You are on page 1of 4

Date & Time of Print: 01/07/2021 11:52:10 - Time Zone: Pakistan Time

Buyer Organisation: Pakistan Petroleum Limited


Overview

Code rfq_18014
PD/P&SF/PT/18014/21 - Consultancy Services for Validation
of Architectural and Engineering Design, RFP Documents and
Title Overall Project Management, Construction Management and
Supervision of PPL Office Building (PPL House Project) Karachi
Description
Status Running

RFQ Settings

Online Response Required: Yes


Event Currency PKR
Allow Bidding Group Response Yes
Publication 29/06/2021 09:16:44
Closing 19/07/2021 15:00:00
Time Limit for Expressing Interest 19/07/2021 15:00:00
Awarding Strategy Best Technical Score

Attachments

Path Description Folder Size


root (3) 3,569 KB
Filename Downloadable Last Modification Date Description File Size
RFP PPL House Project - 24.06.2021.pdf Yes 28/06/2021 1,692 KB
Supplier User Guide – Responding to Online Tenders_1.pdf Yes 20/06/2021 1,220 KB
Supplier User Guide – Using the Messaging Tool_1.pdf Yes 20/06/2021 658 KB

Envelopes

Qualification Envelope No
Technical Envelope Yes
Commercial Envelope Yes

Technical Envelope

General Attachments
Allowed

Questions related to Item Specifications:

Question Description
NOTE Below is the list of required items. Respond if you are quoting for same specs or a variant.
Question Description Question
Type
Consultancy Services for Validation of Architectural and Engineering Design, RFP Option
0010175346-00010-00010 Documents and Overall Project Management, Construction Management and List
Supervision of PPL Office Building (PPL House Project) Karachi

MANDATORY EVALUATION CRITERIA

Question Description Question


Type
Consultant shall have experience of successfully completion of Design (Architectural &
1) Mandatory Engineering) and overall Construction Management Services of at least One (01) Multi-Story Option List
Requirements Building (10 + level) Projects in last Fifteen (15) years. Only Project valuing minimum Rs. 1 billion
will be considered for evaluation (without Land)
Consultant shall submit complete detail of the project as per Attachment 1.1. Following
documentary evidence shall be required for each project:
1) Mandatory i) Final Completion or Acceptance Certificates or any other evidence establishing successful Attachment
Requirements
completion of the Project.
ii) un-priced copy of contracts including scope of work performed by the Consultant.
Consultant shall provide confirmation on its letter head (duly signed and stamped) to validate and
own the existing design engineering package provided by the Company and complete any
2) Mandatory remaining design engineering works. Consultant shall also confirm to resolve the discrepancies in Option List
Requirements the existing design and re-design the same (if any), and defend the design on behalf of Client on
any required forum to obtain necessary regulatory approvals and completion certificates.
2) Mandatory
Please provide confirmation on letterhead (duly signed and stamped) Attachment
Requirements
Consultant shall provide confirmation on its letter head (duly signed and stamped) for providing
3) Mandatory all the required support and services to the Construction Contractor for obtaining all the Option List
Requirements
approvals / NOCs required for the Project.
3) Mandatory
Requirements Please provide confirmation on letterhead (duly signed and stamped) Attachment
4) Mandatory Must have Valid Registration with Pakistan Engineering Council and shall have 1201,1203 & 1204
Requirements project profile codes. Option List
4) Mandatory Attach evidence Attachment
Requirements
5) Mandatory
Requirements Legal Entity of the Firm Option List
5) Mandatory Attach relevant evidence Attachment
Requirements
6) Mandatory Must have an average annual turnover of 800 Million PKR or above during last 03 years Option List
Requirements
6) Mandatory Attach Audited Reports Attachment
Requirements
7) Mandatory Consultant to submit evidence regarding registration with Federal Board of Revenue (FBR) and
Requirements Sindh Revenue Board (SRB) authorities Option List
7) Mandatory
Requirements Attach Evidence Attachment
8) Mandatory All pages of the original Technical and Financial Proposal shall be initialed by the same
Option List
Requirements authorized representative of the Consultant who signs the Proposal.
8) Mandatory
Requirements Attach Power of Attorney Attachment
9) Mandatory In case of JV, Consultant is required to submit formal agreement on stamp paper stating the
Requirements name of the leader. Leader shall be responsible for overall consultancy of PPL House Project. Option List
9) Mandatory
Requirements Attach copy of agreement on stamp paper Attachment
10) Mandatory Confirmation that the BIDDER has never indulged in corrupt, fraudulent or collusive practices for
Requirements procuring contracts. Option List
10) Mandatory
Requirements Attach Affidavit on Stamp Paper Attachment
The Consultant shall not be eligible if its directors, employees, partners, associated company or
11) Mandatory affiliated company is or have been blacklisted by the Government / Semi-Government / Option List
Requirements Autonomous body.
11) Mandatory A sworn affidavit confirming that the Contractor/Company is not ineligible as per the above shall
Attachment
Requirements be furnished to PPL.

12) Mandatory The Consultant shall confirm whether any of its shareholders, directors, employees, partners,
Requirements associated company or affiliated company is involved or has been involved in the past in litigation Option List
with PPL.
12) Mandatory A sworn affidavit confirming the above shall be furnished to PPL. Attachment
Requirements
13) Mandatory Consultant shall provide duly signed & stamped affidavit conforming that all the documents, Option List
Requirements particulars and information given with this document are true.
13) Mandatory Attach duly signed & stamped affidavit Attachment
Requirements
14) Mandatory Consultant shall provide acceptance of Retention Money and Performance Guarantee clauses
Requirements mentioned in RFP document. Option List
14) Mandatory Confirmation on applicant's letter head Attachment
Requirements
Consultant shall submit duly initialed and stamped all pages of RFP Document along with
15) Mandatory Appendices, annexures, pre-bid clarifications, attachments referred therewith. Signing and Option List
Requirements
stamping shall mean validation and compliance to all the details included in these Documents.
15) Mandatory Attach duly initialed and stamped all pages of RFP Document along with Appendices, annexures, Attachment
Requirements pre-bid clarifications, attachments referred therewith
16) Mandatory Consultant shall provide signed CVs of all the personnel mentioned in RFP document. Option List
Requirements
16) Mandatory
Requirements Attach CVs Attachment
17) Mandatory
Requirements Consultant shall submit Confidentiality Undertaking, as per RFP document. Option List
17) Mandatory Attach confidentiality undertaking Attachment
Requirements
18) Mandatory Consultant shall provide confirmation on its letter head (duly signed and stamped) to agree with
Requirements the contents of Disclosure Clause (attached with the RFP Document) and shall execute the same Option List
with PPL should they be successful and enter into a Contract.
18) Mandatory Attach confirmation on letterhead Attachment
Requirements
19) Mandatory Submission of Un-priced financial proposal as per format provided in RFP document duly signed Option List
Requirements and stamped with the Technical proposal.
19) Mandatory Attach un-priced Commercial Proposal Attachment
Requirements
20) Mandatory
Submission of fixed price Bid bond (PKR 1 Million) with the technical proposal. Option List
Requirements
20) Mandatory Attach scanned copy of Bid Bond Attachment
Requirements
Question Description
1. BIDDER submission shall not be evaluated if any of the above given information regarding mandatory
requirements is not provided.
Note 2. Lead Consultant of Joint Venture / Association will be evaluated against above given mandatory
requirement.
3. Only those Consultant(s) who fulfill ALL the requirements stipulated in "Mandatory Requirements" shall be
considered for commercial evaluation.

Technical Evaluation Criteria

Question Description Question Type


1) Specific experience of the
Consultant related to the Architectural & Engineering Design of High Rise Building (10+ Levels non Option List
assignment during last 15 (Fifteen) residential)
years. [See Note 5]

1.1) Specific experience of the Following documentary evidences shall be required for each project:-
i)Performance Certificate or any other evidence establishing successful
Consultant related to the
assignment during last 15 (Fifteen) completion of the project.
ii) Un-priced copy of contracts including scope of work performed by the
Attachment
years. [See Note 5] Consultant.
2. General Experience of the Consultant related to any other building
2) General Experience [See Note 5] construction project excluding building mentioned in Sr.1 above during last Multi Choice
Option List
15 (Fifteen) year.
Following documentary evidences shall be required for each project:-
i)Performance Certificate or any other evidence establishing successful
2.1) General Experience [See Note
5] completion of the project. Attachment
ii) Un-priced copy of contracts including scope of work performed by the
Consultant.
3) Present Commitments [See Note Architectural & Engineering Design of High Rise Building (10+ Levels) in Multi Choice
5] hand. Option List
Following documentary evidences shall be required for each project:
3.1) Present Commitments [See i) Performance Certificate or any other evidence establishing successful
Note 5] completion of the project. Attachment
ii) Un-priced copy of contracts including scope of work performed by the
Consultant.
Methodology & Work Plan
Approach & Methodology including following:
1. Consultant has submitted Technical Proposal Form T-4. Points shall be
awarded on the basis of quality of Approach and Methodology in response
to TOR. (The methodology should cover all phases of the Project, all
components of the Project and all activities of the Project individually)
2. Consultant’s understanding, approach and methodology covering TOR
3. Consultant’s understanding, approach and methodology for Quality
Control and Assurance
4. Consultant’s understanding, approach and methodology covering Design
Phase including
Interior Design & Elevation Work.
4) Adequacy of the proposed work 5. Consultant’s understanding, approach and methodology covering
plan and methodology in Construction Supervision stage. Multi Choice
responding to the Terms of 6. Consultant’s understanding, approach and methodology on overall Option List
Reference Project Management Services
7. Understanding of Project objectives and Consultant’s commitment to
achieve the same."

Work Plan / Activity Schedule


1. Work Plan / Activity Schedule
2. Level - I Project Completion Schedule inclusive of design engineering and
construction works

Work Plan & Time Schedule of key staff


i. Staffing Schedule
ii. Organization & Project Organogram
4.1) Adequacy of the proposed
work plan and methodology in Please attach relevant documents Attachment
responding to the Terms of
Reference
5.0) Qualifications and competence
of the Key Expert for the Qualifications and competence of the Key Expert for the Assignment Multi Choice
Option List
Assignment
5.1) Qualifications and competence
of the Key Expert for the Please attach CVs Attachment
Assignment
Question Description
Note The minimum Technical score (St) required to pass is: 70%
Note : Consultant will be Disqualified if secure Zero (0) marks in any sub-item of item No. 5
Note - 5 For S. Nos. 1, 2 & 3 only 10 plus level buildings will be considered for evaluation.

Evaluation Criteria
Question Description
The formula for determining the financial score is given below:
If Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F is the price of the
proposal under consideration,
Total Weighted St = Technical Score obtained by the bidder,
Score then S = St * T% + Sf * P%
The weights given to the Technical (T) and Financial Proposals (P) are:
T =  [70%], and P =  [30%]
S = Total weighted score obtained by the bidder on which ranking of the bidder will be declared.

Please attach below listed forms as per format given in ITB document

Question Description Question Type


FORM T-1 TECHNICAL PROPOSAL SUBMISSION FORM Attachment
FORM T-2 CONSULTANT’S ORGANIZATION AND EXPERIENCE Attachment
FORM T-4 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT Attachment

FORM T-5 TEAM COMPOSITION AND TASK ASSIGNMENTS FOR THE PROPOSED
STAFF (Separate for Design and Construction Phases) Attachment

FORM T-6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF Attachment
FORM T-7 STAFFING SCHEDULE (Separate for Design and Construction Phases) Attachment
FORM T-8 WORK SCHEDULE (Separate for Design and Construction Phases) Attachment

Commercial Envelope

General Attachments
Allowed

Consultancy Services for PPL House Proje

Code Description Last PO No / Date Unit of Quantity


/ Item Remarks Measurement
Architectural and Engineering Design Services, Project Management
and all others services except construction management and
A supervision services. AU 1
Lump sum price including applicable withholding tax and all other
taxes except Sindh Sales Tax.
Construction Management & Supervision Services
B Lump sum price including applicable withholding tax and all other AU 1
taxes except Sindh Sales Tax.
Code Description
Note Total Contract Price = A + B
Sindh
Sales Tax Total (Inclusive Sales Tax)
%

Section total included in total? Yes

Please attach below listed forms as per format given in ITB document

Question Description Question Type


FORM-F1 COST SUMMARY Attachment
FORM-F2 BREAKDOWN OF COSTS BY ACTIVITY Attachment

Additional Information

Question Description Question Type


Bid Validity Please specify Bid Validity (180 days from bid closing date) Date
Bid Bond Validity Please specify Bid Bond Validity (210 days from bid closing date) Date
Scanned cop of Bid Please attach scanned copy of Bid Bond Attachment
Bond
Question Description
The formula for determining the financial score is given below:
If Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F is the price of the
proposal under consideration,
St = Technical Score obtained by the bidder,
Total Weighted then S = St * T% + Sf * P%
Score The weights given to the Technical (T) and Financial Proposals (P) are:
T =  [70%], and P =  [30%]
S = Total weighted score obtained by the bidder on which ranking of the bidder will be declared.

Contract will be awarded to the bidder with the highest total weighted score.

You might also like