You are on page 1of 57

GOVERNMENT OF BALOCHISTAN

COMMUNICATION DEPARTMENT

CONSTRUCTION OF BLACK TOPPING OF ROAD


FROM SUI CHAKAR MARRI VIA LAHAQ
QAISRANI AASHIQANI (LENGTH 20 KM)

REQUEST FOR PROPOSAL

September, 2021
CONTENTS:

Section-1: Letter of Invitation

Sections-2: Instructions to Consultants (including Data Sheet)

Section 3: Technical Proposal - Standard Forms

Section 4: Financial Proposal - Standard Forms

Section 5: Terms of Reference


Section-1: Letter of Invitation
SECTION 1: LETTER OF INVITATION

Letter No: Date:

[Name and Address of Consultant]

SUBJECT: LETTER OF INVITATION

Dear Mr./Ms.:

1. The Communication Department, Government of Balochistan invites (Technical &


Financial proposals in separate sealed envelopes) to provide the following consulting
services:
Construction of Black Topping of Road from Sui to Chakar Marri via Lehaq Qaisrani
Aashiqani (Length 20 km). Details on the services are provided in the Terms of Reference.

2. The Consultant will be selected under the Selection Method: Quality and Cost Based
Selection Method described in this RFP, in accordance with the policies of the
Government of Baluchistan detailed in the Consultant Selection Guidelines issued by the
Planning & Development Department.

It is not permissible to transfer this invitation to any other firm.

3. The RFP includes the following additional documents:


Section 2 - Instructions to Consultants (including Data
Sheet) Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference

4. It is mandatory for proposals to be made using the Standard Forms of the RFP. Proposals
that are not in the prescribed format may be discarded. If any information required in the
forms is found missing, or written elsewhere, no credit will be given in the relevant section
of the evaluation.

5. Firms should submit details of 05 of their most relevant assignments for technical
evaluation using the prescribed format. Assignments submitted beyond the given number
will not be considered.

6. CVs of key personnel corresponding to the list given in the Data Sheet should provide
details of 05 projects done by the individual in the past years.
Terms & Conditions:
1. All Interested Firms are required to be registered with Pakistan Engineering Council
(PEC), Registered in SECP, Registered with Income Tax & Sales Tax Department in
Baluchistan.
2. Detailed RFP can be obtained from the office of undersigned on any Working Day
During Office Hours on Payment of RFP Document Fee of PKR 5000/-
3. Firms are required to submit their Bids by 12:00 pm on 12th October, 2021 in the office
of the Chief Engineer-Roads Communication Department Sibi Zone First Floor C&W
Complex Jaffar Khan Jamali Road at Quetta. Technical Bid will be opened on the same
day at 1:00 Pm.
4. BID Validity should be 90 days.
5. The Procurement Agency reserves the rights to annul the Bidding Process as per
BPPRA Rules 2014.
6. The method of procurement will be Single Stage Two Envelope. Technical and
financial proposals shall be clearly marked on envelope.
7. Firms shall be required to establish that they meet the Requirements of the Tender in
their Technical Bid, before their Financial Bid is opened. Firms are required to submit
following mandatory requirement and other requirement, Legal Particular / Documents
as mentioned RFP:
i. Valid PEC Registration Certificate
ii. Valid National Tax No. (NTN)
iii. Valid BRA Registration.
iv. Average Annual Turnover in last three years for Consultancy Service PKR 120
Million or above
v. Undertaking that they have Never Been Blacklisted by a Public Sector Entity.

This information should be sent in two sealed envelopes, separate containing Technical and
Financial proposals to the following address, so as to reach latest on/ before 12th October, 2021
by 12:00pm

Designation: Chief Engineer-Roads,

Address: Communication & Works Department Sibi Zone First Floor C&W Complex
Jaffar Khan Jamali Road at Quetta
These shall be opened on 12th October, 2021 at 12:00 pm by Committee in the office of Chief
Engineer-Roads Communication Department Sibi Zone First Floor C&W Complex Jaffar
Khan Jamali Road at Quetta in presence of Bidders. If no acknowledgment is received, it will
be presumed that you are not interested in undertaking the assignment.

Yours sincerely,

[Signature, name, and title of Client’s representative]


Section-2: Instructions to Consultants (including Data Sheet)

SECTION-2: INSTRUCTIONS TO CONSULTANTS


(INCLUDING DATA SHEET)

1
INSTRUCTIONS TO CONSULTANTS
[Note to the Procuring Agency, this Section 1 - Instructions to Consultants shall not be modified. Any
necessary changes, acceptable to the Procuring Agency, shall be introduced only through the Data Sheet
(e.g., by adding new reference paragraphs)]

1. Definitions

(a) “Client/Procuring Agency (PA)” means the department with which the selected Consultant signs
the Contract for the Services.

(b) “Consultant” means a professional who can study, design, organize, evaluate and manage projects
or assess, evaluate and provide specialist advice or give technical assistance for making or
drafting policies, institutional reforms and includes private entities, consulting firms, legal
advisors, engineering firms, construction managers, management firms, procurement agents,
inspection agents, auditors, international and multinational organizations, investment and
merchant banks, universities, research institutions, government agencies, nongovernmental
organizations, and individuals.

(c) “Contract” means an agreement enforceable by law and includes General and Special Conditions
of the contract.

(d) “Data Sheet” means such part of the Instructions to Consultants that is used to reflect specific
assignment conditions.

(e) “Day” means calendar day including holiday.

(f) “Government” means the Government of Balochistan.

(g) “Instructions to Consultants” (Section 1 of the RFP) means the document which provides short
listed Consultants with all information needed to prepare their Proposals.

(h) “LOI” means the Letter of Invitation sent by the procuring agency to the Consultant.

(i) “Proposal” means the Technical Proposal and the Financial Proposal.

(j) “RFP” means the Request for Proposal prepared by the Procuring Agency for the selection of
Consultants.

(k) “Sub-Consultant” means any person or entity to whom the Consultant subcontracts any part of the
Services.

(l) “Terms of Reference” (TOR) means the document included in the RFP as Section 4 which
explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities
of the procuring agency and the Consultant, and expected results and deliverables of the
assignment.
2. Introduction
2.1 The Procuring agency named in the Data Sheet will select a
consulting firm/organization (the Consultant) from those listed in the
Letter of Invitation, in accordance with the method of selection
specified in the Data Sheet.
2.2 The eligible Consultants (shortlisted if so) are invited to submit a
Technical Proposal and a Financial Proposal, or a Technical
Proposal only, as specified in the Data Sheet. The Proposal will
be the basis for contract negotiations and ultimately for a signed
Contract with the selected Consultant.
2.3 Consultants should familiarize themselves with rules / conditions and
take them into account while preparing their Proposals. Consultants
are encouraged to attend a pre-proposal conference if one is specified in
the Data Sheet. Attending the pre-proposal conference is, however
optional. Consultants may liaise with procuring agency’s
representative named in the Data Sheet for gaining better insight into
the assignment.
2.4 Consultants shall bear all costs associated with the preparation and
submission of their proposals and contract negotiation. The Procuring
Agency reserves the right to annul the selection process at any time
prior to Contract award, without thereby incurring any liability to the
Consultants.
2.5 Procuring Agency may provide facilities and inputs as specified in
Data Sheet.

3. Conflict of 3.11 Consultants are required to provide professional, objective, and


Interest impartial advice and holding the Procuring Agency interest paramount.
They shall strictly avoid conflict with other assignments or their own
corporate interest. Consultants have an obligation to disclose any situation of
actual or potential conflict that impacts their capacity to serve the best
interest of the Procuring Agency, or that may reasonably be perceived as
having such effect. Failure to disclose said situations may lead to the
disqualification of the Consultant or the termination of its Contract.
3.1.2 Without limitation on the generality of the foregoing, Consultants,
and any of their affiliates, shall be considered to have a conflict of interest and
shall not be recruited, under any of the circumstances set forth below:
(i) A consultant that has been engaged by the procuring agency
to provide goods, works or services other than consulting
services for a project, any of its affiliates, shall be disqualified
from providing consulting services related to those goods,
works or services. Conversely, a firm hired to provide
consulting services for the preparation or implementation of a
project, any of its affiliates, shall be disqualified from
subsequently providing goods or works or services other than
consulting services resulting from or directly related to the
firm’s consulting services for such preparation or
implementation.
(ii) A Consultant (including its Personnel and Sub- Consultants)
or any of its affiliates shall not be hired for any assignment
that, by its nature, may be in
Conflicting
Relationships Conflict with another assignment of the Consultant to be
executed for the same or for another Procuring Agency
(iii) A Consultant (including its Personnel and Sub- Consultants)
that has a business or family relationship with a member of
the Procuring Agency’s staff who is directly or indirectly
involved in any part of the preparation of the Terms of
Reference of the assignment, (ii) the selection process for
such assignment, or (iii) supervision of the Contract, may not
4. Fraud and be awarded a Contract, unless the conflict stemming from this
Corruption relationship has been resolved

3.2 Government officials and civil servants may be hired as


consultants only if:
(i) They are on leave of absence without pay;

(ii) They are not being hired by the agency they were working
for, six months prior to going on leave; and

(iii) Their employment would not give rise to any conflict of


interest.
It is Government’s policy that Consultants under the contract(s), observe the
highest standard of ethics during the procurement and execution of such
contracts. In pursuit of this policy, the Procuring Agency follows the
instructions contained in BPPRA 2014 which defines:

“Corrupt Practice‖ means the offering, giving, receiving or soliciting, directly


or indirectly, of anything of value to influence the acts of another party for
wrongful gain;
Fraudulent Practice‖ means any act or omission, including a misrepresentation,
that knowingly or recklessly misleads, or attempts to mislead, a party to
obtain a financial or other benefit or to avoid an obligation”

Under Rule 23 of BPPRA 2014, “Procuring Agency may, on its own motion,
or information provided by any party, carry out an investigation to determine,
whether there is sufficient cause for blacklisting a contractor, consultant or
supplier. If the Procuring Agency is satisfied that such a cause exists, it shall
initiate the process of blacklisting in accordance with the procedure laid down
in regulations to be issued by the Authority”.

5. Integrity Pact Pursuant to Rule 89 of PPR 2015 Consultant undertakes to sign an Integrity
pact in accordance with prescribed format attached hereto for all the
procurements estimated to exceed Rs. 2.5 million. (Annex-A).
6. Eligible 6.1 If short listing process has been undertaken through Request of
Consultants Expression of Interest (REOI), as outlined in BPPRA 2014 for the
Contract(s) for which these RFP documents are being issued, those firms
- in case of Joint Ventures with the same partner(s) and Joint Venture
structure - that had been pre-qualified are eligible.
6.2 Short listed consultants emerging from request of expression of interest
are eligible.
A short listed Consultant would not be allowed to associate with Consultants
7. Eligibility of who have failed to qualify the short listing process.
Sub-Consultants
8. Only one Short Listed Consultants may only submit one proposal. If a Consultant
Proposal submits or participates in more than one proposal, such proposals shall be
disqualified. Participation of the same Sub-Consultant, including individual
experts, to more than one proposal is not allowed.
9. Proposal 9.1 The Data Sheet indicates Proposals validity that shall not be
Validity more than 90 days in case of National Competitive Bidding
(NCB) and 120 days in case of International Competitive
Bidding (ICB). During this period, Consultants shall maintain the
availability of Professional staff nominated in the Proposal. The
Procuring Agency will make its best effort to complete
negotiations within this period. Should the need arise; however, the
Procuring Agency may request Consultants to extend the validity
period of their proposals. Consultants who agree to such extension shall
confirm that they maintain the availability of the Professional staff
nominated in the Proposal, or in their confirmation of extension of
validity of the Proposal, Consultants may submit new staff in
replacement, who would be considered in the final evaluation for
contract award. Consultants who do not agree have the right to refuse
to extend the validity of their Proposals.
9.2 Consultants shall submit required bid security along with financial
proposal defined in the data sheet (which shall not be less than
two percent and shall not exceed five percent of bid amount).

10.1Consultants may request for a clarification of contents of the bidding


document in writing and procuring agency shall respond to such
10. Clarification queries in writing within three calendar days, provided they are received at
and Amendment least five calendar days prior to the date of opening of proposal. The
in RFP procuring agency shall communicate such response to all parties who
have obtained RFP document without identifying the source of
Documents
inquiry. Should the PA deem it necessary to amend the RFP as a result
of a clarification, it shall do so.

10.2At any time before the submission of Proposals, the Procuring Agency may
amend the RFP by issuing an addendum/ corrigendum in writing. The
addendum shall be sent to all Consultants and will be binding on them.
Consultants shall acknowledge receipt of all amendments. To give
Consultants reasonable time in which to take an amendment into account
in their Proposals the Procuring Agency may, if the amendment
is substantial, extend the deadline for the submission of Proposals.
11.1In preparing their Proposal, Consultants are expected to examine in
detail the documents comprising the RFP. Material deficiencies
(deviation from scope, experience and qualification of personnel) in
providing the information requested may result in rejection of a
Proposal.

11. Preparation of
Proposals

11.2 The estimate number of professional staff months or the budget


required for executing the assignment should be shown in the data
sheet, but not both. However, proposal shall be based on the
professional staff month or budget estimated by the consultant.
12. Language The Proposal as well as all related correspondence exchanged by the

13. Technical Proposal Format and Content


Consultants associating with individual consultant(s) and/or other firms or
and the entities in a joint venture or sub-consultancy, as appropriate. The
Procuring international consultants are encouraged to seek the participation
Agency shall of local consultants by entering into a joint venture with, or
be written in subcontracting part of the assignment to, national consultants.
English
However it is (ii) For assignments on a staff-time basis, the estimated number of
desirable that professional staff-months is given in the Data Sheet. The proposal
the firm’s shall, however, be based on the number of professional staff-
Personnel months estimated by the firm. For fixed- budget-based
have a assignments, the available budget is given in the Data Sheet, and
working the Financial Proposal shall not exceed this budget.
knowledge of
the national (iii) It is desirable that the majority of the key professional staff
and regional proposed be permanent employees of the firm or has an extended
languages of and stable working relationship with it.
Islamic
Republic of (iv) Proposed professional staff must, at minimum, have the experience
Pakistan. indicated in the Data Sheet, preferably working under similar
geographical condition.
13.1While
preparing the (v) Alternative professional staff shall not be proposed, and only one
Technical curriculum vita (CV) shall submitted for each position.
Proposal,
consultants 13.2 The Technical Proposal shall provide the following information using
must give the attached Standard Forms (Section 2):
particular
attention to the
(i) A brief description of the consultant organization and an outline
following:
of recent experience on assignments (Section 2) of a similar
(i) If a nature. For each assignment, the outline should indicate, inter alia,
cons the profiles of the staff, duration of the assignment, contract
ultan amount, and firm’s involvement.
t (ii) Any comments or suggestions on the Terms of Reference and on
cons the data, a list of services, and facilities to be provided by the PA
iders (Section 2).
that (iii) The list of the proposed staff team by specialty, the tasks that
it would be assigned to each staff team member, and their timing
does (Section 2).
not
have
all (iv) CVs recently signed by the proposed professional staff and the
the authorized representative submitting the proposal (Section 2). Key
expe information should include dexgree and responsibility held in
rtise various assignments during the last. (Refer Data Sheet)
for Years.
the
assig
nme
nt, it
may
obtai
n a
full
rang
e of
expe
rtise
by
(i) Estimates of the total staff input (professional and
support staff; staff time) needed to carry out the
assignment, supported by bar chart diagrams
showing the time proposed for each professional staff
team member (Sections 2).
(ii) A detailed description of the proposed methodology,
work plan for performing the assignment, staffing,
and monitoring of training, if the Data Sheet
specifies training as a major component of the
assignment (Section 2).
(iii) Any additional information requested in the Data
Sheet.

The Technical Proposal shall not include any financial information

14. Financial 14.1The Financial Proposal shall be prepared using the attached
Proposals Standard Forms (Section 3). It shall list all costs associated with
the assignment, including
(a) remuneration for staff (in the field and at the Consultants’ office),
and
(b) reimbursable expenses indicated in the Data Sheet (if
applicable). Alternatively, Consultant may provide their own
list of cost. If appropriate,
these costs should be broken down by activity. All activities and
items described in the Technical Proposal must be priced
separately; activities and
items described in the Technical Proposal but not priced, shall be
assumed to be included in the prices of other activities or items.
15. Taxes 15.1 The Consultant will be subject to all admissible taxes
including stamp duty and service charges at a rate prevailing on the
date of contract agreement unless exempted by relevant tax authority.

16.1 Proposal shall contain no interlineations or overwriting.


16. Submission, Submission letters for both Technical and Financial Proposals should
Receipt, and respectively be in the format of TECH-1 of Section 2, and FIN-1 of
Opening of Section 3. All pages of the original Technical and Financial
Proposals Proposals will be initialed by an authorized representative of the
Consultants (Individual Consultant). The authorization shall be in
the form of a written power of attorney accompanying the
Proposal.

16.2 All required copies of the Technical Proposal are to be made from
the original. If there are discrepancies between the original and the
copies of the Technical Proposal, the original governs.

16.3 The original and all copies of the Technical Proposal shall be placed
in a sealed envelope clearly marked “TECHNICAL PROPOSAL”
Similarly, the original Financial Proposal (if required under the
selection method indicated in the Data Sheet) shall be placed
in a sealed envelope clearly marked “FINANCIAL PROPOSAL”
followed by name of the assignment, and with a warning “DO NOT OPEN
WITH THE TECHNICAL PROPOSAL.” If
the Financial Proposal is not submitted in a separate sealed envelope duly
marked as indicated above, this will constitute grounds for declaring
the Proposal non-responsive.

16.4 The Proposals must be sent to the address indicated in the Data Sheet
and received by the PA no later than the time and the date indicated in
the Data Sheet, or any extension to this date. Any proposal received by
the PA after the deadline for submission shall be returned unopened.
In order to avoid any delay arising from the postal or PA’s internal
dispatch workings, Consultants should ensure that proposals to be sent
through couriers should reach a day before the deadline for
submission
17 Proposal
Evaluation 17.1 From the time the Proposals are opened to the time the Contract is
awarded, the Consultants should not contact the PA on any matter related
to its Technical and/or Financial Proposal. Any effort by Consultants
to influence the PA in the examination, evaluation, ranking of
Proposals, and recommendation for award of Contract may result
in the rejection of the Consultants’ Proposal.

Evaluators of Technical Proposals shall have no access to the


Financial Proposals until the technical evaluation is concluded.

18.1 The evaluation committee shall evaluate the Technical Proposals on the
basis of their responsiveness to the Terms of Reference, applying the
18 Evaluation evaluation criteria, sub-criteria, and point system specified in the Data
of Technical Sheet. Each responsive Proposal will be given a technical score (St). A
Proposals Proposal shall be rejected at this stage if it fails to achieve the minimum
technical score indicated in the Data Sheet.

In the case of Quality-Based Selection, Selection Based on Consultant’s


Qualifications, and Single-Source Selection, the highest ranked
consultant or firm selected on a single-source basis is invited to
negotiate its proposal and the contract on the basis of the Technical
Proposal and the Financial Proposal submitted.

Public Opening and Evaluation of Financial Proposals: (LCS


, QCBS, and Fixed Budget Selection Methods Only)

18.2After the technical evaluation is completed, the PA shall notify in


writing Consultants that have secured the minimum qualifying
marks, the date, time and location, allowing a reasonable time, for
opening the Financial Proposals. Consultants’ attendance at the
opening of Financial Proposals is optional.

Financial proposals of those consultants who failed to secure


minimum qualifying marks shall be returned un opened.
19.1 Financial Proposals shall be opened publicly in the presence of the
Consultants’ representatives who choose to attend. The name of the
Consultants and the technical scores of the Consultants shall be
19 Evaluation read aloud. The Financial Proposal of the Consultants who met the
of Financial minimum qualifying mark will then
Proposals
be inspected to confirm that they have remained sealed and unopened.
These Financial Proposals shall be then opened, and the total prices read
aloud and recorded. Copy of the record shall be sent to all Consultants.

19.2 The Evaluation Committee will correct any computational errors. When
correcting computational errors, in case of discrepancy between a
partial amount and the total amount, or between word and figures the
formers will prevail. In addition, to the above corrections, activities and
items described in the Technical Proposal but not priced, shall be
assumed to be included in the prices of other activities or items.

19.3 In case of Least Cost Selection LCS Method, the bid found to be the
lowest evaluated bid shall be accepted.
19.4 In case of Quality and Cost Based Selection QCBS Method the
lowest evaluated Financial Proposal (Fm) will be given the maximum
financial score (Sf) of 100 points. The financial scores (Sf) of the other
Financial Proposals will be computed as indicated in the Data Sheet.
Proposals will be ranked according to their combined technical (St) and
financial (Sf) scores using the weights (T = the weight given to the
Technical Proposal; P = the weight given to the Financial Proposal;
T + P = 1) indicated in the Data Sheet: S = St x T% + Sf x P%. The firm
achieving the highest combined technical and financial score will be
invited for negotiations.

19.5 In the case of Fixed-Budget and Quality Based Selection, the Procuring
Agency will select the firm that submitted the highest ranked
Technical Proposal.

20 Negotiations 20.1 Negotiations will be held at the date and address indicated in the Data
Sheet. The invited Consultant will, as a pre- requisite for attendance at the
negotiations, confirm availability of all Professional staff. Failure in
satisfying such requirements may result in the PA proceeding to negotiate
with the next-ranked Consultant. Representatives conducting negotiations
on behalf of the Consultant must have written authority to negotiate and
conclude a Contract.

21 Technical 21.1 Technical Negotiations will include a discussion of the Technical Proposal,
the proposed technical approach and methodology, work plan,
negotiations
organization and staffing, and any suggestions made by the Consultant to
improve the Terms of Reference. The PA and the Consultants will finalize
the Terms of Reference, staffing schedule, work schedule, logistics, and
reporting. These documents will then be incorporated in the Contract as
“Description of Services”. Minutes of negotiations, which will be signed
by the PA and the Consultant, will become part of Contract Agreement.
22.1 If applicable, it is the responsibility of the Consultant, before starting
financial negotiations, to contact the local tax authorities to determine the
22 Financial tax amount to be paid by the Consultant under the Contract. The financial
negotiations will include a clarification (if any) of the firm’s tax liability,
negotiations
and the manner in which it will be reflected in the Contract; and will
reflect the agreed technical modifications in the cost of the services.
Consultants will provide the PA with the

23. Availability of
Professional
staff/experts
information on remuneration rates described in the Appendix
attached to Section 4 (i.e. Financial Proposal - Standard Forms of
this RFP.
23.1 Having selected the Consultant on the basis of, among other things,
an evaluation of proposed Professional staff, the PA expects to
negotiate a Contract on the basis of the Professional staff named in
24. Award of the Proposal. Before contract negotiations, the PA will require
Contract assurances that the Professional staff will be actually available. The
PA will not consider substitutions during contract negotiations unless
both parties agree that undue delay in the selection process makes
such substitution unavoidable or for reasons such as death or medical
incapacity. If this is not the case and if it is established that
Professional staff were offered in the proposal without confirming
their availability, the Consultant may be disqualified. Any proposed
substitute shall have equivalent or better qualifications and
experience than the original candidate and be submitted by the
Consultant within the period of time specified in the letter of
invitation to negotiate.
24.1 After completing negotiations, the Procuring Agency shall award
the Contract to the selected Consultant and within seven of the
award of contract, Procuring Agency shall publish on the
25. Confidentiality website of the Authority and on its own website, if such a
website exists, the result of the bidding process, identifying
the bid through procuring identifying number, if any and the
following information, evaluation report, form of contract and
letter of award, bill of quantity or schedule of requirement, as
the case may be.
24.2 After publishing of award of contract consultant required to submit
a performance security at the rate indicated in date sheet.
24.3 The Consultant is expected to commence the assignment on the
date and at the location specified in the Data Sheet.

Information relating to evaluation of Proposals and


recommendations concerning awards shall not be disclosed to the
Consultants who submitted the Proposals or to other persons not
officially concerned with the process, until the publication of the
award of Contract. The undue use by any Consultant of
confidential information related to the process may result in the
rejection of its Proposal.
DATA SHEET

The following specific data for the Works to be bid shall complement, amend, or supplement the
provisions in the Instructions to Consultants.

Clause# Description
2
Name of the Assignment is: Construction of Black Topping of Road from
Sui to Chakar Marri via Lehaq Qaisrani
Aashiqani (Length 20 km).
The Name of the PA’s official (s): Executive Engineer-Roads
Communication Department District Dera Bughti

Government of Balochistan
Address: Sibi Zone First Floor C&W Complex Jaffar Khan
Jamali Road at Quetta

2.1 The method of selection is: Quality and Cost Based Selection Method
2.2 Technical and Financial Proposals (both) /
Financial Proposal to be submitted together with Technical Proposal Yes √ No . (Use
Separate Envelope for each sealed Proposal)

2.3 Pre-proposal conference will not be held


2.5 The Client will provide the following inputs & facilities:
Refer to TOR
5.1 Consultant undertake to sign Integrity Pact for the procurement estimated to exceed Pak
Rs.2.5 million as per form attached in this RFP
6.1 Shortlisted Consultants may associate with other shortlisted Consultants: No

9.1 Proposals validity: 90 days


10.1 Clarifications may be requested not later than Five (05) days before the submission date. The
address for requesting clarifications is: same as provided in Clause 2 above
11.2 Design Fee should be quoted on Lumpsum basis which may include cost of detailed
topographic surveys, geotechnical investigations and traffic study.
For construction supervision, provide monthly rates of staff mentioned in TOR including all
costs of vehicles, accommodation, communication and traveling etc. using the Fin form
provided.
12 The Proposal as well as all related correspondence exchanged by the Consultants and the
Procuring Agency shall be written in English. However, it is desirable that the firm’s
Personnel have a working knowledge of the national and regional languages of Islamic
Republic of Pakistan.
13.1 (i) Sub Letting any part of the scope of work to any other Sub Consultant is not allowed.
13.1 (ii) For Staff Months on the project, Please Refer to TOR.
13.2 (i) Firms should submit details of Similar Assignments related to Roads (Min. 05 Projects)
completed during the last 10 years.
13.2 (iii) CVs should contain details of Similar Assignments related to Roads (Min. 05 Projects)
done by the individuals in the past 10 years

13.2(vi) Training is a specific component of this assignment: Yes _ No √


15.1 Amounts payable by the PA to the Consultant under the contract to be subject to local
taxation, stamp duty and service charges, if applicable: YES

16.2 Consultant must submit the original and one (01) copy of the Technical Proposal, and
the original of the Financial Proposal.

16.4 The Proposal submission address is same as provided in Clause 2 above Proposals must
be submitted not later than: Refer NIT.

18.1 Criteria, sub-criteria, and point system for the evaluation of Technical Proposals are
(using
Handbook weights – can be adjusted in conformance with the CSG):
Points
(i) Company Profile:
[100]
a) Number of similar assignments [50]
b) Value of similar assignments [30]
c) Organizational structure [20]

Total = A1

(ii) Project Team:


[100]
a) Project Manager / Team Leader [20]
b) Structural Engineer [10]
c) Geotechnical Engineer [10]
d) Contract Specialist [05]
e) Design Engineer [20]
k) Environmental Specialist [05]
f) Pavement Design Engineer [05]
g) Hydrology / Hydraulics Engineer [05]
h) Survey Expert [05]
i) GIS Expert [05]
j) Resident Engineer [05]
k) ARE [05]
Total = A2

The number of points to be assigned to each of the above positions or disciplines


shall be determined considering the following three sub criteria and relevant score:

1) Education and qualifications [25]


2) Relevant background [70]
3) Time with firm [5]

Total score: 100

(iii) Approach & Methodology:


[100]
a) Understanding & Innovativeness [40]
b) Methodology & Work plan [60]

Total = A3
Technical Score* A1[10] + A2[55] + A3[35]
= 100 100 100

The minimum technical score St required to pass is: 65 Points

The formula for determining the financial scores is the following: [Insert either the
following formula]
Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the
price of the proposal under consideration.

The weights given to the Technical (T) and Financial Proposals (F) are: T = 80%
[Insert weight: normally 0.85], and
P = 20% [Insert weight: normally 0.15]

20.1 Expected date and address for contract negotiations: To be notified to successful
consultants

24.3 Expected date for commencement of consulting services: To be n o t if ie d to the


Successful Consultant
Section 3: Technical Proposal - Standard Forms
Section 3: Technical Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the shortlisted Consultants for the


preparation of their Technical Proposals; they should not appear on the Technical
Proposals to be submitted.]

Refer to the Data Sheet for format of Technical Proposal to be submitted, and RFP for
Standard Forms required and number of pages recommended.

TECH-1 Technical Proposal Submission Form

TECH-2 Consultant’s Organization and Experience


A Consultant’s Organization B Consultant’s Experience

TECH-3 Comments or Suggestions on the Terms of Reference and on Counterpart Staff


and Facilities to be provided by the Client
A On the Terms of Reference
B On the Counterpart Staff and Facilities

TECH-4 Description of the Approach, Methodology and Work Plan for Performing the
Assignment

TECH-5 Team Composition and Task Assignments

TECH-6 Curriculum Vitae (CV) for Proposed Professional Staff

TECH-7 Staffing Schedule

TECH-8 Work Schedule

Section 3: Technical Proposal 1/1


FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION
FORM

To:

Dear Sir,

We, the undersigned, offer to provide the consulting services for design review and construction
supervision for Construction of Black Topping of Road from Sui to Chakar Marri via
Lehaq Qaisrani Aashiqani (Length 20 km). in accordance with your Request for Proposal
dated [-] and our Proposal. We are hereby submitting our Proposal, which includes this
Technical Proposal, and a Financial Proposal sealed under a separate envelope1.

We are submitting our Proposal in association with: [Insert a list with full name and
address of each associated Consultant] 2

We hereby declare that all the information and statements made in this Proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification.

If negotiations are held during the period of validity of the Proposal, i.e., before the
date indicated in the Data Sheet, we undertake to negotiate on the basis of the proposed staff.
Our Proposal is binding upon us and subject to the modifications resulting from Agreement
negotiations.

We undertake, if our Proposal is accepted, to initiate the consulting services related to


the assignment not later than the date indicated in the Data Sheet.

We understand you are not bound to accept any Proposal you receive. We remain,

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

1 [In case Paragraph Reference 1.2 of the Data Sheet requires to submit a Technical Proposal only, replace
this sentence with: “We are hereby submitting our Proposal, which includes this Technical Proposal only.”]
2 [Delete in case no association is foreseen.]

Section 3: Technical Proposal – Form 1/1


TECH‐1
FORM TECH-2 CONSULTANT’S ORGANIZATION AND
EXPERIENCE

A - Consultant’s Organization

[Provide here a brief (two pages) description of the background and organization of your
firm/entity (including organogram) and each associate for this assignment.]

1. Firm Background:

2. Chief Executive Officer:

3. Board of Directors / Partners.

4. Departmental Structure of the Firm

5. Organogram

A-I

Whether your Firm is ISO Certified? If so, provide a copy of ISO Certification.

Section 3: Technical Proposal – Form 1/


TECH‐2 2
B - Consultant’s Experience

[Using the format below, provide information on each assignment for which your firm, and
each associate for this assignment, was legally contracted as a corporate entity or as one of
the major companies within an association, for carrying out consulting services similar to the
ones requested under this Assignment. Use maximum 20 pages. Please provide Client’s
certification and/or evidence of the contract agreement.]

Assignment name: Cost of the Project

Country: Duration of assignment (months):


Location within country:

Name of Client: Total No of staff-months (by your firm) on the


assignment:

Start date (month/year): Completion date 1- Total Value of the Consultancy Agreement.
(month/year): 2- Value of consultancy services provided by
your firm under the agreement (in current
PKR or US$):

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


associated Consultants:

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

Narrative description of Project:

Description of actual services provided by your staff within the assignment

1. Firms Name: ……………………………


2. Certificate by the Client / Employer that the work was successfully completed by the consultant.

Section 3: Technical Proposal – Form 2/


TECH‐2 2
FORM TECH-3 COMMENTS AND SUGGESTIONS ON THE TERMS OF
REFERENCE AND ON COUNTERPART STAFF AND FACILITIES TO BE PROVIDED
BY THE CLIENT

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you
are proposing to improve performance in carrying out the assignment (such as deleting some
activity you consider unnecessary, or adding another, or proposing a different phasing of the
activities). Such suggestions should be concise and to the point, and incorporated in your
Proposal.]

Section 3: Technical Proposal – Form 1/


TECH‐4 3
B - On Counterpart Staff and Facilities

[Comment here on counterpart staff and facilities to be provided by the Client according to
the Data Sheet including: administrative support, office space, local transportation,
equipment, data, etc.]

Section 3: Technical Proposal – Form 2/


TECH‐4 3
FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND WORK
PLAN FOR PERFORMING THE ASSIGNMENT

[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (50 pages, inclusive of
charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology,


b) Work Plan, and
c) Organization and Staffing,

a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology for
carrying out the activities and obtaining the expected output, and the degree of detail of such
output. You should highlight the problems being addressed and their importance, and
explain the technical approach you would adopt to address them. You should also explain
the methodologies you propose to adopt and highlight the compatibility of those
methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the assignment,
their content and duration, phasing and interrelations, milestones (including interim
approvals by the Client), and delivery dates of the reports. The proposed work plan should
be consistent with the technical approach and methodology, showing understanding of the
TOR and ability to translate them into a feasible working plan. A list of the final documents,
including reports, drawings, and tables to be delivered as final output, should be included
here. The work plan should be consistent with the Work Schedule of Form TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible, and proposed technical and support staff.]

Section 3: Technical Proposal – Form 3/


TECH‐4 3
Section 3 – Technical Proposal – Standard Forms 1

FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS

Professional Staff

Name of Staff CNIC No./Passport No. Firm Area of Expertise Position Assigned Task Assigned

Section 3: Technical Proposal – Form TECH‐5 1/1


FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. CNIC No (if Pakistani): or Passport No:

6. Education:

Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations:

8. Other Training [Indicate significant training since degrees under 6 - Education were obtained]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

10. Employment Record [Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of employment, name of
employing organization, positions held.]:

Employer Position From (MM/YYYY) To (MM/YYYY)

Section 3: Technical Proposal – Form 1/


TECH‐7 3
11. Detailed Tasks Assigned

[List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the assignments in which the staff has been involved, indicate the following information for
those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment / project:


Year:
Location:
Client:
Position Held:
Main Project Features:
Activities Performed:
2) Name of assignment / project:
Year:
Location:
Client:
Position Held:
Main Project Features:
Activities Performed:

3) Name of assignment / project:


Year:
Location:
Client:
Position Held:
Main Project Features:
Activities Performed:

Section 3: Technical Proposal – Form 2/


TECH‐7 3
[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly
describes myself, my qualifications, and my experience. I understand that any willful
misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

Section 3: Technical Proposal – Form 3/


TECH‐7 3
FORM TECH-7 STAFFING SCHEDULE1

Full time input


Part time input
Year:
Staff input (in the form of a bar chart)2 Total staff-month input
No Name of Staff
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec n Home Field3 Total

Home
Foreign
[Home]
1
[Field]

n
Subtotal
Local
[Home]
1
[Field]

n
Subtotal
Total

1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.).
2 Months are counted from the start of the assignment. For each staff indicate separately staff input for home and field work.
3 Field work means work carried out at a place other than the Consultant's home office.

Section 3: Technical Proposal – Form 1/1


TECH‐7
FORM TECH-8 WORK SCHEDULE

Year:
Months2
N° Activity1
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec n
1
2
3
4
5

1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as Client approvals.
For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.

Section 3: Technical Proposal – Form 1/1


TECH‐8
Section 4: Financial Proposal - Standard Forms
Section 4: Financial Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the shortlisted Consultants for the


preparation of their Financial Proposals; they should not appear on the Financial
Proposals to be submitted.]

Financial Proposal Standard Forms shall be used for the preparation of the Financial
Proposal according to the instructions provided in Section 2. Such Forms are to be used
whichever is the selection method indicated in para. 4 of the Letter of Invitation.

[The Appendix “Financial Negotiations - Breakdown of Remuneration Rates” is to be only


used for financial negotiations when Quality-Based Selection, Selection Based on
Qualifications, or Single-Source Selection method is adopted, according to the indications
provided in Section 2.]

FIN-1 Financial Proposal Submission Form FIN-2 Summary of Costs

FIN-3 Breakdown of Costs by Activity FIN-4 Breakdown of Remuneration FIN-

5 Reimbursable expenses

Appendix: Financial Negotiations - Breakdown of Remuneration Rates

Section 4: Financial Proposal 1/1


FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Sir,

We, the undersigned, offer to provide the consulting services for design review and
construction supervision for Construction of Black Topping of Road from Sui to Chakar
Marri via Lehaq Qaisrani Aashiqani (Length 20 km). in accordance with your Request for
Proposal dated [Insert Date] and our Technical Proposal. Our attached Financial Proposal is for
the sum of [Insert amount(s) in words and figures1]. This amount is inclusive of the taxes.

Our Financial Proposal shall be binding upon us subject to the modifications resulting
from Agreement negotiations, up to expiration of the validity period of the Proposal, i.e. before
the date indicated the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents relating to this


Proposal and Agreement execution.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

Section 4: Financial Proposal – Form 1/1


FIN‐1
FORM FIN-2 SUMMARY OF COSTS

Nr. Description Cost (Pak Rupees)

1. Design Fee

2. Construction Supervision

Total Costs of Financial Proposal

Section 4: Financial Proposal – Form 1/1


FIN‐2
FORM FIN-3 BREAKDOWN OF COSTS BY ACTIVITY1

Group of Activities (Phase):2 Description:3

Costs

Cost component [Indicate


Foreign Pak Rupees
Currency # 1]4
Remuneration5
Reimbursable Expenses 5
Subtotals

1 Form FIN-3 shall be filled at least for the whole assignment. In case some of the activities require different
modes of billing and payment (e.g.: the assignment is phased, and each phase has a different payment
schedule), the Consultant shall fill a separate Form FIN-3 for each group of activities. For each currency, the
sum of the relevant Subtotals of all Forms FIN-3 provided must coincide with the Total Costs of Financial
Proposal indicated in Form FIN-2.
2 Names of activities (phase) should be the same as, or correspond to the ones indicated in the second column of
Form TECH-8.
3 Short description of the activities whose cost breakdown is provided in this Form.
4 Indicate between brackets the name of the foreign currency.
5 For each currency, Remuneration and Reimbursable Expenses must respectively coincide with relevant
Total Costs indicated in Forms FIN-4, and FIN-5.

Section 4: Financial Proposal – Form 1/1


FIN‐3
FORM FIN-4 BREAKDOWN OF REMUNERATION1
(This Form FIN-4 shall only be used when the Time-Based Form of Agreement has been included in the RFP)

Group of Activities (Phase):


[Indicate Foreign
Staff-month Rate4 Input5
Name2 Position3 Currency # 1]6 Pak Rupees
(Staff-months)
Foreign Staff
[Home]
[Field]

Local Staff
[Home]
[Field]

Total Costs

1 Form FIN-4 shall be filled for each of the Forms FIN-3 provided.
2 Professional Staff should be indicated individually; Support Staff should be indicated per category (e.g.: draftsmen, clerical staff).
3 Positions of Professional Staff shall coincide with the ones indicated in Form TECH-5.
4 Indicate separately staff-month rate and currency for home and field work.
5 Indicate, separately for home and field work, the total expected input of staff for carrying out the group of activities or phase indicated in the Form.
6 Indicate between brackets the name of the foreign currency. For each staff indicate the remuneration in the column of the relevant currency, separately for home
and field work. Remuneration = Staff-month Rate x Input.

Section 4: Financial Proposal – Form FIN‐4 1/2


FORM FIN-4 BREAKDOWN OF REMUNERATION1
(This Form FIN-4 shall only be used when the Lump-Sum Form of Agreement has been included
in the RFP. Information to be provided in this Form shall only be used to establish payments to
the Consultant for possible additional services requested by the Client)

Name2 Position3 Staff-month Rate4


Local Staff
[Home]
[Field]

Foreign Staff
[Home]
[Field]

1 Form FIN-4 shall be filled in for the same Professional and Support Staff listed in Form TECH-7.
2 Professional Staff should be indicated individually; Support Staff should be indicated per category (e.g.:
draftsmen, clerical staff).
3 Positions of the Professional Staff shall coincide with the ones indicated in Form TECH-5.
4 Indicate separately staff-month rate and currency for home and field work.

Section 4: Financial Proposal – Form FIN‐4 2/2


FORM FIN-5 BREAKDOWN OF REIMBURSABLE EXPENSES1
(This Form FIN-5 shall only be used when the Time-Based Form of Agreement has been included in the RFP)

Group of Activities (Phase):


[Indicate Foreign
N° Description2 Unit Unit Cost3 Quantity Currency # 1]4 Pak Rupees

Per diem allowances Day


5
International flights Trip
Miscellaneous travel expenses Trip
Communication costs between [Insert place] and [Insert
place]
Drafting, reproduction of reports
Equipment, instruments, materials, supplies, etc.

Shipment of personal effects Trip


Use of computers, software
Laboratory tests.
Subagreements
Local transportation costs
Office rent, clerical assistance
Training of the Client’s personnel 6
Total Costs

1 Form FIN-5 should be filled for each of the Forms FIN-3 provided, if needed.
2 Delete items that are not applicable or add other items according to Paragraph Reference 3.6 of the Data Sheet.
3 Indicate unit cost and currency.
4 Indicate between brackets the name of the foreign currency. Indicate the cost of each reimbursable item in the column of the relevant currency. Cost = Unit Cost
x Quantity.
5 Indicate route of each flight, and if the trip is one- or two-ways.
6 Only if the training is a major component of the assignment, defined as such in the TOR

Section 4: Financial Proposal – Form FIN‐5 1/2


FORM FIN-5 BREAKDOWN OF REIMBURSABLE EXPENSES
(This Form FIN-5 shall only be used when the Lump-Sum Form of Agreement has been
included in the RFP. Information to be provided in this Form shall only be used to establish
payments to the Consultant for possible additional services requested by the Client)

N° Description1 Unit Unit Cost2

Per diem allowances Day

International flights3 Trip

Miscellaneous travel expenses Trip

Communication costs between [Insert place]


and [Insert place]

Drafting, reproduction of reports

Equipment, instruments, materials, supplies,


etc.

Shipment of personal effects Trip

Use of computers, software

Laboratory tests.

Subagreements

Local transportation costs

Office rent, clerical assistance

Training of the Client’s personnel 4

1 Delete items that are not applicable or add other items according to the Data Sheet.
2 Indicate unit cost and currency.
3 Indicate route of each flight, and if the trip is one- or two-ways.
4 Only if the training is a major component of the assignment, defined as such in the TOR.

Section 4: Financial Proposal – Form 2/2


FIN‐5
Appendix

Financial Negotiations - Breakdown of Remuneration Rates


(Not to be used when cost is a factor in the evaluation of Proposals)

1. Review of Remuneration Rates

The remuneration rates for staff are made up of salary, social costs, overheads, fee that is
profit, and any premium or allowance paid for assignments away from headquarters. To
assist the firm in preparing financial negotiations, a Sample Form giving a breakdown of
rates is attached (no financial information should be included in the Technical Proposal).
Agreed breakdown sheets shall form part of the negotiated agreement.

The Client is charged with the custody of government funds and is expected to exercise
prudence in the expenditure of these funds. The Client is, therefore, concerned with the
reasonableness of the firm’s Financial Proposal, and, during negotiations, it expects to be
able to review audited financial statements backing up the firm’s remuneration rates,
certified by an independent auditor. The firm shall be prepared to disclose such audited
financial statements for the last three years, to substantiate its rates, and accept that its
proposed rates and other financial matters are subject to scrutiny. Rate details are discussed
below.

(i) Salary
This is the gross regular cash salary paid to the individual in the firm’s home
office. It shall not contain any premium for work away from headquarters or bonus
(except where these are included by law or government regulations).

(ii) Bonus
Bonuses are normally paid out of profits. Because the Client does not wish to make
double payments for the same item, staff bonuses shall not normally be included in
the rates. Where the Consultant’s accounting system is such that the percentages of
social costs and overheads are based on total revenue, including bonuses, those
percentages shall be adjusted downward accordingly. Any discussions on bonuses
shall be supported by audited documentation, which shall be treated as confidential.

(iii) Social Costs


Social costs are the costs to the firm of staff’s non-monetary benefits. These items
include, inter alia, social security including pension, medical and life insurance
costs, and the cost of a staff member being sick or on vacation. In this regard, the
cost of leave for public holidays is not an acceptable social cost nor is the cost of
leave taken during an assignment if no additional staff replacement has been
provided. Additional leave taken at the end of an assignment in accordance with the
firm’s leave policy is acceptable as a social cost.

(iv) Cost of Leave


The principles of calculating the cost of total days leave per annum as a percentage
of basic salary shall normally be as follows:

Section 4: Financial Proposal – 1/


Appendix 3
total days leave x 100
Leave cost as percentage of salary 1 =
[365 - w - ph - v - s]

It is important to note that leave can be considered a social cost only if the Client is
not charged for the leave taken.

(v) Overheads
Overhead expenses are the firm’s business costs that are not directly related to the
execution of the assignment and shall not be reimbursed as separate items under the
agreement. Typical items are home office costs (partner’s time, non- billable time,
time of senior staff monitoring the project, rent, support staff, research, staff
training, marketing, etc.), the cost of staff not currently employed on revenue-
earning projects, taxes on business activities and business promotion costs. During
negotiations, audited financial statements, certified as correct by an independent
auditor and supporting the last three years’ overheads, shall be available for
discussion, together with detailed lists of items making up the overheads and the
percentage by which each relates to basic salary. The Client does not accept an add-
on margin for social charges, overhead expenses, etc., for staff who are not
permanent employees of the firm. In such case, the firm shall be entitled only to
administrative costs and fee on the monthly payments charged for subcontracted
staff.

(vi) Fee or Profit


The fee or profit shall be based on the sum of the salary, social costs, and overhead.
If any bonuses paid on a regular basis are listed, a corresponding reduction in the
profit element shall be expected. Fee or profit shall not be allowed on travel or
other reimbursable expenses, unless in the latter case an unusually large amount of
procurement of equipment is required. The firm shall note that payments shall be
made against an agreed estimated payment schedule as described in the draft form
of the agreement.

(vii) Away from Headquarters Allowance or Premium


Some Consultants pay allowances to staff working away from headquarters. Such
allowances are calculated as a percentage of salary and shall not draw overheads or
profit. Sometimes, by law, such allowances may draw social costs. In this case, the
amount of this social cost shall still be shown under social costs, with the net
allowance shown separately. For concerned staff, this allowance, where paid, shall
cover home education, etc.; these and similar items shall not be considered as
reimbursable costs.

(viii) Subsistence Allowances


Subsistence allowances are not included in the rates, but are paid separately and in
pakistani currency. No additional subsistence is payable for dependentsthe
subsistence rate shall be the same for married and single team members.

1
Where w = weekends, ph = public holidays, v = vacation, and s = sick leave.

Section 4: Financial Proposal – 2/


Appendix 3
2. Reimbursable expenses

The financial negotiations shall further focus on such items as out-of-pocket expenses and
other reimbursable expenses. These costs may include, but are not restricted to, cost of
surveys, equipment, office rent, supplies, international and local travel, computer rental,
mobilization and demobilization, insurance, and printing. These costs may be either unit
rates or reimbursable on the presentation of invoices, in foreign or local currency.

3. Government of Baluchistan Guarantee

Payments to the firm, including payment of any advance based on cash flow projections,
shall be made according to an agreed estimated schedule ensuring the firm regular
payments in local and foreign currency, as long as the services proceed as planned.

Section 4: Financial Proposal – 3/


Appendix 3
Sample Form

Consulting Firm:
Assignment: Date:

Consultant’s Representations Regarding Costs and Charges

We hereby confirm that:

(a) the basic salaries indicated in the attached table are taken from the firm’s payroll records and
reflect the current salaries of the staff members listed which have not been raised other than within
the normal annual salary increase policy as applied to all the firm’s staff;

(b) attached are true copies of the latest salary slips of the staff members listed;

(c) the away from headquarters allowances indicated below are those that the Consultants have
agreed to pay for this assignment to the staff members listed;

(d) the factors listed in the attached table for social charges and overhead are based on the firm’s
average cost experiences for the latest three years as represented by the firm’s financial statements;
and

(e) said factors for overhead and social charges do not include any bonuses or other means of
profit-sharing.

[Name of Consulting Firm]

Signature of Authorized Representative Date

Name:

Title:

Section 4: Financial Proposal – Sample 1/2


Form
Consultant’s Representations Regarding Costs and Charges

(Expressed in [insert name of currency])

Personnel 1 2 3 4 5 6 7 8

Basic Salary per Away from Proposed Fixed Proposed Fixed


Social
Name Position Working Overhead1 Subtotal Fee2 Headquarters Rate per Working Rate per Working
Charges1
Month/Day/Year Allowance Month/Day/Hour Month/Day/Hour1
Home Office

Field

1. Expressed as percentage of 1
2. Expressed as percentage of 4

Section 4: Financial Proposal – Sample 2/2


Form
Section 5: Terms of Reference
SECTION 5: TERMS OF REFERENCE (TOR)

SECTION 5: TERMS OF REFERENCE (TOR)

1. BACKGROUND:

Transport sector is one of the most important sectors in urban management. Connectivity
is the key for spurring development and growth. However, the transportation sector has
traditionally been ignored and beset with many problems. Efficient, resilient, and well-
planned road network ensure that no one is left behind in the drive for inclusive growth.
This is why roads are considered as an important foundation for the Sustainable
Development Goals (SDGs), and a prerequisite for bringing communities together.
Roads not only contribute to economic development and growth and but also bring
important social benefits. The condition of the provincial highways is worse—many
roads are either permanently impassable or subject to closure during bad weather.

Keeping in view future development and improved connectivity of Balochistan region,


The Government of Balochistan has initiated the step to improve the road connectivity
and road structure in order to enhance the accessibility in the region. Hence put forward
the Construction of Black Topping of Road from Sui to Chakar Marri via Lehaq Qaisrani
Aashiqani (Length 20 km).

The Consultancy Services for Construction of Black Topping of Road from Sui to
Chakar Marri via Lehaq Qaisrani Aashiqani (Length 20 km). needs to be upgraded
and reconstructed for better ride quality and fuel saving according to AASHTO
(American Association for State Highways and Transport Officials) Standards.
Consultancy is, therefore, required to be out sourced to the consultants for
comprehensive planning & designing of activities/works related to road construction and
upgradation.

2. THE PROJECT:

The project envisages Consultancy Services for Construction of Black Topping of


Road from Sui to Chakar Marri via Lehaq Qaisrani Aashiqani (Length 20 km). To
achieve the objective, the C&W Department intends to hire the services of a competent
and highly experienced engineering consultancy firm / consortium of engineering firm
who demonstrate the availability of requisite technical and non-technical human resource
and who bear the valid license of Pakistan Engineering Council.

3. PROJECT OBJECTIVE:

The main objective of the project is;


• Reduce travel time and increase transport efficiency which will lead to increased
profits of the individual producers.
• Reduce vehicle operational and maintenance costs while enhancing vehicle
efficiency.
• Pedestrian safety by improving road safety and reducing traffic congestions.
• Improve connectivity between production centers and market places.
SECTION 5: TERMS OF REFERENCE (TOR)
• Improve linkage with other cities and facilitate to increase mobility by improving
the riding surface.
• Improvements of the road sector will create a better environment for trading,
services and economic sectors, which are vital for sustainable development.

4. SCOPE OF WORK:

LOCATION OF PROJECT:
The project is located in Sui, District Dera Bugti. The project includes following sections;
i) Sui to Chakar Marri via Lahaq Qaisrani, Aashiqani = 20.0 km
Total = 20.0 km

PROJECT STAGES & DETAILED SCOPE OF WORK:

The scope of work defined herein below is required to be carried out by the Consultants
to complete the design, finalization of Construction Drawings and construction
supervision.

The scope of services of Consultants mainly includes but is not limited to following:

(i) Design Stage


(ii) Construction Supervision Stage

DEISGN STAGE:

Reconnaissance Visit

After the data collection and coordination, the consultant will carry out field visit by a
team comprising of experts from highway, hydrology, hydraulics and geotechnical
section led by the Senior Design Engineer / Team Leader. During the reconnaissance
visit, particular requirements of project will be identified that will be addressed at later
stage. The findings of visit shall include but not limited to:
 Road Accessibility and Connection
 Existing condition of road
 Existing road cross section
 Existing condition of structures
 Possible Geometric (Alignment) improvements
 Improvement required for sharp curves and steep grades
 Classification of rock/terrain
 Assessment of geological conditions
 Assessment of slope stability measures
 Hydrological Assessment of crossing streams
 Assessment of major new and existing hydraulic structures
 Assessment of construction material availability

At the reconnaissance stage social, economic and environmental aspects will also be
considered.
SECTION 5: TERMS OF REFERENCE (TOR)

Detailed Topographic Survey

Topographic survey forms the basis for the detailed design. Poor quality of survey work
produces not only incorrect designs but also results in post construction problems with
variations in cost and claims. It will be ensured by Client that the Survey work is of top
most order. It is therefore recommended that consultant should use the latest technology
for the topographic surveys for establishment of high accuracy control points. The
instrument shall be simultaneously used on SOP Bench Marks as well as BMs
established for the Projects (Start and End). Before mobilizing to site for Survey, the
Consultant shall submit to the Client Detailed topographic survey program with actual
human resources planned to be deployed. The consultant shall specify the time line of
survey program.

The horizontal and vertical control established shall be used for topographic survey of
the required areas. Acquisition of field data such as natural and man- made features like
roads, buildings, utilities (overhead / underground) along with type, sizes & height (at
road crossing) if exist at the time of field survey plus at change of slope shall be
collected / taken to show the terrain condition within the project area. Most of the data
shall be recorded electronically. Moreover, in case of trees in the survey corridor, the
surveyor has to assign a code defining the girth of the tree. Terraced slopes, borrow
pits / Quarries, retaining wall, Rock outcrops, Electricity sub-stations and switch boxes
(boundary fences only), Pylon lines (indicate levels at lowest point at sag and at pylon
towers), Manholes (circular and square), Lakes, Rivers (name to be indicated), Streams,
Swamps, Slope conventions shall be drawn as near as possible to indicate the actual
shape of the slope face, i.e. all berms and terraces shall be detailed. The approximate
outlines of the river, direction of flow, angle of skew and reference to position of the
bench mark used as datum shall also be clearly shown. In addition, the lines showing
the location of Cross Sections and Longitudinal Sections shall also be shown.

Detailed Soil Investigation Survey on the route


Soil & Material shall be done to ascertain the index and engineering properties of soil &
rock encountered. The consultant is required to seek, interpret and evaluate subsurface
and surface data in order to predict the behavior of the soils and materials along, and
adjacent to, the alignment. The resulting information should be presented in a logical
and intelligible manner so that it can be used correctly and efficiently by the non-
specialist.

The consultant is required to carry out following steps:

 Determine needs of the design


 Carry out complete ground investigations
 Carry out complete laboratory testing
 Evaluate results for final design

As per fixed horizontal and vertical alignment, identify the areas of deep cuts and high
fills. Study precise geometry of the roadway structures and develop design
requirements. Field investigations shall be carried out in three main areas.
 Investigation along the length of the proposed alignment and to
determine the pavement support potential offered by the sub-grade
soils
 Investigation to determine the source and quantity of naturally-
occurring construction materials
SECTION 5: TERMS OF REFERENCE (TOR)
 Examine specific sites such as deep cuts, retaining walls and culverts
etc.

For testing of materials, following codes and standards shall be

followed: ASTM - American Society for Testing & Materials.


AASHTO - American Association of State Highway and Transportation
Officials

Traffic survey and Axle load survey

Traffic count forms the basis for capacity analysis, pavement design and economic
analysis etc. consultant is required to carry out classified traffic counts at required
locations along the project and on the connected network to develop an understanding
of traffic pattern. The study will also entail the estimation of diversion and generated
traffic. The consultant shall submit in Inception report, detailed program of traffic count
along with locations, duration and repetitions. Same shall be exercised after the
approval of the Client.

The classified traffic count will include following classifications:

 Non-motorized traffic Animal drawn, bicycle


 Motorized traffic M/cycle, Car, Pickup, Jeep, Minibus, wagon, Bus,
2-Axle, 3- Axle,4-Axle. S-Axle, 6-Axle Tractor trolley
The traffic count will be done with hourly classification. In peak hour, 15-
minute interval count will be done to ascertain PHF.

Hydrology & Hydraulic design of structures

The hydrologic analysis performed on Project shall be compiled in a hydrologic report.


The Report shall consist of two sections a) data section, where the hydrological
background information shall be recorded. Other part shall be an analysis section, where
the design computations shall be recorded.

The following items shall be used as a checklist of the data that shall be included in the
hydrological report. The comprehensiveness of the report shall depend upon the nature
of the valley, or flood plain to be traversed, the cost of proposed drainage structures, and
class of highway;

 Hydrological Data
 Topographic Maps
 Satellite Imagery
 Landuse
 Water use
 Rainfall Data
 River Discharge data (if any)
 Drainage Area
 Watershed Parameters
 Flood Models
 Rainfall Intensity
SECTION 5: TERMS OF REFERENCE (TOR)

Geometric Design

 For Geometric Design of road, “AASHTO Guide for Geometric Design of


Highways and Streets 2011” will be followed.
 For Horizontal alignment, On appropriate scale topography, the horizontal
alignment will be graphical constructed using the straight circular curves and
transition curves keeping in view the R.O.W. constraints. The graphical
centerline will then be computed on computer. The output will become the basis
for plan/profile sheet preparation.
 For Vertical Alignment, Consistent to the horizontal alignment the vertical
alignment will be super-imposed on the road profile depending upon pavement
design.
The final levels at specified intervals and at important locations will be computed and
depicted in plan/profile sheets.

Pavement Design with surface and subsurface drainage


Pavement design involves study of soil and paving materials, their behavior under load,
traffic load and design of pavement to carry this load under all type of climatic
conditions. Based on the laboratory test, data for construction and foundation materials
and environmental conditions, the pavement design would be done using AASHTO
Guide for Design of Pavement Structures 1993. The pavement design will be based for
initial design life of 10 years and subsequent overlays for 20 years.
Many pavement structural design procedures use an empirical approach. This means
that the relationships between design inputs (e.g., loads, materials, layer configurations
and environment) and pavement failure were determined using experience,
experimentation or a combination of both. Although the scientific basis for these
relationships is not firmly established, they can be used with confidence as long as the
limitations of such an approach are recognized. Specifically, it is not prudent to use an
empirically derived relationship to describe phenomena that occur outside the range of
the original data used to develop the relationship. The most commonly used empirical
pavement design method is the 1993 AASHTO Guide for Design of Pavement
Structures.

Environment Impact Study

The consultant is responsible to conduct the detailed environmental study of the project
area and prepare the EIA/IEE report. Consultant shall study the environmental impact of
the project especially due to construction activities. Any case of any potential
environmental degradation, consultant in the detail design shall propose suitable
environmental mitigation measures. Report highlighting the environmental impact of
the construction shall identify any potential safety to life and property of population that
is expected to be influence by the construction activities. Similarly, any potential
dangers to the existing utilities and infrastructure shall also be indicated. A report shall
clearly show the location of suitable sites for dumping of spoiled material from earth
cutting and provide proper methodology for carrying out cutting on slopes if any.
Similarly details of measures for preventing the spoil material from flowing down
slopes or in streams and proper vegetative measures for stabilizing the spoil material
from earth cutting shall also be proposed along with detailed cost estimates of the same.
All above mentioned works shall be shown on drawings and their cost shall be reflected
SECTION 5: TERMS OF REFERENCE (TOR)
in the cost estimates of the project. The consultant will be responsible to prepare
EIA/IEE report and assist client for obtaining NOC from concerned EPA.

Slope Stability Check

The Consultant shall identify all areas prone to failure with respect to slope either in slip
circle or shear failure and propose the methodology for stabilization. The report shall be
in line with the Soil Investigation Report supported with Laboratory Tests.

Tender Documents, BOQ, Engineer’s Estimates


The Consultant will carry out the complete review and condition assessment of existing
infrastructure i.e. roads, bridges, culverts, etc. and will prepare the following tender
documents:

 Tender Drawings
 Technical Specifications
 Bill of Quantities
 Engineer Cost Estimate
 Contract Documents for Contractors
- Instructions to Tenderers
- Tender and Appendices
- Forms of Contract Agreement, Performance Bond etc.
- Conditions of Contract-General
- Conditions of Contract-Conditions of Particular Application
- Technical Specifications including Special Provisions
- Tender Drawings
- Bill of Quantities

The draft documents will be submitted to the client for review and comments. Final
documents will be submitted to the Clients after incorporating their comments.
On the basis of detailed bill of quantities, the Engineer’s Cost Estimates will be
prepared. The costs will be estimated on the basis of schedule rates or prevailing rates in
the market at the time of preparing tenders. Cost estimate for each work will be
prepared separately.

Construction Drawings

The Consultants shall prepare construction drawings (Contract Plans) in a clear, concise
and uniform manner in Digital Format using AutoCAD. The drawings shall be A 11 A3
size. Scale for horizontal alignment shall be 1: 1000 and for vertical shall be 1 :100. All
drawings shall be signed in original. For draft submissions, the
Consultants shall stamp on every page Draft 1, 2, until final submission is made. On
final submission, the stamp "Final Tender Drawings" shall be printed on every page
with signatures. At the end of drawings, a jacket containing CD shall be placed, in
which the soft copy of drawings with all drawings in AutoCAD format. For every
drawing shall be made ready in layout mode. Not fulfilling these requirements will
result in returning of drawings as un-acceptable.

CONSTRUCTION SUPERVISION STAGE:


SECTION 5: TERMS OF REFERENCE (TOR)

General:
The responsibility of supervision Consultant shall rest with the Contractor who
shall execute the work at site. Design Consultants shall carry out a revision in the plans
and specifications as required by Supervision Consultants. Supervision consultant will
prepare all change orders instantly thereto and shall further assist the
Employer/contractor in negotiations necessary for execution of the changes. Such
revisions shall be encouraged which result in improved project performance, in
accordance with the plans and conforming to the specifications.

Scope:
The Supervision Consultants shall carry out the Construction Supervision but not
limited to the following tasks:
• Sharing of Standard Operating Procedure (SOPs) for carrying out of works at site
inclusive of approval mechanism of works to be carried out prior to execution at
site.
• Make sure execution of works as per design, standards, specification and technical
construction drawings.
• To intimate Client in each matter and must obtain formal approval to proceed in the
matter.
• Assure quality of the works during execution by using suitable and tested
construction material.
• To ensure the good quality construction survey work, levels and grade achieved
during and after construction.
• Make sure the continuous supervision/inspection of the soils, materials construction
operations and the works with regard to workmanship and compliance with the
specifications.
• Certify the payment bills of Contractor according to the approved procedure and
also maintain the payment record maintaining consolidated project accounts and
assist Client for settlement of Audit Para's.
• Make sure the existing traffic management and safety plan all times in a safe and
secure manner.
• Monitor and appraise progress of the works for timely completion of work.
• Review and accept or reject Contractor's proposed work schedules.
• The supervision Consultants shall assist client in preparation of the revised PC-I of
the project and will assist for sought of approval of PC-1 from higher forum.
• Give notice to the Contractors of any defects and deficiencies, and issue instructions
for the removal and substitution of the improper works, where provided under the
contract. If required, order suspension of the Work(s) and/or recommend to Client
other recourse available under the Contract;
• Without relieving the Contractors of their obligations under the Contract, review and
approve the traffic management and safety plan, and ensure compliance such that
the Works are carried out at all times in a safe and secure manner and damage or
injury to persons or property is avoided;
• Inspect quarries and borrow pits, and crushing plants and order tests of materials and
ensure adherence to specifications, and approve the sources of materials.
• Assist for Issuing the order to commence the Works;
• Recommendation for Approving variation orders that have financial implications;
• Recommendation for Approving significant variations in quantities;
• Recommendation for Approving subletting of any part of the Works; Approving
SECTION 5: TERMS OF REFERENCE (TOR)
extensions of time;
• Check and approve Contractor's temporary works and facilities;
• Provide advance advice to Client concerning the Schedule of handing over of sites,
and possible delays due to lack of possession with a view to assure that the
Contractors are given Possession of Site in accordance with the agreed work
programs;
• Review and recommendation for approval of proposal on variation orders and
implementation schedule prepared by the Contractor.
• Review, evaluate and approve the planned construction methodology by the
Contractor and ensuring that the Contractor has incorporated the most effective and
expeditious methodology of carrying out the Works; and ensure in setting up a
computerized project control system for reporting physical and financial progress by
the Contractor as well as the forecasts, if included in the bids and/or if demanded
later on by the Client. Subsequently, closely monitor the construction progress on
regular basis to determine whether it is proceeding in accordance with the approved
work program.
• Advising on the selection of Contractor's equipment. Assess minimum construction
equipment, plant and machinery requirements, by type and specification, and
monitor, keep and regularly update a list of the Contractors' equipment, plant and
machinery in order to keep a check on the Contractors' mobilization.
• Verify the interim and final payment certificates submitted by the Contractor on the
basis of measured work items as the case may be having regard to any contractual
provision for advance payment and variation of price, certify the completion of the
activities, Works or parts thereof and verify indices for Price Adjustment in costs as
applicable after ascertaining ex-factory prices before recommending any amount on
this account in interim payment certificates (IPCs).

• Assist Client in contractual matters with the Contractor (performance bonds,


insurances, claims, advance payment guarantees etc.). Assist with interpretation of
the Contract Documents, explain and or reconcile any ambiguities and or
discrepancies in the Contract Documents, and apply various provisions of the
contract documents; and provide NHA all relevant documentation needed for
settling disputes (if any) with the Contractors, and make recommendations to Client
for resolving the Contractors claims, contract time extensions, variation orders,
subletting, quantification of claims, rate and price fixing etc.
SECTION 5: TERMS OF REFERENCE (TOR)

5. DELIVERABLES:

Design Stage:

Sr. Quantity
Description
No.
1. Inception Report 03 Hard Copies
Design Reports including Topographic 03 Hard Copies
2. survey, Geotech investigations, hydrology

Tender Documents (including BOQs and cost


3. 03 Hard Copies
estimates)

4. Construction Drawings 03 Hard Copies

Construction Supervision Stage:

Sr. Quantity
Description
No.
1. Monthly Progress Report 02 Hard Copies

Technical Report 03 Hard Copies


2.
(if required/necessary)

3. Final Project Completion Report 03 Hard Copies

6. STAFFING:

Sr. Position No. Qualification Experience Man-


months
DESIGN TEAM
1. Team Leader / Project 1 BSc Civil 15 yrs
Manager
2. Structural Engineer 1 MSc Structures 30 Lumpsum
3. Geotechnical Engineer 1 BSc Geotech/ 10 yrs
MSc Geotech
4. Contract Specialist 1 BSc Civil 25 yrs
5. Design Engineers 4 BSc Civil 10 yrs
6. Pavement Design Engineer 1 BSc Civil/ 10 yrs
Transportation
7. Hydrology/Hydraulics 1 BSc Civil/ MSc 10 yrs
Engineer Hydraulics
8. Environmental Expert 1 Phd. Environment 10 yrs

9. Survey Expert 1 BSc Civil 10 yrs


10. GIS Expert 1 MSc Geography/ 10
GIS
SECTION 5: TERMS OF REFERENCE (TOR)
Sr. Position No. Qualification Experience Man-
months
11. Quantity Surveyor 1 DAE Civil 10 yrs
12. AutoCAD Draftsman 1
Diploma in 10
Drafting/CAD
CONSTRUCTION SUPERVISION TEAM
1. Team Leader / Project 1 BSc Civil 25 yrs
12
Manager
2. Resident Engineer 1 BSc Civil 15 yrs 7
3. ARE (Highway/ Structure) 1 BSc Civil 10 yrs 7
4. Soil / Material Engineer 1 BSc Geotech 10 yrs 7
5. Slope Stablizaiton Expert 1 BSc Civil 10 yrs 5
6. Geotechnical Engineer 1 BSc Geotech 10 yrs 5
7. Quantity Surveyor 1 DAE Civil 15 yrs 7
8. Site Inspectors 2 DAE Civil 8 yrs 7
9. Surveyors 2 Diploma in 10 yrs
7
Survey
10. Survey Helpers 1 Certificate in 5 yrs
7
Survey
11. Assistant Quantity Surveyor 1 DAE Civil 5 yrs 7
12. AutoCAD Draftsman 1 Diploma in 10 yrs
7
Drafting/CAD
13. Accountant 1 BCom 10 yrs 7
14. Office Assistants 1 Bachelors 5 yrs 7
15. Office Boys 1 - - 7

7. TIME PERIOD:
The period of completion of services shall be as per following table:

No. Description Duration (Months)

1. Design Stage 03 months

2. Construction Supervision Stage 07 months

You might also like