCLUDING PERIPHERY ROADS.

    The following amendments have been made in the Bid Document and Addendum No. 0l &02 under this Addendum, which shall be read and construed as an integral part of BidDocument and shall take precedence in case of any conflict / ambiguities in the BiddingDocument and other provisions of the Bidding Document.

    l . Corrisendum-Il Notice and Biddins Data:

    The date for bid subrnission / opening be changed as 12tr 'January 2015.

    2. Addendum No.02 (Anpendix-D to Bid" BOO):

    (i) Main Summary of Link-l and Periphery Roads of Bill of Quantity (01page) has been added and placed at top of Revised BOQ Summary pageattached at Annex-I.

    (ii) Refer Page-O[, Summary of Link-l Bill of Quantity (01 page) be replacedwith the revised Summary of Link-l Bill of Qurntity (01 page) attached atAnhex-II.

    ( i i i ) Refer i tern No.404 (b) of Bi l l No.4 (Page-05) and Bil l No.4 (Page-19), theunit be read as '6Ton" instead of "CNI". The r,evised BillNo.4 is attached atAnnex-III .

    (iv) Refer item No. 608i1 of Bill No. 6 of Roadifrom Thalian on M-2 to NewIslarnabad International Airport (Page-l l) andi?eriphery Roads (Page-21), theunit be read as "M" instead of "SM". The revised Bill No. 6 of Road fromThalian on M-2 to New Islamabad Internationtrl Airport and Periphery Roadsare attached at Annex-IV & V respectively.

    (v) Refer item No. 608j1 of Bill No. 6 of Roadlfrom Thalian on M-2 to NewIslarnabad International Airport (Page-l l) and"lPeriphery Roads (Page-21), the

    - r init be read as "Each" instead of 'oSlVI".The"revised Bil lNo.6 of Road fromThalian on M-2 to Nerv Islarnabad lnternationill Airport and Periphery Roadsare attached at Annex-M V respectively.

    (vi) -Refer i tern No. SP-708c.i of Bi l lNo. T (Page-l4), the unitbe read as "VehicleMonth" instead of "Month". The revised Bill No. 7 is attached at Annex-VI.

    (vi i) Refer i tem No. SP-709.i of Bi l lNo. 7 (Page-14), the unit be read as "EngineerIVIonth" instead of "Month". The revised BillNo. 7 is attached at Annex-VI.

    3. Tcnder Drarvings:

    The issued "Tender Drarvings" be replaced with the 'oRevised Tender Drawings"attached at Annex-VII.

    4. Other terms and condit ions shall remain same.

    x... . . . . . . . x. .x.. . . . . . . . . x

    .ksi l , \ f r

    Page I of I

  • PACKAGE-IIIA: CONSTRUCTION OF ROAD FROM THALIAN ON M-2 TO NEW ISLAMABADINTERNATIONAL AIRPORT: INCLUDING PERIPHERY ROADS.

    MAIN SUMMARY

    BILL OF QUANTITIES

    Total Amount in Figure Rupees:

    (!

    4 C? 3^ t DP X( ^ ) r

    Sr. No. Description Cost @s)

    IRoad from Thalian on M-2 to Nerv IslamabadIntemational Airport

    2 Periphery Roads

    Total Cost

    Name of Contractor and Stamp

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ATRPORT (LtNK-1 )

    i ' Revised BOQ

    SUMMARY

    BILL No. DESCRtPTtOT.IAMOUNT (Rs.)

    Figures Words

    1

    2

    4

    5

    5a

    q h

    b

    6a

    EARTH WORK

    SUB BASE & BASE

    SURFACE COURSE & PAVEMENT

    STRUCTURES (RETA|NtNG WALLS & DRAINS)

    STRUCTURES (CULVERTS & UNDERPASSE)

    BRTDGES 02 NOS. (30 M SPAN)

    SOIL I.IIVESTIGATION

    ANCILLARY WORKS

    ELECTRIC WORKS

    GENERAL ITEMS

    TOTAL CONSTRUCTION COST :

    (D

    ! ' >2=: - t l

    (, f-{

    2'fi

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ATRPORT (LrNK-1 )

    Revised BOQ

    BILL NO.4 : STRUGTURES (RETAINING WALLS & DRAIN)

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Fiqures Words

    107

    107d

    401a1i i

    401 b

    401 (0

    401 h

    404 (b)

    Structure Excavation (all type of soils including rock)

    Granular Backfill

    Conciete Class-A1 (on Ground)

    Concrete Class "B"

    Lean Concrete

    Plum (Cyclopean/Rubble) Concrete (2:1 Conc. fStone Ratio)

    Reinforcement Steel Grade 60

    CM

    Cu.m

    alr/l

    CM

    CM

    CM

    TON

    1 8,543.1 8

    1,495.00

    5,954.90

    897.58

    bbz.uo

    2,656.50

    893.23

    TOTAL FOR BILL NO.04 |

    ao

    =>7 . 3a t Di x

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ATRPORT (LrNK-l )

    Revised BOQ

    BILL NO. 6 : ANCILLARY WORKS

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    601di i

    604a

    604b

    604d

    607a

    607b

    607c

    608 il

    608 j1

    609c

    61 0b

    61 1a

    601 ai

    NSI-4

    NSI-5

    NSI-6

    Precast Curb in concrete Class A-1 of size 450 x150 mm incl. bedding & haunching

    Metal Guard Rail

    Guard Rail End Pieces

    Steel Post for Guard Rail i

    Traffic Road Signs. Triangular Category -1 sides1200 mmTraffic Road Signs, Cir,cular, Categoly - 2 diameter'1200 mmTraffic Road Signs Rectengular Categciry - 3 i

    Pavement Marking in Reflective CR Paint of 20cm'width

    Pavement Marking in Reflective CR Paint for 4.0 MArrowsReflectorised Pavement Studs (Raised ProfileSingle)

    Right of Way Marker (0.20 x 0.20 x 1.2)M

    Chain Link Fabric Fencing

    RCC New Jersey Banier (in-situ) for median DoubleFace (lncl. reinforcement)

    Delineators/Angle Reflector (sides/top of NJB)

    New Jersey Barrier (Single Face Incl.reinforcement)

    Chevaron ..;*!fitrn+

    M

    M

    Each

    Each

    Each

    Each

    S.M

    M

    Each

    Each

    Each

    . M

    M

    Each

    M

    Each

    12420.0C

    1800.0c

    80.0c

    700.0c

    s0.0c

    50.0c

    180.0c

    36600.0(

    300.0c

    . 250.0(

    200.0(

    14000.0(

    6000.0(

    2500.0(

    700.0(

    250.0(

    rorAl FoR BILL r,ro. oo({f,H(a\

    n-lo lz\ -v) - ,-..:.i a

    \:*i*

    $

    (D

    I >Z a6 ( Di x

    {r

  • PREIPHERY ROAD FOR NEW ISLAMABADINTERNATIONAL AIRPORT

    r Revised BOQ

    BILL NO.6 : ANCILLARY WORKS

    Item No. Description Unit. i

    QuantityRate (Rs)

    Amount (Rs)Words

    601di i

    604a

    604b

    604d

    607a

    607b

    607c

    608 i1

    608 jl

    609c

    61 0b

    61 ' t a

    NSI-1

    Precast Curb in concrete Class A-1 of size 450 x 150 mmincl. bedding & haunching

    Metal Guard Rail

    Guard Rail End Pieces

    Steel Post for Guard Rail

    Traffic Road Signs, Triangular Category -1 sides 1200 mm

    Traffic Road Signs, Circular, Category - 2 diameter 1200

    Traffic Road Signs Rectangular Category - 3

    Pavement Marking in Reflective CR Paint of 20cm Width

    Pavement Marking in Reflective CR Paint for 4.0 M Arrowi

    ;Reflectorised Pavement Studs (Raised Profile Single),

    Right of Way Marker (0.20 x 0.20 x '1 .2)M

    lChain Link Fabric Fencing

    II Chevaron

    M

    M .

    Each

    Each

    Each

    Each

    S . M

    M

    Each,

    Each

    Each

    M

    Each

    18400.00

    200.00

    20.00

    65.00

    10.00

    5.00

    20.00

    20000.0c

    g0 0g

    1600.0c

    120.0c

    booo.oc

    20.0c

    TOTAL FOR BILL NO. 06 tD

    3pz2; t D

    5k

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL At RPORT (LtNK-1 )

    Revised BOQIl ,

    BILL NO.7 : GENERAL ITEMS

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs). Figures Words

    701 (a)

    701 (b)

    7O? ai

    702 a

    702b

    702ci

    702cii

    703a

    703b

    703c

    SP-708ai

    SP-708aii

    SP-708c.i

    sP-709.i

    Provide Surveying & allied instruments

    Maintain Survey Instruments and provide SurveyTeams included helpers

    Provide Employer's Office & Residenceaccommodation on rental basis

    Provide Engineer's Representative's Office &Residence accommodation on rental basisFurnish and Equip. Employe/s & Engineer'sRepresentative office & Residence.

    Maintain Employe/s Office & Residen,ce.

    Maintain Engineer's Office & Residence.

    Provide Material Testing Project Laboratory (onrental basis)Equip & Furnish Material Testing ProjectLaboratory.

    Maintain Material Testing Project Laboratory-

    Provide Transport Facilig for Employer's (01number new vehiclelnew vehicle on rental basis)Provide Transport Facilig for Enginee/sRepresentative's (04 new vehicles/new vehicles on

    Running & Maintenance of Employer/Enginee/s iTransoort

    Employ Trainee Enginee/s (Graduate CivilEngineer) including Boarding, Lodging and food

    PS

    Month

    PS

    PS

    PS

    Month

    Month

    PS

    PS

    Month

    PS

    PS

    VehicleMonth

    Engr.Month

    12

    1 2

    1 2

    1 2

    70

    48

    3,000,oot

    2,000,00c

    2,000,00c

    4,000,00c

    2,000,000

    3,000,000

    4,000,000

    15,000,000

    TOTAL FOR BILL NO.07 _ j?_+d--

    '{

    .c,,

    L)j4-"-r

    J|:

    (!

    r>Z =o ( !. - x

    Ei

  • Wedtxesdog, Deeember 24, 2OL4

    ffORRtGENnUM-lEc0t.|sTHUcTroN sr R0AD FR0M THALIAN 0N M-2,T8

    NEW ISLAMABAD INTERNATIONAL AIRPONT, P&KAGn-lll.Relerence: ' iNovember; 2t)1{

    artd Corrisendurn-l Notice dalgd 1Be-gecembe,r ,?01-4 for the'wolkspublistred in press and Unloadedgn Webslles of llHA & PFflA

    With reference lo above-mentioned Notices, this is to inforrn that the title of project.has been arnended asunder: ' ;

    Package-lltA; CONSTRUCTION OF ROAD FROM THALIAN 0l{ M.2 TO NEW ISLAI'/'IABAD IIITERNATIONAL AIRPORT'- INCLUDING PERIPHERYROADS.

    I

    The date of Bid Submission/Opening of the SubjectWorks has been extendeci t i l l06-01'2015.

    A copy of Conigendum No. 02 pertaining to subject matter related with revised BOQ and qualificationcriterii has been issued and interested bidders can obtain this from the office of undersigned or candownload the same from NHAwebsite l.e. www.nha.qov.pk'Other terms and conditions shall remain the same.

    tcNo

    1t .

    z .

    a

    )

  • ^ l

    t(hhe **3,)

    ADDENDUM NO. 02

    CONSTRUCTION OF ROAD FRONI THALIAN ON M.2 TONEW ISLAMABAD INTERNATIONAL AIRPORT, PACKAGE-III.

    AMENDED WITH THE TITLE I.E.

    PACKAGE-IIIA: CONSTRUCTION oF ROAD FROM THALIAN oN M-2 To NEwISLANIABAD INTERNATIONAL AIRPORT, INCLUDING PERIPHERY ROADS.

    The follor.ving amendrnents have been made in the Bid Docurnent and Addendum No. 01under this Addendutn, which shall be read and construed as an integral part of Bid Documenland shall take precedence in case of any conflict / ambiguities in the Bidding Document andother provisions of the Bidding Document.

    The title of project has been amended as under:Ilackage-IIIA: Construction of Road from Thalian on M-2 to Nerv IslamabadInternational Airport, Including Periphery Roads.

    Biddins Data:

    (i) Refer page-26, ITI] clause 3.1a(i), seventh line, estimated cost i.e. "Rs. 2,4.15- mil l ion" be replaced with "Rs. 2,255 mil l ion".

    ( i i) Refer Page-27, ITB clause 3.la(i i) , third l ine, project of similar size andComplexity "Rs. 1,700 iVliltion" be replaced with "Rs. 1,600 lVlillion".

    Addendum No. 0l issued vide'Corrigendum-1, Notice dated l8tr 'December 2014:

    (i) Refer Serial No.02 of Addendurn No.0l, Average Annual Constnrction Turnover- ."Rs.4,890 Mil l ion" be replaced with "Rs. 4,500 Mil l ion".

    ( i i ) Refer Ser ia lNo.03 of Addendum No.0 l , Min imum Cash Florv "Rs.815 Nl i l l ion" bereplaced rvith "Rs. 750 Mil l ion".

    Anncndix-D to Bid:

    Refer Page-53, the entire Bill of Quantify (14 pages) be replaced r.vith the Revisctl Billof Quantity (21 pages) attached at Annex-I.

    Aunendix-N to Bir l i

    Refer Page-27, Page-9O, Para-2, Contracts of Simitar Sizc and Nature, fourth line,"Rs. 1,700 Nli l l ion" be replaced rvith "Rs. 1,600 Mil l ion".

    Other fernrs and condit ions shall remain same .

    J .

    4 .

    5 .

    6.

    mber 2014

    Pcge I of I

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL AIRPORT (LINK-1) & PERIPHERY ROAD

    Rev r$rd Boq

    SUMMARY

    BILL No. DESCRIPNONAMOUNT (Rs,)

    Figures Words

    I

    2

    1

    4

    5a

    6

    6a

    7

    EARTHWORK

    SUB BASE & BASE

    SURFACE COURSE & PAVEMENT

    srRUcruRES (RETAINING WALLS & DRAINS)

    STRUCTURES (CULVERTS & UNDERPASSE)

    SOIL INVESTIGATION

    IANCILLARYV/ORKS

    ELECTRIC WORKS

    GENERAL ITEMS

    TOTAL CONSTRUCTION COST :L

    @

    n P

    ^ o- xr l

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADINTERNATTONAL ATRPORT (LINK-1) & PERIPHERY ROAD

    @Rev,sod GoQ.

    BILL NO. I : EARTH WORK

    tD

    4 AP 5^ t !ET

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Flgures Words

    101

    'lO2a

    1 02b

    1O2c

    104

    1 06a

    1 OBa

    1 OBc

    1 o8d

    1 1 0

    Clearing and Grubbing

    Removal of Trees 150-300 mm Girth

    Removal of Trees 301-600 mm Girth

    Removal of Trees 601mm or over Girth

    Compaction of Natural GroundI

    Exbavate Unsuitable / Surplus Common Material

    Formation of Embankment from Roadway Excavation inCommon MaterialFormation of Embankment from Borrow Excavation inCommon Material

    Formation of Embankment from Structural Excavation inCommon Material

    lmproved Suggrade (CBR > 20%) . ,

    SM

    Each

    Each

    Each

    SM

    CM

    ^tu

    CM

    CM

    CM

    310,500.00

    200.00

    300.00

    50.00

    310,500.00

    14,550.32

    58,201..28

    443,745.14

    I19r833.58

    52,164.00

    rOTAL FOR BILL NO. 01

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATIONAL AIRPORT (LlNl(-1) & PERIPHERY ROAD

    ffi

    Rev,so.I. BOAiB ILL NO.2 : SUBBASE & BASE I

    Item No. Description Uni t QuantityRate (Rs)

    Amount (Rs)Figures Words

    - z v l

    202

    tn?h

    209a

    Granular Subbase

    Aggregate Base Course

    Asphaltic Base Course Plant mix (Class B)

    Breaking of Existing Road Pavement Structure .'

    CM

    CM

    CM

    CM

    36,328.50

    I

    34,b20.7s

    8,246.88

    575.00I

    TOTAL FOR BILL NO. 02

    (!

    4 3P =e QN ' I

  • ROAD FROM THALIAN ON M2 TO NEW TSLAMABADTNTERNATTONAL AtRPORT (LtNK-1) & pERtpHERy ROAD

    ffiRe.vi s.'-J 'RoQ

    BILL NO.3: SURFACE COURSE & PAVEMENT

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs), Figures Words

    302a

    303a

    304c

    305b

    Bituminous Prime Coat

    Bituminous Tack Coat

    Triple Surface Treatment (on shoulder)

    Asphaltic Concrete for Wearing Course (Class "8")

    SM

    SM

    SM

    CM

    105,570.00

    'r03,086.00

    31.050.00

    5,154.30

    TOTAL FOR BILL NO. 03

    tD

    z < =

    P ! '^ ab J ' t

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ARPoRT (LINK-1) & PERIPHER,Y ROAD

    ffi

    R.u,*J Boa

    (!

    2'P=oPN . r .

    BILL NO.4: STRUCTURES (RETAINING WALLS & DRAIN)

    I tem No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    107

    107d

    401a1i i

    401 b

    401 (0

    401 h

    404 (b)

    Structure Excavation (all type of soils including rock)

    Granular Backfi l l

    Concrete Class-Al (on Ground)

    Concrete Class "B"

    Lean Concrele

    Plum (Cyclopean/Rubble) Concrete (2:1 Conc. StoneRatio)

    Reinforcement Steel Grade 60

    Cu.m

    CM

    iCM

    CM

    CM

    1 8,543.1 8

    1,495.00

    5,954.90

    . 897.58

    662.06

    2,656.50

    893.23

    TOTAL FOR BILL NO. 04

  • ROAD FROM THALTAN ON M2 TO NEW ISLAMABADINTERNATTONAL A|RPORT (L|NK-1) & pERtpHERy ROAD

    wReu,s-J Roa

    BILL NO.5 : STRUCTURES ( BOX CULVERTS & UNDERPASSES)

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    107

    107d

    1 07d

    401 a1i

    auaz i I

    to1 azii I

    aot aziii I401b I

    4o1t I404b I406a I

    406dii I

    50ea I50eb I50eh I

    DRAINAC

    5o1o INSI-; I

    INSr-2 |

    Slructure Excavation (all type of soils including rock)

    Granular

    Granular

    Backfill

    Fill Material under Footings

    Concrete Class A1 (Under Ground)

    Concrete Class A2 (Underground)

    Concrete Class A2 (On Ground)

    Concrete Class A2 (Elevated)

    Concrete Class-B

    Lean Concrete

    Reinforcement as per A/ASHTO M-31Grade-60Premoulded Joint Filler 25mm Thick with Bitumastic JointSeal

    Water Stops 8" Size

    Rip Rap Class "A"

    Rip Rap Class "8"

    Filter Layer of Granular Material

    E OF UNDERPASS

    RCC Pipe dia 1070mm

    Heavy Steel Grating

    Main Hole (1.5 x 1.5 x 2)m

    CM

    CM

    CM

    CM

    utv l

    CM

    CM

    CM

    CM

    Ton

    SM

    t ,

    CM

    CM

    CM

    M

    SM

    No.

    6.734.59

    5,880.61

    1,361.43

    791 .51

    2,191.87

    z,zts.zl1,795.60

    724.24

    918.59

    1 ,1 30.93

    174.96

    1,009.11

    313.73

    892.07

    297.36

    120.00

    60.00rl

    2.001

    rOTAL FOR BILL NO. 05

    (?

    - P4 ZP =^ . D;5r

    o\

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ATRPORT (LtNK-1) & pERtpHERy ROAD

    @A

    Rc'-,.;rs**J BDABILL NO. 5a : BRIDGES 2 Nos. (30 m SPAN)

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    107

    107 d

    401 a l i i

    401 a?iii

    401 a3ii i

    401 a3i

    401 giv

    401 t

    404 b

    404 h

    405 a

    405 b

    406 ei

    407 d3

    447 d4

    407 i

    407 h

    Structure Excavation (all type of soils including rock)

    Granular Backfi l l

    Concrete Class 'A 1'(ON GROUND) Approach Slab, Barrir

    Concrete Class 'A 2'(ELEVATED) Transom, Deck Slab,Diaphragm, Curtain wall and Wing Wall

    Concreie Class A 3' (ELEVATED) Piers

    Concrete Class 'A 3'(UNDER GROUND) Piles

    Precast Concrete (Class D1)

    Lean Concrete

    Reinforcement as Der AASHTO M 31 Grade 60.

    Reinforcement (Structural Shapes) as perASTM 4-36.

    Prestressing Wire Strand, 112' dia. Complete in all respectr

    Launching of Girder

    Elastomeric Bearing Pads (According to size & thicknessimported)

    Cast-in place concrete piles, dia 1200 mm (boring only) inNormal Soil :

    Cast-in place concrete piles, dia 1200 mm (boring only) inGravel Strata

    Pile Load Tests for dia 1200 mm (2.5 times Design Load)

    Pile load tests for 1.2m Pile to 1.5 times the Design Load(Proof Load Test)

    CM

    CM

    CM

    CM

    CM

    CM

    r\^,

    CM

    TON

    TON

    TON

    TON

    c.cm

    LM

    LM

    Each

    Each

    1,000.00

    ; 400.00

    95.68

    951.76

    159.24

    895.73

    501.00

    a a A

    442.03

    0.44

    30.31

    1,454.90

    68,640.00

    792.00

    80.00

    1.00

    1.00I

    (!

    :>4 39 =o QN t

  • ' . ,

    ROAD FROM THALIAN ON'Mz TO NEW ISLAMABADINTERNATIONAL AIRPORT (LlNKrl) & PERIPHERY ROAD

    WR"*sJ BoO

    BILL NO.5a : BRIDGES 2 Nos. (30 m SPAN)

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    NSt-3

    509 a

    406cii

    SP-418 a

    Sonic Integrity Tests (SlT) on all Piles

    Riprap Class A

    Expansion Joint with two extruded Aluminium alloysections for 50mm movement (USA/EU Make)

    Gl Drain Pipe Dia 100 mm

    Each

    CM

    M

    M

    16.00

    136 .16

    75.24I

    18.00

    TOTAL FOR BILL NO.5a

    (D

    :>< .=y 5

    oPb J r .

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL AIRPORT (LINK-1) & PERTPHERY ROAD

    ffi

    Re^.r.eol tCIaBILL NO 5b : SOIL INVESTIGATION

    (!

    :>4 39 ro9l . J | -

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    SP-414 (a)

    sP-414(b)

    sP414(b-1)

    S P-4 1 4(c)

    dn-a t alay

    SP-414(e)

    sP414{f)

    sP414(f1)

    SP-ala(s)

    sP-41 4(h)

    t -

    i i.

    i l t -

    6" minimum dia drilling straight rotary including back fillingof holes from NSL upto 45m depth or till the rock level,which ever is met earlier.Perform SPT at 1 m interval i/c collection, preservation &Transportation of disturbed samples to an approvedLaboratory.

    Continuous core drilling in' bedrock up to a maximum of 7m depth below sound' rock strike level, includingdetermination of core recovery/ RQD, preservalion of coresamples in core boxes, labelling, waxing of selected coresamples, photography of rock cores and transportation ofcore samples to the laboratory. In case core recovery isless than B0% reduce run length to 0.5 m.

    Collection of undisturbed soil samples from boreholesusing Shelby pilcher/denison sampler i/c preservation andtransportation of samples to an approved Laboratory.

    Performance of FDT in test pits through sand replacemenlmethod i/c moisture content determindtion.

    Excavation of test pits upto 1.5 m depth along roadalignment including backfilling of pits to original condition.

    Collection of undisturbed block samples from test pits al

    lappropriate location as directed by ihe Engineer. '

    lCollection of composite bulk sample (at least 60 kg fotlsandy/clayey soils and

    'l 20 kg for gravely soils)t '

    lCollection & preservation of water samples from bore holesl& transportation to an approved Laboratory.IlLaboratory TestingIlGrain size analysis.

    lHydrometer analysis.

    lAtterberg limits

    LM

    No.

    LM

    No.

    No.

    M

    No.

    No.

    No.

    No.

    No.

    No.

    't00.00

    100.00

    14.00

    10.00

    5.00

    20.00

    20.00

    20.00

    10.00

    25.00

    10.00

    10.00

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ATRPORT (LrNK-1) & PERIPHERY ROAD

    ffiRe,,'.sJ BoA

    BILL NO 5b : SOIL INVESTIGATION

    ftem No. Descriptlon Unit QuantityRate (Rs)

    Amount (RslFigures Words

    vi .

    vii.

    vilt.

    ix.

    x.

    xi.

    xii.

    xilt.

    xvi.

    Specific gravity

    Natural moisture content ,

    Bulk density & Dry density' (Soil/rock cores)

    Direct shear test

    Consolidation lest (collapse/swell potential)

    Unconfined compression test (Soil/rock cores)

    Chemical analysis of soil

    Chemical analysis of water

    Submission of Investigation Report (triplicate)

    CBRModified Proctor Test

    No.

    No.

    No.

    No.

    No.

    No.

    No.

    No.

    No.

    No.No . '

    10.00

    10.00

    10.00

    10.00

    10.00

    10.00

    10.00

    10.00

    10.00

    10.0010.00

    TOTAL BILL NO. 5bNote: 1. Preferred method of drilling is straighi rotary melhod. Percussion method will be allowed only il gravelly slrata is encounteted.

    2. All soil/rock samples must be labeled, slored and transported as per ASTM. The area ratio anb cleafance ratio of the thin walled

    should be in strict compliance with relevant ASTM standard.

    (l

    1 39=o9t J r .

  • BILL NO.6 : ANCILLARYWORKS

    ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL ATRPORT (LINK-l) & PERIPHERY ROAD

    ffi

    Rev,{J Boa

    l,:

    (D

    :>1 AO : '

    e i il-J I

    Item No. Description U n i t 'Rate (Rs)

    Amount (Rs)Figui.es Words

    601di i

    604a

    604b

    604d

    607a

    607b

    607c

    608 i1

    608 j1

    609c

    61 0b

    6 1 1 a

    601 ai

    NSI-4

    NSI-5

    NSt-6

    Precast Curb in concrele Class A-1 of size 450 x 150 mmincl. bedding & haunching

    Metal Guard Rail

    Guard Rail End Pieces

    Steel Post for Guard Rail

    Traffic Road Signs, Triangular Category -1 sides 1200 mm

    Traffic Road Signs, Circular, Category - 2 diameter 1200mm

    Traffic Road Signs Rectangular Category - 3

    Pavement Marking in Reflective CR Paint of 20cm Width

    Pavement Marking in Reflective CR Paint for 4.0 M Anows

    Reflectorised Pavement Studs (Raised Profile Single)

    Right of Way Marker (0.20 x 0.20 x 1.2)M

    Chain Link Fabric Fencing

    RCC New Jersey Barrier (in-situ) for median Double'Face(lncl. reinforcement)

    Delineators/Angle Reflector (sides/top of NJB)

    New Jersby Barrier (Single Face Incl. reinforcement)

    Chevaron

    M

    M

    Each

    Each

    Each

    Each

    S.M

    SM

    S,M

    tacn

    Each

    M

    M

    Each

    M

    Each

    12420.001, 1

    I1800.00

    80.00

    700.00

    50.00

    50.00

    . 1 8 0 . 0 0

    36600.00

    300.00

    250.00

    200.00

    14000.00

    6000.00

    2500.00

    700.00

    250.00

    rOTAL FOR BILL NO. 06

  • BILL NO. 6a : ELECTRICAL WORKS (oN ENTRY/EXIST

    ROAD FROM THALiAN ON M2 TO NEW TSLAMABADINTERNATTONAL AtRPORT (LtNK-1) & pERtpHERy ROAD

    wReru rs.J ROcl-

    oF ATRPORT) '

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures WordssP-800

    sP-800(i)

    ELECTRICAL WORKS

    Pole with Lighting FixtureSupply, inslallation and commissioning of single arm pole o1dimension as shown on drawing complele with iunction boxground rod, nut-bolts, service culout, concrele foundationcomplete in all respect as per specifications. Also includingroad lighting fixture 120 watt LED light 01 wafi multiplesource high intensity USA diode (140 Lumens in one wa[, lifeof 50,000 hours minimum) with LED driver & reflector (withadjustable swing arm for adjusting the light angle parallel tothe road and light sensing automatic on/off capability) makeimporled, cable in poles, bracket for mast arm mounting,terminaf block, three core PVC/PVC 2.5 mm2 cable bewveenjunction box and fixture earlhing terminal etc. complete in a.llresDecl.

    Cable PVC/SWA/PVGSupply, laying and commissioning of PVC insulated steel Wirearmoured PVC sheathed. copper conductor (600/1000 Vgrade) cable of following sizes either in trench or alongflyover from feeder pillar to all the tighting poles. For cablePAKISTAN CABLES. GOLDEN STAR CABLES, NEW AGE,PIONEER CABLE or MAKE shall be used. Using 3 Core 16mm2 size for supply of eleclricity to all poles. 4 Core 35 mm2size shall be used for connection from Wapda to mainFeeder Pillers. Electricity conneclion from Wapda shall alsobe oblained

    Each 80.00

    o

    :>4 =O 5

    o i il.J I

    N)

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADINTERNATIONAL AIRPORT (LINK-1) & PERIPHERY ROAD

    ffiRqr,sJ BDcl

    BILL NO. 6a : ELECTRICAL WORKS (ON ENTRYTEXIST OF AIRPORT)

    a

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    sP-800(ii)

    sP-800(ii i)

    SP-800(iv)

    SP-800(v)

    Feeder Pi l larsSupply, installation and Commissioning of Feeder Pillar madeof 14 SWG M.S. sheet water proof board fixed on concretefoundation including concrele foundation as per specification,Roof canopy. Sockets to be fixed on door leaves, alsoincluding 60 contractors, manual time switch, two way on/offpush butlons, volt meter wilh selectors switch. auto manualselector switch, protection fuses, Cts Ammeter with selectorswitch, 3 phase indication Lamp complete earthing. completein all respects as specification and drawings.

    Make: PEL, SIMENS. ELECTRECH, J&P and inlcuding the

    incoming cable 4 core 35mm2. PVC/SWA/PVG from federpiller, to WAPDA poll complele wilh earhing system inlcudingcost of 50mm dia Gl pile driven varical upto water cable, two

    cooper conducters 35mm2 MAKE PAKTSTAN CABLES.GOLDEN STAR CABLES AND AGE lo be drawn upto thefeeder pillers earthing point, all Gl pipes accessories, LUGSthimbles. Brass nuts and bolts, construction of inspections pil

    with C.J cover all necessary material complete in all respectsas per detail drawings.

    Incoming:1 x 60 ATP adjustable MCCB RC:10 KA

    lOutgoing:115 x 20 ASP MCB RE:6 KA

    lSuppty, inslallalion testing and commissioning of automatic

    Itransfer (100 KVA) switch/AMF Panel, ready, equipped,lwired and tested complete in all respects as per Engineer's

    lapproval for the above Genset shall also be provided.Ilsame as item No. SP-800(i) above but Double Arm pole with

    lLight Fixture.

    lsame as ilem No. SP-800(i) above but Five Arm pole will

    lLiql ' t Fi*ture.

    Each

    Each

    Each

    Each

    JC.UU

    3.0c

    20.0c

    TOTAL FOR BILL NO. 6a

    tD

    a>4 39 EoP\ J I

  • ROAD FROM THALIAN ON M2 TO NEW ISLAMABADTNTERNATTONAL A|RPORT (LtNl(-1) & pERtpHERy ROAD

    rff iRevns..J BOe

    BILL NO.7 : GENERAL ITEMS

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words701 (a)

    701 (b)

    702 ai

    7Q2a

    702b

    702ci

    7A2cii

    703a

    703b

    /UJC

    SP-70Bai

    SP-70Baii

    SP-708c.i

    sP-709.i

    ,Provide Surveying & allied instrumentsI

    lMaintain Survey Instruments and provide Survey Teamslincluded helpersI

    Provide Employer's Office & Residence accommodation onrenlal basis

    Provide Enginee/s Representative's Office & Residenceaccommodation on rental basisFurnish and Equip" Employe/s & Enginee/sRepresentative office & Residence.

    Maintain Employer's Office & Residence.

    Maintain EngineeCs Office & Residence.

    Provide Material Testing Project Laboratory (on rentalbasis)

    Equip & Fumish Material Testing Project Laboratory.

    Maintain Material Testing Project Laboratory.

    Provide Transport Facility for Employer's (01 number newvehicle/new vehicle on rental basis)Provide Transport Facility for Engineer's Representalive's(04 new vehicles/new vehicles on rental basis)

    Running & Maintenance of Employer/Enginee/s Transport

    Employ Trainee Enginee/s (Graduate Civil Engineer)including Boarding, Lodging and food

    PS

    Month

    PS

    PS

    PS

    Month

    Month

    PS

    PS

    Month

    PS

    PS

    Month

    Month

    I 2

    1 2

    12

    1z

    70

    48

    3,000,000

    2,000,000

    2,000,000

    4,000,000

    2,000,000

    3,000,000

    4,000,000

    15,000,000

    TOTAL FOR BILL NO. 07

    tD

    4 39so9N)

    ' l

  • PREIPHERY ROAD FOR NEW ISLAMABADINTERNATIONAL AIRPORT

    ffiRe-r,.:e-*l gql

    SUMMARY

    BILL No. DESCRIPTIONAMOUNT (Rs.)

    Figures Words

    i

    2

    J

    +

    5

    o

    EARTIJ WORK

    SUB EASE & BASE

    SURFACE COURSE & PAVEMENT

    STRUCTURES (RETAINING WALLS & DRAINS)

    STRUI]TURES {CULVERTS)

    ANCILLARY WORKS

    TOTAL CONSTRUCTION COST :

    (D

    :>1 =P=o9t \ ) l

  • I

    PREIPHERY ROAD FOR NEW ISLAMABADINTERNATIONAL AIRPORT

    WRe^;,s**( Bod

    BILL NO. 1 : EARTH WORK

    (?

    - j =

    P =^ at rT

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    101

    102a

    1 02b

    102c

    104

    106a

    1 0Ba

    1 OBc

    1 08d

    1 1 0

    Clearing and Grubbing

    Removal of Trees 150-300 mm Girlh

    Removal of Trees 301-600 mm Girth

    Removal of Trees 601mm or over Girth

    Comoaction of Natural Ground

    Excavate Unsuitable / Surplus Common Material

    Formation of Embankment from Roadway Excavation inCommon MaterialFormation of Embankment from Borrow Excavation inComrnon Material

    Formation of Embankment from Structural Excavation inCommon Material

    lmproved Sug-grade (CBR > 20%)

    SM

    Each

    Each

    Each

    SM

    CM

    CM

    CM

    ^ t ,

    CM

    156,400.00

    300.00

    500.00

    70.00

    156,400.00

    17,082.50

    68,330.00

    121,822.50

    13,685.60

    I138,000.00

    rOTAL FOR BILL NO. 01

  • PREIPHERY ROAD FOR NEW ISLAMABADINTERNATIONAL AIRPORT

    ffiReu.J Bro

    BILL NO.2: SUBBASE & BASE

    Item No. Description Unit QuantityRate (Rs)

    Amount (Rs)Figures Words

    201

    20?

    Granuiar Subbase

    Aggregate Base Course

    CM 22,770.00

    24,840.0Q

    TOTAL FOR BILL NO. 02

    tD

    zb.J

    {

  • PREIPHERY ROAD FOR NEW ISLAMABADINTERNATIONAL AIRPORT

    ffi

    R**',sr-J BDclBILL NO. 3 : SURFACE COURSE & PAVEMENT

    Item No. Description Unlt QuantityiRate (Rs)

    Amount (Rs)Figures Words

    302a

    304c

    305b

    Bituminous Prime Coat

    Triple Surface Trealmenl (on shoulder)

    Asphaltic Concrele for Wearing Course (Class '8")

    SM

    SM'

    CM

    7't,760.00

    36,800.00

    I3,358.00'

    TOTAL FOR BILL NO. 03

    (!

    4 dP ! t- f Di 5T

    oo

  • BILL NO.4: STRUCTURES (RETAINING WALLS & DRAIN)

    16,249.50

    1,552.50

    1 ,521 .68

    1,389.20 "

    148.35

    4,485.00 '

    228.25

    CM

    Cu.m

    CM

    / ^ l I

    CM

    CM

    /- f\,

    rre Excavation (all type of soils including rock)

    Granuiar Backfill

    Concrete Class'A1 (on Ground)

    Lean (loncrete

    Plum (CyclopeaniRubble) Concrete (2:1 Conc' Stone

    Reinforcement Steel Grade 60

    107

    1 07d

    401a1i i

    401b

    401 (f)

    401 h

    404 (b)

    TOTAL FOR BILL NO. 04

    PREIPHEiIY ROAD FOR NEW.ISLAMABADtNTERNATiOTAU AIRPORT

    @I

    Qq"',s*J' Bq]

    t!

    :>4 3e ! 5

    e Xt\, I

  • J '

    l

    PREIPHERY ROAD FOR NEW ISLAMABAD

    INTERNATIONAL AIRPORT

    ffiReuue-J Bca

    n qTPIICTIIRES ( BOX CULVERTS)Rate (Rs) Amount (Rs)

    DescriPtion Unit QuantitYItem No. Words

    CM

    CM

    CM

    CM

    CM

    CM

    CM

    CM

    Ton

    SM

    M

    CM

    CM

    4,969.351

    2,s13.311690:031

    I

    1 ,145.4812,604.461

    1,042.871

    e02.331

    746.651

    B1o.54l

    182.66

    1,217.70,.

    1,142.92

    380.97

    107

    107d

    401 a1 i

    401 a2i

    401 azii

    401 aZiii

    401 b

    401f

    404b

    406a

    406dii

    509 b

    509 h

    Slructure Excavation (all type of soils including rock)

    Granular Backfill

    Concrete Class 41 (Under Ground)

    Concrete Class A2 (Underground)

    Concrete Class A2 (On Ground)

    lConcrete Class A2 (Elevated)

    lconcret" Class-B

    lLean.Concrete

    l*",rlror""*"nt as per AASHTO M-3'tGrade-60

    lPremoulded Joint Filler 25mm Thick with Bitumastic Joint

    lSeal

    lWater Stops B" Size

    IlRip Rap Class "8"

    r l l l e r Laye l u l u ld r ru rdr rv r (

    TOTAL FOR BILL NO. 05

    (D

    :>1 39 =o i :N J ' l

    IJ

  • PREIPHERY ROAD FOR NEW ISLAMABADINTERNATIONAL AIRPORT

    W' Qe v,s'=---( Bao

    BILL NO. 6 : ANGILLARY WORKS

    @

    4 3P=ePN ) r

    Item No. Descrlption Unlt QuantityRate (Rs)

    Amount (Rs)Flgures Words

    601d i i

    ob4a

    604b

    604d

    6O7a

    607b

    607c

    608 il

    608 j1

    609c

    61 0b

    6 1 1 a

    NSI-1

    Precast Curb in concrete Class A-1 of size 450 x 150 mmincl. bedding & haunching

    Metai Guard Rail

    Guard Rail End Pieces

    Steel Post for Guard Rail

    Traffic Road Signs, Triangular Category -1 sides 1200 mm

    Traffic Road Signs, Circular, Category- 2 diameter 1200mm

    Traffic Road Signs Rectangular Category - 3

    lPavement Marking in Reflective CR Paint of 20cm Width

    II

    lPavement Marking in Reflective CR Paint for 4.0 M Arrows

    l*"n".,or,r"o Pavement Studs (Raised Profile Single)IIlRignt of way Marker (0.20 x 0.20 x 1.2)MI

    lcnain Lint Fabric FencingI

    lChevaron

    M

    M

    Each

    Each

    Each

    Each

    S.M

    SM

    SM

    Each

    Each

    M

    Each

    1B4oo.oolI200.001

    2o.oolI

    65.ool

    10.00

    5.00

    20.00

    20000.00

    ' 50.00

    1600.00

    120.00

    8000.0c

    20.0c

    AL FOR BILL NO.06 I

  • I'aues o$ uleuej [Eqs suolllpuo3 puesu!6lJewo 'g

    Tf'^6E'€TTtm'a'l allsqo^A Vl-lt.l uJo{ aues aql peclu^^op uec Jo paublslapun }o.33lgo eql tuo'{ sltll ulelqo u"3

    slapplqpslsarolur pue panss! uaaqseq:atteu pahhs oj 6ululeped lo'oN uJnpuappvlo '(doc y '7

    .' 9 1, 97 lea,{ aql Jo, Zg ? !0-33 ul uollez1le1aeds q11rur eroqe

    ro g_3 [ro6e1e3 ula]ecutueS uope4s;oag prrii i tir^ ilcuniig -6u1raaut6u3

    uelsD{ed q16n pera1s16e: aq

    ot ia:]n5or ore ireppqg, :sgefep 6u1r",oi1c1:ad se papuaue uaeq seq eolloN €Jl palra1sl s^oqe Jo c-ered ' t

    -mtr{thl3IUHOS

    bt OZ'g T tequtacaq'frnpstnVy.{

  • AppENpuM No. 01

    CONSTRUCTION OF ROAD FROM THALIAN ON M-2 TONEW ISLAMABAD INTERNATIONAL AIRPORT, PACKAGE-III.

    The following amendments have been made in the Bid Document under this Addendum,which shall be read and construed as an integral part of Bid Document and shall takeprecedence in case of any conflict / ambiguities in the Bidding Document and otherprovisions of the Bidding Document.

    l . B idd ine Data:

    Refer page-26, ITB Clause 3.la(i), second and fourth Iine, constructor's category 'tC-Arr

    be replaced with "C-B or above".

    2. B iddine Data & Annendix-M:

    Refer:( i) Bidding Data, Page-27,ITB Clause 3.1a(i i i ) , second l ine(ii) Bidding Data, Page-32, ITB Clause ll.1 (C)b) .Average Annual Construction

    Turnover, fifth line(iii)Appendix-M to Bid, Page-79, Para-Z,

    Criteriao third lineAverage Annual Construction Turnover,

    Average Annual Construction Turnover "Rs."Rs.4,890 lVl i l l ion".

    3. Riddine Data & Apnendix-M:

    3,500 Million" be replaced with

    Refer:(i) Bid

  • 6. Anpendix-A to Bid. Soecial Stipulations Clause Conditions of Contract:

    Refer page-47, SerialNo. 14, Clause 60.10, Time of Payment from delivery of Engineer'sInterim Payment Certificate to the Employer "42 days" be replaced with "28 days".

    Anrrendix-C to Bid:

    Refer page-49, deleted in its entirety.

    Part icular Condit ions of Contract Part-II :

    Refer page-l12, Clause 60.11, FinancialAssistance to Contractor para(b) "This Advanceshall be recovered in equal installments; first installment at the expiry of thirdmonth after the date of payment of first part of Advance and the last installment twomonths before the date of completion of the Works as per Clause 43 hereof' bereplaced with "This Advance shall be recovered in equal installments; firstinstallment at the expiry of second month after the date of payment of first part ofAdvance and the last installment one month tlefore the date of completion of theWorks as per Clause 43 hereoP'.

    9. Particular Conditions of Contract Part-II:

    Refer page-l13, Clause 70.1, Increase or Decrease of Cost, deleted in

    10. Other terms and conditions shall remain same.

    7.

    8 .

    Page 2 of2

  • tr

    /

    SaturdaU, Nouemher 29, 2014

    CONSTRUCTION OF ROAI' FROM TI{ALIAN ON'M.z TO It[WI $ I-A I'IABAD I I'ITER$IATI O I'IAL ff NPb NT PAC KhG E.! I I.

    . .

    Feferencb: procuremenf prqcess lniilated vide lnvitatioh tor Blds.(l.FB) Notrc9 puDlishedinpress and uploaded on NH,A and PPBA websifes daied 16ih Man 20'14 hasbeen annulled and re-adverlisedas under:

    . Pre-Bid lvleeting Dats:Deadline for Submission of Bids:

    ( ' J U l l ( , A r A r t l , l o l r * 1 ' l t l A o A : J l l l l r A r l

    - ,lOrh Deismbor.201c.at l l0Othours3bih Decombir. 2O14 at 'l 130 hours'

    P

    1. The itlational Highway Arjthority (NHA) invites sealed bids from eligibla bidders who can prove,lhek ellgibility andqualification as mantioned hereunder and in the Bidding Documenls for Package-lll: Conslruciion of Fload fronrThalian on M-2 to Nelv lslamabad lntemational Airport (Unk-1) and Periphery Rcad, The estimat€,, cost'ol lheproject is Rs.2.445 Eiltion.

    2. Bidding vrill be caried out by adcpling "Slngle Siage Tlvo Envelope" procedure. .3. Bidrjers ure required tb be registered with Pakistan Engineedng Council with a valid registration Cediticate in

    CateEoryC-AwithspecializationlnCE{1 &02forthoyear2014. '.:' I4. Bidders can purchase the biddlng documents fram lhe address given below on submission of Jpplir:aticn wilh a

    non refundable Demand Dralt / Pay crder amounling lo Rs. 10,000/- (Fupees Ten Thousand Only) In favor ofillatlonal HlghwayAutitorlty, lslatnabad being cost of the bidding docutn€nts. Ailetnativelybidding docurnentscan also be do,rvnloaded irom NHA rvebsile and submitted lo lhe under nrentioned address along wifi the abovomsntioned tee. l'. IA Pra-bid meeling shall take place on 1Oth Dacernber. 2014 at 1100 at the i.lHA Auditorium,'2C-lvlauve Aree,G-9/1 , lslamabad. The bidders are advlsed to visit the site befcre altending thspre.bld meetirrg. | : .Tho bids shall be received in NHA Auditorlum, 28-lilauve Area, G-9/l , lslamabad on 30ih Decotrbor.2Qll! until1130 hours. The envelopo containlng Tachnical Bids will be gpened on the same day at l20O hours ln lhepresence of bidders representatives vvho choose lo attend. Second envelope containing Financial Bids cftechnically qualilied bidders witt be opened latec the date of which witt bs communicated aller;valuatlon of thoTechnical Bids. i. iBids nrust be accompanied by bld security amounting to Rs. 60 litillion In the form mentioned in the bidding'documents vaiid for t 4B days from the date ol submission of bids.The firms providing unsubstanliated and lor inconect inlormatlon'are llable to

  • GOVERI{MEI{T OF PAKISTANMinistry of Communication

    BIDDING DOCUMENT(Volume - I)

    FOR

    PACKAGE-IIICONSTRUCTION OFROAD FROM THALIAN ON

    N{-2 TO NEW ISLAMABAD INTE,RNATIONALAIRPORT (LI|{K-1) AND pERIpHERy ROAD.

    (Single Stage Two Envelope Bidding procedure)

    DECEMBER.2OI4

    teifrlo'r rri$r.,-{y5

    Nationat Highway Authority28-Mauve Area, G-9/1, Islamabad

    Phone: 051-9032727 - Fax 051-9260419l )

  • Index

    TABLE OF CONTENTS

    DescriptlonINSTRUCTIONS TO BIDDERS

    GENERALScope of BidSource of FundsEligible BiddersOne Bid per BidderCost of BiddingSite Visit

    BIDDING DOCUMENTSContents of Bidding DocumentsClarification of Bidding DocumentsAmendment of Bidding Documents

    PREPARATION OF BIDSLanguagq of BidDocuments Comprising the Bid SubmissionBid PricesCurrencies of Bid and PavmentBid ValidityBid SecurityAlternative Proposals by BiddersPre-Bid MeetingFormd.t and Signing of Bid

    '

    SUBMISSION OF BIDS FOR SINGLE STAGE TWOENVELOPE BIDDING PROCEDURE

    Sealing and Marking of BidsDeadline for Submission of BidsLate Bids

    Modilication and Withdrawal of Bids

    BID OPENING AND EVALUATION FOR SINGI,E STAGEE TWO ENVELOPE BIDDING PROCEDURE

    Bid OpeningProcess to be ConfidentialClarification of Bids

    ; t i l i r ; . , . i r j , : ' Examination of Bids and Determination of Responsivenessrrection of Errors

    , .', Evaluation & Comparison of Bids

    A

    B

    c

    D

    Package-ltl: Construction ofRoad from Thalian on M-2 to Nerv Islarnabad International Airport (l-ink-l) and Periphery Road, \z)

  • Index

    F AWARD OF'CONTRACT

    AwardEmployer's Right to Accept any Bid and to Reject any or allBidsNotification of AwardPerformance Security (Bond)Signing of Contract AgreementGeneral Performance of the BiddersIntegrity PactInstructions not Part of Contract

    BIDDING DATA

    1.11 .1

    2 .13

    7.r8 .110 .111 .113 .1L4.I

    -

    15 . I75.2L7 .T17 .418 .4

    1e.2 (a),1e.2 (b l20.1 (a )

    23 . t32.1

    Name and Address of the EmployerName of the Project and Summary of the WorksName of the Borrowers/ Source of Financing/FundingAgencyEligible BiddersContents of Bidding DocumentsTime Limit for ClarificationBid LanguageDocuments Comprising the BidCurrencies of Bid and PaymentPeriod of Bid ValidityAmount of Bid SecurityForm and Validity of Bid SecurityVenue, Time and Date of ttre Pre-bid meetingPresence at the Pre-gid MeetingNumber of copies of the Bid to be completed and returnedEmployer's Address for the purpose of Bid SubmissionName and Number of the ContractDeadline for Submission of BidsVenue, Time and Date of Bid Opening ("Envelope-A")Standard Form and Amount of Performance Securitvacceptable to the Employer

    FORM OF BID

    Letter of Technical BidLetter of Price BidAppendix-A to BidAppendix-C to Bid

    Appendix-D to BidAppendix-E to BidAppendix-F to Bid

    Special StipulationsPrice Adjustment (Under Clause70)Bill of QuantitiesProposed Construction ScheduleMethod of Performing the Work

    (3)

  • Index

    List of M4jor Equipment - RelatedItems

    Construction Camp and HousingFacilitiesList of SubcontractorsEstimated Progress PaymentsOrganization Chart of theSupervisory Staff and LabourIntegrity PactFinancial Competence and Accessto Financial ResourcesPast Performance, Qualificationand ExperienceQualification of Key StaffProforma for list of CurrentCommitments/Projects in Hand

    FORMSBID SECURITYPERFORMANCE SECURITYCONTRACT AGREEMENTCREDIT LINE FACILITYMOBILIZATION ADVANCE GUARANTEE/ BOND

    FART-I: GENERAL CONDITIONS OF' CONTRACT

    FART-II: PARTICULAR CONDITIONS OF CONTRACT

    SPECIAL PROVISIONS

    SUPPLEMENTARY SPECIFICATIONS

    Appendix-G to Bid

    Appendix-H to Bid

    Appendix-I to BidAppendix-J to BidAppendix-K to Bid

    Appendix-L to BidAppendix-M to Bid

    Appendix-N to Bid

    Appendix-O to BidAppendix-P to Bid

    Package-lll: Construction of Road fiorn I'halian on N,t-2 to New Islarnabad International Airport (Link- I ) and Periphery Road. (41

  • Instructions To Bidders

    INSTRUGTIONS

    TOBIDDERS

    Package'lll: Construction of Road tiorn Thalian on M-2 to Nerv lslamabad Intemational Airport (Link-l) and periptrery Road

  • trnstnrctions To Bidders

    INSTRUCTIONS TO BIDDERS

    (Note:These Instructions to Bidders along with Bidding Data Sheet willnot be part of the Contract and will cease to have effect once thecontract is signed.)

    A. GENERAL

    IB.1 Scope of Bid

    1. 1 The Employer as de{ined in the Bidding Data Sheet hereinaftercalled "the Employer" wishes to receive bids for the constructionand completion of works as described in these Bidding Documents,and summarized in the Bidding Data Sheet hereinafter referred toas the "Works".

    L2 The successful bidder will be expected to complete the Workswithin the time specified in Appendix-A to Bid.

    lB,2 Source of Funds

    2.7 The Employer has applied for/received a loan/credit from thesource(s) indicated in the Bidding Data Sheet in various currenciestorvards the cost of the project. specified in the Bidding Data Sheetand it is intended that part of the proceeds of this loan/credit wi:lbe applied to eligible payments under the Contract for which thes

  • Instructions To Bldders

    IB.5 Cost of Bidding

    5.1 The bidders shall bear all costs associated with the preparationand submission of their respective bids and the Employer will inno case be responsible or liable for those costs, regardless of theconduct or outcome of the bidding process.

    18.6 Site Visit

    6.1 The bidders are advised to visit and examine the Site of Works andits surroundings and obtain for themseives on their ownresponsibility all information that may be necessary for preparingthe bid and entering into a contract for construction of the Works.A11 cost in this respect shall be at the bidder's own expense.

    6.2 The bidders and any of their personnel or agents will be grantedpermission by the Employer to enter upon his premises and landsfor the purpose of such inspection, but only upon the expresscondition that the bidders, their personnel and agents, will releaseand indemnify the Employer, his personnel and agents from andagainst all liability in respect thereof and .will be responsible fordeath or personai injury, loss of or damage to property and anyother loss, damage, costs and expenses incurred as a result ofsuch inspection.

    B. BIDDING DOCUMENTS

    IB.? Contents of Bidding Documents

    7.1 The Bidding Documents, in addition to invitation forthose stated below and should be -read in conjunitionAddenda issued in.accordance with Clause IB.g.1. Instructions to Bidders.2. Bidding Data Sheet.3. General Conditions of Contract, part-I(GCC).4. Particular Cohditions of Contract, part-Il(pCC).5. Specifications. - Special provisions.6. Specifications - Technical provisions.7. Form of Bid & Appendices to Bid.

    ,4,. Bili of Quantities (Appendix-D to Bid).9. Form of Bid Security.i0. Form of Contract Agreement.1 1. Forms of Performance security, Mobilization Advance

    Guarantee / Bond and Form of Indemnity Bond for SecuredAdvance.Drawings.

    bids, arewith any

    12.

  • Instrtrctlons To Bidders

    7.2 The bidders are expected to examine carefully the contents of all

    the above documents. Failure to comply with the requirements of

    bid submission will be at the Bidder's own risk. Fursuant to

    Clause 1p.p6, bids which are not substantially responsive to the

    requirements of the Bidding Documents will be rejected.

    IB.8 Clarification of Bidding Documents

    B. i Any prospective bidder requiring any clarihcation.(s) in respect of

    tfre giAaing Documents mly notify the Employer in writing at the

    Employer'J address indicated in the Invitation for Bids. The

    Omptoyer wiil respond to any request for clarification which he

    r"""iu.r earlier than 28 days prior to the deadline for submission

    of bids.Copies of the Employer's response will be forwarded to all

    purchasers of the gidding Documents, including a description of

    the enquiry but without identifying its source'

    IB.9 .A,mendment of Bidding Documents

    9.1 AL any time prior to the deadline for submission of bids, the

    Employer may, for any reason, whether at his own initiative or in

    t""po.t." to a clarifitation. requested by a prospective bidder,

    moairy the Bidding Documents bY issuing addendum.

    g.2 Any addendum thus issued shall be part - of the Bidding

    Documents pursuant to 1B 7.1 hereof and shall be coinmunicated----in writing toall purchasers bf the Bidding Documents.. Prospective

    bidders Jhall acknowledge rec€ipt of each addendum in writing to

    the EmPloYer.

    9.3 To afford prospective bidderc i"."onu.ble time in which to take an

    addendum into account in preparing their bids, the Employer may

    extend the deadline for submission of bids in accordance with

    Clause IB'20

    C. PREPARATION OF BIDS

    IB.10 Language of Bid

    i0.1 The bid and all correspondence and documents relaied to th; bid

    exchanged by a bidder and the Employer shall be - in the bid

    language stipulated in the Bidding Data Sheet and Particular

    coriditLns of Contract. Supporting document9,,..'13d. printed

    literature furnished by the bidders may be in any;' o language

    p*krs*1ilrc""rt*.tt." of Rou,t f** Thalian on Nl-2 toNcw tslamabad lnternational Airport (Link-l)and Pcriphery Road'

  • Instructions To Bidders

    provided the same are accompanied by an accurate translation ofthe relevant parts in the bid language, in which case, for purposesof evaluation of the bid, the translation in bid language shallprevail.

    IB.l l Documents Comprising the Bid

    i1 .1

    TT.2

    The Bid shall comprise two envelopes submitted simultaneously,one called the Technical Bid and the other the Price Bid,containing the documents listed in Bidding Data Sheet under theheading of IB 11.1 A & B respectively. Both envelopes to beenclosed together in an outer single envelope called the Bid. Eachbidder shall furnish all the documents as specified in Bidding DataSheet l1 . lA&8.

    Bids submitted by a JV shall include a copy of the Joint VentureAgreement entered into by all partners. Alternatively, a Letter ofIntent to execute a Joi;rt Venture Agreement in the event of asuccessful bid shall be signed by all partners and submitted withthe bid, together with a copy of the proposed agreement. The roleto be played by each partner to be specified therein. Bidssubmitted by a joint venture of two (2) or more firms shall comply.with the following requirements:

    In case of a successful -bid, the Form of JV Agreement shall

    be signed so as to be legaliy binding on all partners within 7days of the rbceipt of letter of acceptance failing which the'contract

    and tle-e letter of acceptance shall stand void andredundant.

    One of'the joint venture partners shall be nominated asbeing in charge; and this authorization shali be evidenced bysubmitting a power of attorney signed by legally authorizedsignatories of all the joint venture partners;

    The partner-in-charge shall always be duly authorized todeal with the Employer regarding all matters related withandlor incidental to the execution of Works as per the termsand Conditions of JV Agreement and in this regard to incurany and all liabilities, receive instruqtions, give bindingundertakings and receive payments on behalf of the joint

    venture;

    (a)

    (b)

    (c)

    Packase-lll: Construction of Road tionr Thaliiu on M-2 to New Islarnabad lnternational Airport (Link'l) and Periphery Road.

  • Instructions To tsldders

    (d) A11 partners of the joint venture shall at all times and underall circumstances be liable jointly and severally for theexecution of the Contract in accordance with the Contractterms and a statement to this effect shall be included in theauthorization mentioned under Sub-Para (b) above as well asin the Form of Bid and in the Form of JV Agreement (in caseof a successful bid); and

    (e) A copy of JV agreement shall be submitted before signing ofthe Contract, stating the conditions under which JV wiilfunction, its period of duration, the persons authorized torepresent and obligate it and which persons will be directlyresponsible for due performance of the Contract and can givevalid receipts on behalf of the joint venture, theproportionate participation of the several firms forming thejoint venture, and any other information necessary to permita full appraisal of its functioning. The JV Agreernent shall bemade part of the contract. No amendments / modificationswhatsoever in the joint venture agreement shali be agreed tobetween the joint venture partners without prior writtenconsent of the Employer

    11..3 The Bidder shall furnish, as part of the Technical Bid, a TechnicalProposal. including a statement of work methods, equipment,

    . personnel, schedule and any other information as stipulatedBidding Forms, in sufficient detail to demonstrate the adequacy ofthe Bidders' proposal to meet the work requirements and the

    " ,

    completion time referrgd to in Sub-Clause 1.2 hereof.

    i8.12 Bid Prices

    12.1 Unless stated otherwise in the Bidding Documents, the Contractshali be for the whole of the Works as described in IB 1.1 hereof,based on the unit rates and / or prices submitted by the bidder.

    L2.2 The bidders shall fili in rates and prices for all items of the Worksdescribed in the Bill of Quantities. Items against which no rate orprice is entered by a bidder will not be paid for by the Employerwhen executed and shall be deemed covered by rates and prices forother items in the Bill of Quantities.

    72.3 All duties, taxes and other levies payable by the Contractor underthe Contract, or for any other cause, as on the date 28 days priorto the deadline for submission of bids shall be included in therates and prices and the total Bid Price submittea by 1Q\dder.

    n*tug.-llI Conrtt*tion oinoaO from Thalian on M-2 to New Islarnabad International Airport (Link-l) ind Periphery Road.rl ."'

  • Instructlons To Bldders

    Additional / reduced duties, taxes and levies due to subsequentadditions or changes in legislation shall be reimbursed / deductedas per Sub-Ciause 7O.2 of the General Conditions of ContractPart-I.

    L2.4 The rates and. prices quoted by the bidders are subject toadjustment during the performance of the Contract in accordancewjth the provisions of Ciause 70 of the Conditions of Contract. Thebidders shall furnish the prescribed information for the priceadjustment formulae in Appendix C to Bid and shall submit withthe bids such other suppotting information as required under thesaid clause.

    I8.13 Currencies of Bid and payment

    13.1 The unit rates and the prices shall be quoted by the bidder entirelyin Pak rupees. A bidder expecting to incur expenditures in othercurrencies for inputs to the works supplied- from outside theEmployer's gountry (referred to as ih" ..Foreign currencyRequirements") shall indicate the same in Appendix-B to Bid. Theproportion of the Bid Price _{excluding Provisibnal Sums) needed byhim for the payment of such Foreign Currency Requirements either(i) entirely in the currency of the

    -Bidder,s home country or, (ii) at

    .the bidder's option,.entirely in pak rupees provided al#ays that abidder expecting to incur expenditu..J in a currency or currenciesother than those stated in {i) and (ii) above for a portion of theforeign currency requirements, and wishing to be paid accordingly,

    r3.2 The rates of_ exchange to_be used by the bidder for currencyconversion shall be the TT & oD Seling Rates published orauthorized by the State Bank of Pakistar, prJu*iling on the date 2g

    - days prior to the deadline for submission of bids. For the purposeof payments, the exchange rates used in bid preparation shallapply for the duration of the Contract.

    IB.14 Bid Validity

    l4'I Bids shall remain valid for the period stipulated in the BiddingData Sheet after the Date of Bid Opening spicified in Gtrause I8.23.

    r4.2 rn exceptional circumstances, prior to expiry of the original bidvalidity period, the Employer may request that the bidders extendthe period of validity for a specified additional period which shail in

    shall indicatq the respective portions in ruJia.

    no case be more than the original bid validity perio/: i ,-

    Package-I l I :constructionofRoadfronrThalianonM.2toNewt'tun'ubud@nouo.

  • Instructions To Bidders

    and the responses thereto shall be made in writing. A bidder mayrefuse the request without forfeiting his Bid Security. A bidderagreeing to the request will not be required or permitted to modifyhis bid, but will be required to extend the validity of his tsidSecurity for the period of the extension, and in compliance withClause I8.15 in all respects.

    I8.15 Bid Security

    15.1 Each bidder shall furnish, as part of his bid, a Bid Security in theamount stipulated in the Bidding Data Sheet in Pak Rupees or anequivalent amount in a freely convertible currency.

    15.2 The Bid Security shall be, at the option of the bidder, in the form ofDeposit at Call or a Bank Guarantee issued by a Scheduled Bankin Pakistan or from a foreign bank duly counter guaranteed by aScheduled Bank in Pakistan in favor of the Employer valid for aperiod 28 days beyond the Bid Validity date,

    15.3 Any bid not accompanied by an acceptable Bid Security shall berejected by the Ernployer as non-responsive.

    15.4 The bid securities of unsuccessful bidders will be returned aspromptly as possible, but not later than 28 days after theexpiration of the period of Bid Vaiidiry.

    15.5 The Bid Securiby of the successfui bidder will be returned when thebidder has furnished the required Performance Security and signedthe Contract Agreement.

    15.6 The Bid Security may be forfeited:

    (a) If the bidder withdrar,vs his bid except as provided in IB 22.I;

    (b) If the bidder does not accept the correction of his Bid Pricepursuant to IB 27.2 hereof; or

    (c) In the case of successful bidder, if he fails within thespecified time limit to:

    (i) Furnish the required Performance Security;

    (ii) Sign the Contract Agreement, or

    (iii) Furnish the required JV agreement within 7 days ofthe receipt of letter of acceptance.

    . ' : .

    r l ,i : r ' , ' : i

    ' ' ' ;

    s ' . '1: ' ; ' ' t / 'l ' !

    ' , : ' , ' '

    J:.i ' ' l 'i J . . l - Ir i " Ii ! ,r....i

    1 - a l. \ i

    Package-lll: Construction of Road ttom Thalian on M-2 to Nerv Islamabad International Airport (Link-l) and Periphery Road

  • Instructions To Bldders

    I8.16 Alternate Proposals by Bidder

    16.1 Should any bidder consider that he can offer any advantages tothe Employer by a modification to the designs, specifications orother conditions, he ffiay, in addition to his bid to be submitted instrict compliance with the Bidding Documents, submit anyAlternate Proposal(s) containing (a) relevant design calculations;(b) technical specifications; (c) proposed constructionmethodolory; and (d) any other relevant details / conditions,provided always that the total sum entered on the Letter of PriceBid shall be that which represents complete compliance with theBidding Documents. The technical details and financialimplication involved are to be submitted in two separate sealedenvelopes as to be followed in main bid proposals.

    16.2 Alternate Proposal(s), if any, of the lowest evaluated responsivebidder only may be considered by the Employer as the basis forthe award of Contract to such bidder.

    I8.17 Pre-Bid Meeting

    I7.1 The Employer ffidy, on his own motion or at the iequest of anyprospective bidder(s), hold a pre-bid meeting to clarify issues andto answer any questions on matters related to the BiddingDocuments. The date, time and venue of pre-bid meeting, ifconvened, is as stipulated in the Bidding Data Sheet. Allprospective bidders or their authorized representatives shall beinvited to attend such a pre-bid meeting.---

    17.2 The bidders are requested to submit questions, if any, in writingso as to reach the Employer not later- than seven (7) days beforethe proposed pre-bid meeting.

    17,3 Minutes of the pre-bid meeting, including the text of the questionsraised and the replies given, will be -transmitted without delay toall purchasers of the Bidding Documents. Any modification of theBidding Documents listed in IB 7.1- hereof, which may becomenecessary as a result of the pre-bid meeting shall be made by theEmployer exclusiveiy through the issue of an Addendum ptrrsuantto Clause IB.9 and not through the minutes of the pre-bidmeeting.

    77.4 Absence at the pre-bid meetingdisqualification of a bidder.

    not be a cause for

    ( l3 )

    Package-lll: Construction ofRoad from Thalian on lvl-2 to Nerv lslamabad lnternational Airport'(Link-l) and Periphery Road.

  • Instructions To Bidders

    I8.18 Format and Signing of Bid

    18.1 Bidders are particularly directed that the amount entered on theLetter of Price Bid shali be for performing the Contract strictly inaccordance with the Bidding Documents.

    18.2 All appendices to Bid are to be properly completed and signed.

    18.3 No alteration is to be made in the Letters of Price and TechnicalBids nor in the Appendices thereto except in filiing up the blanksas directed. If any such alterations be made or if theseinstructions be not fuliy complied with, the bid may be rejected.

    18.4 The Bidder shall prepare one original of the Technical Bid and oneoriginal of the Price Bid comprising the Bid as described inBidding Data Sheet against IB 11 and clearly mark it "ORIGINAL -

    TECHNICAL BID" and "ORIGINAL - PRICE BID'. In addition, theBidder shali submit two (2) copies of the Bid and clearly markeach of them "COPY." In the event of any discrepanCy between theoriginal and the copies, the original shail prevail.

    18.5 The original and all copies of the Bid shall be typed or written inindeiible ink and shall be signed by a person.duly authorized tosign on behalf of the Bidder. This authorization shall consist of awritten confirmation as specified in the Bidding Data Sheet andshall be attached to the bid. The name and position held by eachperson signing the authorization must be typed or printed belowthe signature. All -pages of the Bid, except for uhamended printedliterature, shall be signed or initialed by the person signing thebid.

    18.6 Any amendinents such as interlineations,shall be valid only if they are signed orsigning the bid.

    18.7 Bidders shall indicate in the space provided in the Letter ofTechnical and Price Bicis, their full and proper addresses atwhich notices may be legaily served on them and to which allcorrespondence in connection with their bids and the Contract isto be sent.

    erasures, or overwritinginitialed by the person

    1B.B Bidders should retain a copy of thefile copy.

    as their

    Package-lll: Construction of ltoad from Thalian on M-2 to New Islarnabad Intemational Airport (Link-l) and Periphery Road

  • Instructions To Bidders

    D. SUBMISSION OF BIDS FOR SINGLE STAGE TWO ENVELOPEBIDDING PROCEDURE

    I8.19 Sealing and Marking of Bids

    19.1 Each bidder shall submit his bid as under:

    (a) ORIGINAL and each copy of the Bid shall be separatelysealed and put in separate envelopes and marked as such.

    (b) The envelopes containing the ORIGINAL and copies will beput in one sealed envelope and addressed / identified asgiven in IB 19.2 hereof ,

    (c) The technical bid should comprise of documents listed inIB 1 1. 1 (A) & the price bid should comprise of documentslisted in IB 1 1.1 (B) which shali be placed in separateenvelopes in accordance with IB 1 1.1.

    19.2 The inner and outer envelopes shall:.

    (a) Be addressed to the Employer at the address provided in theBidding Data Sheet;

    (b) Bear the name and identification number of the contract as'defined in the Bidding Data Sheet; and(c) Provide a warning not to open before the -time and date for

    bid opening, as speqified in the Bidding Data Sheet.

    19.3- In adifi-tibn to"the identification required in IB Ig.2 hereof, theinner envelope shall indicate the name and address of the bidderto enable th; bid to be returned unbperred in case it is declared,,late,r pursuant to ciause IB.21

    7g.4 If the outer envelope is not sealed and mark-ed as above, theEmployer will assume no responsibility for the misplacement orprernature opening of the Bid.

    IB.20 Deadline for Submission of Bids

    2Q.1, (a) Bids ' must be received by thespecified no later than the timeBidding Data Sheet.

    (b) Bids with charges payable willarrangements be undertaken to

    Employer at the addressand date stipulated in the

    not be accepted, norcollect the bids'from

    Package-lll: construction of Road from Thalian on M-2 to New lslamabad International Airport (Link-l) and pdriphery Road.. .,--.-... --.--,_---. :..1.,//-. ..:.-,

    . .. r.. ..;,;,,. -{.4

    willany

  • Instructions To Bidders

    delivery point other than that specified above. Bidders shallbear all expenses incurred in the preparation and delivery ofbids. No claims wiil be entertained for refund of suchexpenses.

    Where delivery of a bid is by mail and the bidder wishes toreceive an acknowledgment of receipt of such bid, he shallmake a request for such acknowledgment in a separate letterattached to but not included in the sealed bid package,

    Upon request, acknorvledgment of receipt of bids will beprovided to those making delivery in person or by messenger.

    2O.2 The Employer ffi&y, at his discretion, extend the deadline forsubmission of Bids by issuing an amendment in accordance withClause I8.9, in which case all rights and obligations of theEmployer

    'and the bidders previously subject to the original

    deadiine will thereafter be subiect to the deadline as extended.

    lB.2L Late Bids

    21. (a) Any bid received by the Employer atter the deadlinesubmission of bids prescribed in Clause 18.20 wii l

    . returned unopened to such bidder.

    (b) Delays in the mai1, delays of person in transit, or delivery of'

    a bid to the wrong office shall not be accepted as an excuse' for failure to deliver a bid at the proper place and time. It

    shall be the bidder's responsibility to determine the mannerin which timely delivery of his bid will be accomplishedeither in person, by messenger or by mail.

    18.22 Modification, Substitution and Withdrawal of Bids

    22.1 Any bidder may modify, substitute or withdraw his bid after bidsubmission provided that the modification, substitution or writtennotice of withdrawal is received by the Employer prior to thedeadline for submission of bids.

    22.2 The modification, substitution, or notice for withdrawal of any bidshall be prepared, sealed, marked and delivered in accordance withthe provisions of Clause IB.19 with the outer and inner enveiopesadditionally marked "MODIFICATION", ,.:$HBS$ITJJTION" or"WITHDRAWAL" as appropriate.

    (c)

    (d)

    forbe

    ( 16)

    Package-lll: Construction of Road from Thalian on M-2 to Nerv lslamabad [nternational Airport (Link-l) and Periphery Road.

  • Instructions To Bidders

    22.3 No bid may be modified by a bidder after the deadline forsubmission of bids except in accordance with rB 22.1 and 27.2.

    22.4 Withdrawal of a bid during the interval between the deadline forsubmission of bids and the expiration of the period of bid validityspecified in the Form of Bid may result in forfeiture of the BidSecurity in pursuance to Ciause IB.15.

    E BID OPENING AND EVALUATION FOR SINGLE STAGE TWOENVELOPE BIDDING PROCEDUR

    IB. 23 Bid Opening

    23.r rhe Employer will open the Technical Bids in public at theaddress, date and time specified in the Bidding Data Sheet in thepresence of Bidders' designated representatives and anyone whochoose to attend. The Price Bids will remain unopened and will beheld in custody of the Employer until the specified time of theiropening. ,

    23.2 Firdt, envelopes marked "WITHDRAWAL" shall be opened and readout and the envelope with the corresponding bid shall not beopened, but returned to the Bidder. No bid withdrawal shall bepermitted unless. the corresponding Withdrawal Notice contains avalid authorization to request the withdrawal and is read out at bidopening.

    23.3 Second, outer envelopes marked "SUBSTITUTION" shall be opened.The in-ner envelopeJ containing the Substitution Technical Bidand/or Substitution Price Bid shall be exchanged for the

    . corresponding envelopes being substituted, which are to be. returned to the Bidder unopened. Oniy the Substitution Technical

    Bid, if any, shall be opened, read out, and recorded. substitutionPrice Bid will remain unopened in accordance with IB 23.1. Noenvelope shall be substituted unless the correspondingSubstitution Notice contains a valid authorization to request thesubstitution and is read out and recorded at bid opening.

    23.4 Next, outer envelopes marked *MODIFICATION" shall be opened.No Technical Bid and/or Price Bid shali be modified unless thecorresponding Modifi.cation Notice contains a valid authorization torequest the modification and is read out and recorded at theopening of Technical Bids. Only the Technical Bids, both Originalas well as Modification, are to be opethe opening. Price Bids, both Origina

    ned, read.gq[, ?nd reco'""X,,X,ipT'it,**Vrr,r\ )Z#*

    rded atremain

    ( l ? )

    Package-lll: Construction of Road tiom Thalian on M-2 to Nerv lslanabad lnternational Aiiport (Link-l)and Periphery Road.

  • Instructions To Bidders

    unopened in accordance with IB 23.L The Bidders' representativeswho are present shall be requested to sign the record. Theomission of a Bidder's signature on the record shall not invalidatethe contents and effect of the record. A copy of the record shall bedistributed to all Bidders.

    23.5 Other envelopes holding the Technical Bids shall be opened one ata time, and the foilowing read out and recorded:(a) the name of the Bidder;(b) whether there is a modification or substitution;(c) the presence of a Bid Security, if required; and(d) Any other details as the Employer may consider appropriate.

    No Bid shall be rejected at the opening of Technical Bids except forlate bids, in accordance with IB 21.I. Only Technical Bids read outand recorded at bid opening, shall be considered for evaluation.

    Preliminary Examination of Technical Bids

    23.6 a) The Employer shall first examine qualification andexperience Data as per appendix M and N submitted by theBidder. The technical proposal exanrination of those biddersonly shall be taken in hand who meet the minimumrequirement as mentioned in appendix. M and N. Onlysubstantially responsive qualification shall be considered forfurther evaluation.

    b) The Employer shall examine the Technical Bid to confirm-that all the documents have been provided, and to determinethe completeness of each document submitted.

    23.7 The Employer shall confirm that all the documents a5rd-information have been provided for evaluation of Technical bid asrequired under these bidding documents.

    23.8 At the end of the evaluation of the Technical Bids, the Employerwill invite only those bidders who have submitted substantiallyresponsive Technical Bids and who have been determined as beingqualilied for ar,vard to attend the opening of the Price Bids.The date, time, and location of the opening of Price Bids will beadvised in writing by the Employer. Biddeis shall be givenreasonable notice for the opening of Price Bids.

    23.9 The Employer 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 Biddin ent and

    ( 1 8 )

    Package-lll: Construction of Road fionr Thalian on M-2 to Nerv Islarnabad lnternational Airpoh'(tjnk-l) and Perifhdry Road.

  • Instructions To Bldders

    return their Price Bids unopened before inviting others, who aredetermined as being quali{ied, to attend the opening of Price Bids.

    23.1O The Employer shall conduct the opening of Price Bids of all Bidderswho submitted substantially responsive Technical Bids, publicallyin the presence of Bidders' representatives who choose to attend atthe address, date and time specilied by the Employer. The Bidder'srepresentatives who are present shall be requested to sign aregister evidencing their attendance.

    23.It A11 envelopes containing Price Bids shall be opened one at a timeand the following read out and recorded:

    (a) The name of the Bidder;(b) Whether there is a modification or substitution;(c) The Bid Prices, including any discounts and

    alternative offers; and(d) Any other details as the Employer may consider

    appropriate.

    Only Price Bids and discounts, read out and recorded during theopening of Price Bids shall be considered for evaluation. No Bidshall be rejected at the opening of price Bids.

    23.I2If this Bidding Document aliows Bidders to quote separate pricesfor different contracts, and the award to a single Bidder of multiplecontracts, the methodologr to determine the lowest evaluated priceof the contract combinations is that which is moFt economi,cal tothe Employer.

    18,24 Process to be Confidential

    24.I Information relating to the examination, clarification, evaluationand comparison of bid and recommendations for the award of acontract shall not be disclosed to bidders or any other pbrson notofficially concerned with such process before the announcement ofbid evaluation report which shall be done at least ten 10 days priorto issue of Letter of Acceptance. The announcement to all Bidderswill include table(s) comprising read qut prices, discounted prices,price adjustments made, final evaluated prices andrecommendations against all the bids evaluated. Any effort by abidder to influence the Employer's processing of bids or awarddecisions may result in the rejection of such bidder's bid. Whereasany bidder feeling aggrieved may lodge a wqi compiaint not

    ( l e )

    Package-lll: Construction ofRoad from l'halian on M-2 to Nerv lslanrabad tnternational Airport (!.ink-l) and pelphery Road., ' f '

  • Instructions To Bidders

    later than fifteen (15) days after the announcement of the bidevaluation report. However mere fact of lodging a complaint shallnot warrant suspension of the procurement process.

    I8.25 Clarification of Bids

    25.1 To assist in the examination, evaluation and comparison of bids,the Employer ffi&y, at his discretion, ask any bidder forclarification of his bid, including breakdowns of unit rates. Therequest for clarification and the response shall be in writing but nochange in the price or substance of the bid shail be sought, offeredor permitted except as required to confirm the correction ofarithmetic errors discovered by the Employer in the evaluation ofthe bids in accordance with Clause IB.28.

    25.2 If a Bidder does not provide clarifications of its Bid by the date andtime set in the Employer's request for clari{ication, its bid may berejected.

    18.26 Examination of Bids and Determination of Responsiveness

    26.1 Prior to the detailed evaluation of bids, the Employer willdetermine whether each bid is substantially responsive to thqrequirements oi the Bidding Documents.

    26.2 A substantially responsive bid is one which (i) meets the eligibiiitycriteria; (ii) has been properly signed; (iii) is accompanied by therequired Bid Security; (1v) Includes- signed Integrity Pact whererequired as per clause IB.35 and (v) conforms to all the terms,conditions and specifications of the Bidding Documents, withoutmaterial deviation or reservation. A matefial deviation ilrreservation is one (i) which affect-in any substantial way the. scope,quality or performance of the Works; (ii) which limits in anysubstantial way, inconsistent with the Bidding Documents, theEmployer's rights or the bidder's obligations under the Contract;(iii) adoption/rectification wh-ereof would affect unfairly thecompetitive position of other - bidders presenting substantiallyresponsive bids. Only substantially responsive bid shall beconsidered for further evaluation.

    26.3 If a bid i" .,of "rbstantially

    responsive, it may not subsequently bemade responsive by correction or withdrawal of the non-conforming material deviation or reservation. The Employer ffioy,however, seek confirmation f clarification in writing which shall beresponded in writing.

    Package-lll: Construction ofRoad from Thalian on lvl-2 to New Islanrabad International AirpoR (Lirrk-l) and Periphery Road..,: .i..: i :

    (20)

  • Instructions To Bidders

    18.27 Correction of Errors

    27.7 Bids determined to be substantially responsive will be checked bythe Employer for any arithmetic errors. Errors will be corrected bythe Employer as follows:

    (a) Where there is a discrepancy between the amounts in figuresand in words, the amount in words will govern; and

    (b) Where there is a discrepancy between the unit rate and theiine item total resulting from multiplying the unit rate by thequantity, the unit rate as quoted will govern, unless in theopinion of the Employer there is an obviously grossmisplacement of the decimal point in the unit rate, in whichcase the line item total as quoted will govern and the unitrate will be corrected.

    27.2 The amount stated in the Letter of Price Bid will be adjusted by theEmployer in accordance with the above procedure for. thecorrection of errors and with the concurrence of the bidder, shallbe considered as binding upon the bidder. If the bidder does notaccept the corrected Bid Price, his Bid will be rejected, and the BidSecurity shall be forfeited in accordance with I8.15.6 (b) hereof.

    18.28 Evaluation and Comparison of Bids

    28.I The Employer will evaluate and compare only the Bids determinedto be substantialiy responsive in accordance with Clause IB-..26.

    28.2 In evaluating the Bids, the Employer will determine fo.r each Bidthe evaluated Bid Price Fy adjusting the Bid Price as follows-:

    (a) Making any correction for errors pursuant to Clauset8.27;

    (b) Excluding Provisional Sums and the provision, if any,for contingencies in the Summary Bill of Quantities,but including competitively priced Day work; and

    (c) Making an appropriate adjustment for any otheracceptable variation or deviation.

    28.3 The estimated effect of the price adjustment provisions of theConditions of Contract, applied over the period of execution of theContract, shall not be taken into account in Bid ion.

    Package-lll: Construction of Road from Thalian on lvl-2 to New Islamabad lnternational Aid{jA'Qlnk-l) and.periphery Road'.-.f.'

    . . . , , 1 1.::.1 ,i

  • Instructions To Bidders

    28.4 If the Bid of the successful bidder is seriously unbalanced inrelation to the Employer's estimate of the cost of work to beperformed under the Contract, the Employer may require thebidder to produce detailed price analyses for any or all items of theBiil of Quantities to demonstrate the internal consistency of thoseprices with the construction methods and schedule proposed. Afterevaluation of the price analyses, the Employer may require that theamount of the Performance Security set forth in Clause IB.32 beincreased at the expense of the successful bidder to a levelsufficient to protect the Employer against financial loss in theevent of default of the successful bidder under the Contract.

    F. A1VARD OF CONTRACT

    18..29 Award

    29.1 Subject to Clauses IB.30 and IB.34, the Employer will award theContract to the bidder whose bid has been determined to besubstantially responsive to the Bidding Documents and who hasoffered the lowest evaluated Bid Price, provided that such bidderhas been determined to be eligible in accordance with theprovisions of Clause IB.3 and qualify pursuant to IB 29.2.

    29.2 The Employer, at any stage of the bid evaluation, having crediblereasons for or prima facie evidence of any defect in bidder'scapacities, may require the bidders to provide information

    - concerning their professional,' technical, financial, legai or- .managerial competence whether alr€ady pre'qualified or not:

    'Provided that such qualification 'shall only be laid d.own after'

    i'ecording reasons in rvrit