I I I NationalHighway Authority (Procurementand Contract Administration Section) 28 MauveArea, Sector G-gh,lslamabad (Pakistanf Phone:+92-5 1-9032727, Fax: +92-5 1 -92604L9

Fnifrro'.vri$r.a'Arr

Documentsfor Submission To PublicProcurement Regulatory Authority

FOR

CONSULTANCYSERVICES FOR REVIEW, ADJUSTMENT OFROAD AND STRUCTURES DESIGN, CONSTRUCTIOT{ SUPERVISIONAND CONTRACT ADMINISTRATION OF souTH ANDNORTH ACCESS ROAD (PACKAGE-II) OF 7.3 KM LENGTHEACH (TOTAL 15 KM)OF IOWARI TUNNEL

February, 20Lg I

I ATTACHMENT- I I (Seerequlation 2) GONTRACTAWARD PROFORMA. I I To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works,

NAMEOF THE ORGANIZATION/DEPTT, National Highway Authority I FEDEMUPROVINCIALGOW. FederalGovt (Atonomous Body) TITLEOF CONTRACT ConsultancyServices for Review,Adjustment of Roadand StructuresDesign, Construction Supervision and Contract I Administrationof South and North Access Road (Package-ll) of 7.3 Km LengthEach (Total15 Km) of LowariTunnel Proiect I TENDERNUMBER 6(406) BRIEFDESCRIPTION OF THE CONTRACT NationalHighway Authority (NHA) is executingWorks of LowariTunnel situatedbetween and Dir. is part of federalizedRoad i.e. N45. lt originates I from Nowshera,passes through Mardan, Malakand, Chakdaraand culminatesat Chitral,while passingLowari Passat a heightof 3,150meter (10500 ft.). Totallength of the roadfrom Nowshera to Chitralis 313Km. I The Project of Lowari and its Access Roads is located betweenthe Townships of Dirand Drosh connecting Districts of Dirand Chitral of theKhyber Pakhtunkhwa Province. The main LowariRoad Tunnel(MRT) is 8.51 kilometers I supplementedby anothertwo km NorthAccess Road Tunnel (NART)on the Northof MRT.The Southportal is locatedat NirghaKawar at a distanceof about19 kilometersNorth of Dir.The North Portal is locatedat about20 kilometersSouth I of Drosh. Locationof Project:South and NorthAccess Road (Package- ll) of LowariTunnel: - SouthAccess Road from Link Access Road of SouthPortal I to Qualandi: 7.389Km (Km 1+103.884 to Km8+942.96) - NorthAccess Road from Baradamto Ashrat:7.33 Km (Km I 3+520to Km 1O+850.74'r. > TENDERVALUE Pak.Rs.153,958,046

I ENGINEER'sESTIMATE (for civil works only) NotApplicable

ESTIMATEDCOMPLETION PERIOD (36months)

I WHETHERTHE PROCUREMENTWAS INCLUDEDIN ANNUAL I PROCUREMENTPLAN? Yes X No { (i)PPRA Website (Federal Agencies) Yes { No x I (ii)News Papers Yes No X (lf yes,give names of newspapersand date) 16THAUGUST, 2016 I TENDEROPENED ON (Date and Time) TECHNICALBIDS OPENED ON 8THSEPTEMBER, 2016 I FINANCIALBIDS OPENED ON 23RD DECEMBER. 2016

I NATUREOF PURCHASE Procurement of Services I EXTENSIONIN DUE DATE I Page1 of 3 I I (Seerequlation 2) PUBLICPROCUREMENT REGULATORY AUTHORIry (PPRA) I CONTRACTAWARD PROFORMA - I To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works, I & GoodsWorth FiftvM

NUMBEROF TENDER DOCUMENTS SOLD THE REQUESTFOR PROPOSALWAS UPLOADEDON I (Attachlist of Buyers) NHAWEBSITE WHETHEROUALIFICATION CRITERIA WAS INCLUDEDIN Yes No x I BIDDING/TENDERDOCUMENTS (lf yesenclose a copy) (COPYOF QUALIFICATION CRITERIA ATTACHED) WHETHERBID EVALUATION CRITERIAWAS INCLUDED IN Yes { No x BIDDING/TENDERDOCUMENTS (ifyes enclose a copy) (COPYOF EVALUATIONCRITERIA IS ATTACHED) I WHICHMETHOD OF PROCUREMENTWAS USED:- (Tickone) a)SINGLE STAGE - ONEENVELOPE PROCEDURE x I b) SINGLESTAGE - TWOENVELOPE PROCEDURE c) TWOSTAGE BIDDING PROCEDURE x d)TWO STAGE. TWO ENVELOPE BIDDING PROCEDURE x I - Pleasespecifv gly othermethod of procurementwas adooted with !J brief reasons (.e. Emerqencv.Direct Contractinq.Neqotiated N/A Tenderinqetc. I - WHOIS THE APPROVING AUTHORITY NHA EXECUTIVEBOARD WHETHERAPPROVAL OF COMPETENTAUTHORITY WAS OBTAINEDFOR USING A METHODOTHER THAN OPEN I COMPETITIVEBIDDING NUMBEROF BIDS RECEIVED Eight(08) I WHETHERTHE SUCCESSFUL BIDDER WAS Yes No x LOWESTEVALUATED BIDDERYTOP MNKED I WHETHERINTEGRITY PACTWAS SIGNED Yes No x I I I I I I I I Page2 of 3 tl

I ENT - I I CONTRACTAWARD PROFORMA - II To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works, Services& GoodsWorth Fiftv Million or more

I > NO.OF BIDDERS PRESENT AT THETIME OF OPENING OF BIDS Five (05)

> NAME& ADDRESSOF SUCCESSFUL BIDDER M/sAssociated Gonsulting Engineers - ACE (Pvt.) Ltd. in JV with M/s I Techno-Consultlnternational (Pvt.) Ltd.

Address:House No.45-L, Model Town I Extension,Lahore-54700,

RANKINGOF SUCCESSFULBIDDER IN EVALUATIONREPORT HighestRanked Bidder I (i.e.1"t,2nd, 3'd EVALUATED BID)

> NEEDANALYSIS (Why the procurement was necessary?) The project is aimed at providing I alternativeshort, safe and easy all weather access to Chitral, as the existingroute which is presentlythe only link crossingthe mountainousterrain I has hairpinbends with steepgradients and thus is dangerousfor plyingof heavy goods vehicles. With the constructionof Tunnelwith its Access I Roadsand alliedstructures, the areaof Chitralshall have an all-weatherlink with the rest of the country and avoid passageover Lowari Top which remains snowbound for aboutfive months in the I year.NHA intendedto hire competent and well experiencedconsultancy firm/ consortiumof consultantsto undertake I thetask outlined above. Theproject falls in remotearea and is of INCASE EXTENSION WAS MADE IN RESPONSETIME, WHATWERE unusual nature, therefore additional I REASONS(Briefly describe) responsetime was provided.

WHETHERNAMES OF THE BIDDERS AND THEIR PRICES WERE Yesl{lNolx I READOUTATTHE TIME OF OPENING OF BIDS DATEOF CONTRACT SIGNING (Attach a copyof agreement) 29th Mav 2017 I (Copyattached) CONTRACTAWARDPRICE Pak.Rs.153,958,046

WHETHERCOPY OF EVALUATIONREPORT GIVEN TO ALL BIDDERS I (Attacha copyof bidevaluation report) (Copyattached)

ANYCOMPLAINTS RECEIVED (lf Yes, result thereof) Yeslx

I ANYDEVIATION FROM SPECIFICATIONS GIVEN IN THE TENDER Yesl x I No I NOTICE/DOCUMENTS (lfyes give details) > DEVIATIONFROM QUALIFICATION CRITERIA (lf yes give details) YeslxlNo

I > SPECIAL IF ANY Brief Nil I Page3 of 3 Evaluation aualification Criteria APPENDIX. A

TERMS OF REFERENCE (Including'Descriptionof Services) I Appnxnrx A - Tnnvrs or RnTERENcE Consultancy Servicesfor I Review, Adjustment of Road & Structures Design, Construction Supervision and Contract Administration of fwo (2) Contract Packagesof South and North AccessRoad (Package-Il) of I about 7.3 length each.(Total:15Km) of Loivari Tunnel Project I

A. INTRODUCTION I t. Lowari Tunnel Project: National Highway Authority (NHA) is executing works of Lowari Tunnei situated between Chitral and Dir. The project is aimed at providing I alternative short, safeand easyall weather accessto Chitral, as the existing route which is presently the only link crossingthe mountainous terrain has hairpin bendswith steep gradients and thus is dangerous for plying of heavy goods vehicles. With the I construction of Tunnel with its Access Roads and allied Structures,the area of Chitral shall have an all-weatherlink with the rest of the country and avoid passageover Lowari Top which remains snow bound for about five months in the year. I

The proposed Lowari Tunnel is part of federalized Road i.e. N-45. It originates from Nowshera, passesthrough Mardan, Malakand, Chakdara and culminates at Chitral, I while passingLowari Passat a height of 3,150 meter (10500 ft.). Total length of the road from Nowshera to Chitral is 313 Km. I 2. Location of Lowari Road Tunnel: The Project of Lowari and its Access Roads is located betweenthe Townshipsof Dir and Drosh connectingDistricts of Dir and Chitral of the Khyber PakhtunkhwaProvince. I

The main Lowari Road Tunnel (MRT) is 8.51 kilometers supplementedby another 2Km North Access Road Tunnel on the north of portal I Q.{ART) MRT . The South is located at Nirgha Kawar at a distance of about 19 kilometers North of Dir. The North Portal is locEtedat about 20 kilometers South of Dross. I 3. Location of Project: South and North Access Road (Package-Il) of Lowari Tunnel:. I o South AccessRoad from Link AccessRoad of SouthPortal to Qualandi:7.389 Km (Km 1+103.884to Km8+942.96) I o North Access Road from Baradam to Ashrat: 7.33 Km (Km 3+520 to Km 10+850.74) I I I 1s t I l' 4. The GeographicalMap of the Project is given below:- l t I I x I I I

5. National Highway Authority is the government agency, responsible for the I implementation of the project and intends to procure/obtainthe servicesof Engineering Consultancy Firm(s) for Review, AdjustmenVRe-Designof Road & StructuresDesign, Construction and Supervisionof two (2) Contract Packagesof South and North Access I Road (Package-Il) of about 7.3 lenglh each (Approx. Total Length: l5Km) with its allied Structures(Bridges, Box Culverts, RCC & Masonry Retaining Wall, Avalanche Galleries, Slope & Rock Fall Protection Works), Drainage & Erosion Works and I Ancillary Works along with the length of the Access Roads of Lowari Tunnel Project asper following details:-

I (a) Improvement, Widening of South AccessRoad from Link AccessRoad of South Portal to Qualandi(Km 1+103.884to Km 8+942.96). Total Length 7.389 Km

I (b) Improvement, Widening of North Access Road Baradam (Km from to Ashrat 3+520to Km l0+850.74). Total Length: 7.330Km

I B. OBJECTIVES I 6. The overall objectives of theseTerms of Referenceare to: a. Ensurethat the detailedengineering design is reviewed, and updatedif required, in accordancewith the site conditions and closely adheringto Specifications & I Parametersand timely issuance of Construction Drawings to the Contractors after incorporating the existing site conditions. I Ensure that high quality construction is achievedin time within budget and that all work is carried out in compliance with the approved engineering designs, technical specifications, agreed work schedule, and within the terms and t itions of all other contract documentsand sound engineeringpractices; 111 I c. I Demonstrate the efficacy of contract independentextemal agencies. I C. SCOPEOF SERVICES

7. Duties& Responsibilitiesof the Consultants I (r) Design Review and Design Adjustment for like functionality and financial economy during the currency of Construction Period I The Supervisory Consultant will review and validate on ground, the detailed engineeringdesign. Thereafter the Consultantswill bear the professional liability I for the suitability of the design with respectto the existing site conditions, which will be coveredunder this contract. I The Design of the South and North Access Road (Package-Il) was done in2009 and some geomorphological changesmight have occurred, which may require adjustment in the Design. If required, the Consultantswill cany out a critical I review of the detailed engineering design to identify anomaliesor omissions that constitutes inconsistencyin the design and completenessof works. The design review will be carried out simultaneously during construction supervision I period and necessary adjustments in the Design will be made by the Supervisory Consultant as per the site conditions and issuance of Construction Drawings to the Contractors. I Since the Construction Contracts are anticipated to be awarded within the working seasonof 2016, it would be befiUing that the Contractor commencethe work to I make the best use of the available time during the working season of 2016. Therefore,adjustment of design may be a continuousprocess during the execution of the project as and when the physical and hydrological phenomenabecomes I obviously apparent during various seasonsof the year such as relocation of avalanche gallery retaining walls, adjustment in location of culverts & other structuresand etc. The consultant will review the design under the guidance of I ResidentEngineer, and point out any deficiencies/ improvementsrequired in the design preparedby the Design consultant.The designreview will ensurethat the ion drawingscarry all detailsnecessary for executingthe jobs. I (ii) tract Administration & Construction Supervision. I will be carried out based on the Federation Internationale des eurs Conseils (FIDIC) contract. The consultant will administer the civil work's contracts,make engineering and contractualdecisions, be responsible for I quality assurance,provide general guidance and furnish timely responsesto the contractorsin all mattersrelating to the civil works, and ensurethat all clausesof the contract agreement between the civil works contractors and NHA are I respected. The consultant will advise NHA on all matters relating to the efficient and I successful execution of the civil works contracts, and will act at all times to protect the interestsof the project and the Client and will take all reasonablesteps to keep the constructioncosts to as optimum, consistentwith sound economic and I engineeringpractices. 5o I I t The Supervision Consultantwhile supervising construction works will make all necessaryarrangements for quality control and implementation of the works. The T task of the Consultantwill include but not be limited to: T a. Give Notice to contractorto commence works. b. Assure submission and advise NHA on the adequacy of the Contractors' I insurancepolicies, performancebonds, and advancepayment guarantees. Review and approvethe Contractor's work programs and progressschedules ensuring that the Contractorshave incorporated/followed the most effective I and expeditious methodology of carrying out the works; and advise the Contractorsin setting up a computeizedproject control systemfor reporting physical and financial progressas well as the forecasts,if included in the bids I and/or if demandedlater on by the NHA. Subsequently,closely monitor the construction progresson regular basis to determinewhether it is proceeding I in accordancewith the approved work program. d. Provide advanceadvice to NHA concerning the Scheduleof handing over of sites, and possible delays due to lack of possessionwith a view to assure I that the Contractorsare given Possessionof Site free from all encumbrances in accordancewith the agreedwork programs.

I Assessminimum constructionequipment, plant and machinery requirements, by type and specification,and monitor, keep and regularly updatea list of the Contractors'equipment, plant and machinery in order to keep a check on the I Contractors' mobilization. Inspect and evaluate the Contractor's establishments including in particular the laboratory facilities to ensure compliance with the terms and conditions of the Contract Agreement.

Appraisal of existing services along the Project and inform the Client in advanceto avert likely adverse effect on the project. The responsibility of relocation of serviceslie with the ClienVEmployer.

g D' Assure the receipt of and maintain as permanent records of all warranties required under terms and conditions of the Contract Agreement for materials including their source and equipment accepted and incorporated in the project.

h. Without relieving the Contractors of their obligations under the Contract, check and approve the contractors' Design Proposal, Working Drawings, Shop Drawings. Method Statementsand Temporary Works proposals;

Carry out any subsequent design changes, and expeditiously issue supplementary drawings, site instructions, variation orders and day work orders to avoid delay to the works and to ensurethat the works are executed in accordancewith Contract.

j. 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 securemanner and damageor injury to personsor property is avoided. 5l k. Assure that the Contractorshave all necessarydata for setting out and check I the Contractors setting out including staking the right-of-way limits, centerline,and grade and confirm permanentmonuments in the construction urea. I Inspect quarries and borrow pits, and crushing plants, and order tests of I materials and ensureadherence to specifications,and approve the sourcesof materials. I Without relieving the Contractors of their obligations under the Contract, monitor the Contractors' laboratory testing, evaluate the Portland cement concrete and bituminous mixture designs prepared by the Contractors, and I recommend improvements (if any) to ensurethe desired performance, and accord approval thereof. I n. Assure quality of the works during construction, continuously inspect the soils and materials; construction operations and the works with regard to workmanship and compliance with the specifications; and carry out I independenttesting in the field and/or in the nominated Laboratory by "The Engineer", and approve or disapprove and certi$/ the works that conform with the specifications and maintain permanentrecords of results of all the I testsmade. Give notice to the Contractors of any defects and deficiencies, and issue I instructions for the removal and substitution of the improper works, where provided under the contract. If required, order suspensionof the work(s) and,/orrecommend to NHA other recourseavailable under the Contract. I p. Attend and make measurement and computation of quantities of the completed works, or any work which is about to be covered or put out of I view before pennanent work is placed thereon, and maintain permanent records of all such measurements,and keep the measurementbooks and recordsin safe custody. I q. Monitor and appraise progress of the works, and maintain a day by day project diary which shall record all eventspertaining to the administration of I the contract,requests from and orders given to the Contractors,and any other information which may be at alater date be of assistancein resolving queries which may arise concerning execution of the works. I r. Issue monthly-consolidated progress reports on a format to be agreed with the NHA including payment estimates and comments on the Contractors' I work prograrrune,and advice NHA of any problems or potential problems which might arise and cause delay in implementation and recommend corrective action(s) to be taken. I

S. Check the Contractor's periodic statement of the estimated value of work completed and certify that these statementsclearly and accurately describe I the value of work executedon the value of the quantities of the items in the "Bill of Quantities". I t. Issue the interim certificates to NHA for payment to the Contractors on the basisof "Measured Work Items", having regardto any contractualprovisions t s7 T I

t payment, price, for advance variation of and exchangerate fluctuation etc. Certify the completion of the Activities/Works or parts thereof and process I final paymentsto the Contractors. u. Assist with interpretation of the Contract Documents, explain and or I reconcile any ambiguities and or discrepanciesin 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 I Contractors, and make recommendations to NHA for resolving the Contractors' escalation claims, contract time extensions, variation orders, I subletting, additional cost, rate and price fixing etc. v. Advise NHA on need for effective liaison with local authorities, police, landowners,utility owners, the public and other organizationsaffected by the I Works in order to minimize or avoid unnecessarydelays or disputes. w. Jointly inspect with NHA the completed civil works, and assist in formal I taking over and review and approve or prepare"as built" drawings and plans (as the case may be), and provide report(s) testifying to the satisfactory I completion of the contracts. X. Inspect the completed works periodically during the defect liability period within the term covering the Consultant's Agreement, prepare lists of I deficiencies (if any), and carry out supervision of the remedial works, and issue the Defects Liability certificates after the rectification of notified I defectsby the Contractors. v. Assist NHA in settling any Audit Para's and Objections raised, and prepare replies related to the project, and provide the entire relevant I documents/papers/lettersetc. to support the replies-until I year after completion of works.

I Establish a comprehensivesystem of maintaining site records including site correspondence, inspection records, test data, site diaries, records of I meetings,financial records, progressrecords etc. aa. Provide any other specialist servicesrequested by NHA under conditions to be mutually agreedand ensurethat the constructionmethods as proposed by l the contractor for carrying out the works are satisfactory, inspection of contractor's construction equipment; and safety of the works, property, personnel, and general public; the schedule of mitigation measures for I adverseenvironmental impacts;

The Consutt*t ln,iflr?for.d to coordinatebetween main Lowari Tunnel I Contactor and Contfactors of the road construction (of this Cantract). The Consultantwill ensurethat, all the activities are coordinatedin such a manner that no conflict what so ever ariseJduring the construction activities of all _r 'i i :;.1i parties as well as the maintenanceand operationalizationof the supply chain .'lr ; aii. remains unhinderedfor all the Contractors. j..:. ' :,/li o.tl r2sc-r9\svq wouts r d\;t]^ h^s hot L-.- l,-*,,/ S["\1 6awgan\ ':'.-,;.)ii't,Y All other works incidental and consequentialto the above given tasks. f" "+" --*t *hr =I'tt +;Rt r;t 14--0'u k'Y(LaJ couu>) \r',Au "*o c-n\* toss -1" oD]tA o**W;) 4q c*\ oY ^o, *a[rho^") od '- q^4,\ Vv/ l-il";l#--r."y*.-a vo.\\ € n-&")r - n ;:l ?_iil o-r conrclyrrals'd cosdr.$*rcs * y^:*:X\{Jp=!,*o^s* I u. Assist with interpretation of the contract Documents, explain and or reconcileany ambiguitiesand or discrepancies I in the contract Documents, and apply various provisionsof the contractdocuments; and provideNHA all relevant documentationneeded for settling disputes (if any) with the contractors, and make recommendationsto NFIA for resolving the I contractors' escalationclaims, contract time extensions,variation oiders, subletting,additional cost, rate and price fixing etc. I v. Advise NHA on need for effective liaison with local authorities,police, landowners,utility owners,the public and other organizationsaffected by the works in orderto minimize or avoid unnecessarydelays or disputes. I w. Jointly inspectwith NHA the completedcivil works, and assistin formal taking over and review and approve or prepare "as built" drawings and I plans (as the case may be), and provide report(s) testifying to the satisfactorycompletion of the contracts. I X. Inspectthe completedworks periodicallyduring the defect liability period within the term covering the consultant's Agreement, prepare lists of deficiencies(if any), and carry out supervisionof the remediil works, and I issue the Defects Liability certificatesafter the rectification of notified defectsby the Contractors.

AssistNHA in settlingany I v. Audit Para'sand objections raised,and prepare replies related to the project, and provide the entire rilevant documents/papers/lettersetc. to support the replies-until 1 year after completionof works. I

Establisha comprehensivesystem of maintainingsite recordsincluding site correspondence,inspection records, test data, site diaries, records of I meetings,financial records, progress records etc.

Provideany other specialistservices requested by NHA underconditions to I be mutually agreedand ensurethat the constructionmethods as proposed by the contractorfor carrying out the works are satisfactory,inspection of contractor's constructionequipment; and safety of the works, property, I personnel,and general public; the scheduleof mitigation measuresfor adverseenvironmental impacts; I bb. The consultant will be requiredto coordinatebetween main Lowari Tunnel contactor and contractorsof the road construction(of this contract). The consultant will ensurethat, all the activities are coordinatedin such a I manner that no conflict what so ever arises during the construction activitiesof all partiesas well as the maintenanceand operationalizationof the supplychain remainsunhindered for all the Contractors. I Shall carryout all necessaryworks which may not be coveredunder the statedroR's but areto be carriedout at no additionalor extracost to NHA. The consultant may proposed I built the rates to include such costs. The works can be incidental, complementaryor consequentialto contracted works. I

{tl I I I I D. STAFFING I 8. The estimate implementation periods of the Works Contract is 24 months taking into consideration the snow bound two (2) winter seasonsexcluding the defects liability period, which will be 12 months. There will be two separate"site supervision teams", I for South and North Access Road. The staff for South and North Access Road is expectedto mobilize on the date of actual commencementof works by the contractors. I 9. REQUIRED PROFESSIONAL & SUPPORT STAFF I Following are the professional& Supporting Staff envisagedat project during supervision: a. SOUTH ACCESS ROAD (PACKAGE-ID:

I Sr. No. of Man-Months Position No. Persons Const. DLP Total I KEY PROFESSIONALSTAFF 1 Resident Engineer (RE) 1 24 6 30 2 ARE (Highway) I 2{ 2 26

I a J ARE (Structure) I 24 2 26 I 4 Material Engineer I 24 0 24 5 Hydraulic Engineer (Supervision) I 03 0 03 I 6 Quantity Surveyor (QS) I 24 6 30 7 AssistantQuantity Surveyor (AQS) 1 24 6 30 I 8 Surveyor 2 24 0 48 DES GN SUPPORTSTAFF I 9 Structural Design Engineer* I 02 0 02 10 Highway DesignEngineer* I 02 0 02 1l Hydraulic Engineer* I 02 0 02 I SUPPORTSTAFF / NON.KEY PROFESSIONALSTAFF T2 Site Inspectors + 24 0 96 I l3 Laboratory Technicians 2 24 0 48 t4 LaboratoryHelpers 2 24 0 48 I 15 Survey Helpers 4 24 0 96 T6 ComputerOperator I 24 6 30 I t7 Auto Cad Operator I 24 0 24 Sub-Total 26 321 28 505

I (*) YYiilbe mobilized as and when required. They will be responsiblefor design validation, assisting the supewisory staff in design related issues and validation of As-BuiIt drmuings at completion of I project. Note: Any design support (d tant Head Office will be required to inbuilt in the rates I of supervisionstaff, 55 I I I b. NORTH ACCESSROAD (PACKAGE.ID:

Sr. No. of Man-Months I Position No. Persons Const. DLP Total KEY PROFESSIONALSTAFF I I Resident Engineer (RE) I 24 6 30

2 ARE (Highway) I 24 2 26 I 3 ARE (Structure) I 24 2 26 I 4 Material Ensineer I 24 0 24 5 Hydraulic Engineer (Supervision) I 03 0 03 I 6 Quantity Surveyor (QS) I 24 6 30 /h Assistant Surveyor (AQS) I 24 6 30 I Quantity \g Surveyor 2 24 0 48 I DESIGN SUPPORTSTAFF

1 9 Structrnal Design Engineer* I 02 0 02 I l0 Highway Design Engineer* I 02 0 02 l1 Hydraulic Engineer* I 02 0 02 I SUPPORTSTAFF / NON-KEY PROFESSIONALSTAFF \ I t2 Site Inspectors 4 24 0 96 t3 Laboratory Technicians 2 24 0 48 I t4 Laboratory Helpers 2 24 0 48 t5 Survey Helpers 4 24 0 96 I T6 ComputerOperator I 24 6 30 I T7 Auto Cad Operator 1 24 0 24 Sub-Total 26 321 28 50f, I (*) Wiil be mobilized as and when required. They will be responsiblefor design validation, assisting the supervisory staff in design related issues and validation of As-Built dra,vings at completion of project. I

Note: Any design support (if any) from the Consultant Head Office will be required to inbuilt in tlte rates of supervision staff. I I Man-Months Total (a+b): I I I C. OUT OF POCKET EXPENSES I i. SOUTII ACCESSROAD (PACKAGE-II): Unit Total Sr. Price Nomenclature Unit Amount I No. Quantity (Pak. Remarks (Pak Rs.) Rs.) Reimbursernentof I actual expenditures I Months 30 Communication Expenses up to a maximum I lirnit 2. Printing of Reports and Months 30 -do- Drawings I Reimbursementof actual expenditures Travel expenses of Key upto a maximum (Technical) Personnel I 3. P.S 1,000,000/- limit subject to between Head Office and approval ofProject Site (as per actual) Director for I travel(s). Cost of preparing As per A L.S I Construction Drawinss TOR 5. Othersnot coveredabove to complywith TOR I requirements* I Sub-Total for Direct Cost * Any additional item/ cost quoted against this line item must have provided solid/ tenable justification(s) detailed in Form TECH-4 "Comments on TOR" without indicating financial value therein. The Client's negotiation committee will deliberateon the requirement of additional iten/ cost in casesuch Firm standstop I ranked. It is also to be noted by the Consultants that the Client is not bound to agree to the reasonsgiven in I Form TECH-4. I I I

I I

ii. NORTH ACCESSROAD (PACKAGE-ID: I

Unit TotaI I Sr. Price Nomenclature Unit Amount No. Quantity (Pak Remarks Rs.) Rs.) @ak. Reimbursement of I actual expenditures I Communication Months 30 Expenses up to a maximum limit I

2. Printing of Reports and Months 30 -do- Drawinss I Reimbursement of actual expenditures Travel expenses of Key upto a maximum I (Technical) Personnel J. P.S limit subjectto between Head 1,000,000/- Office and approvalofProject Site (as per actual) Director for I travel(s).

Cost of preparing As per 4. L.S I ConstructionDrawinss TOR

5. Others not covered above to comply with TOR I requirements* Sub-Total for Direct Cost I * Any additional itern/ cost quoted against this line item must have provided solid/ tenable justification(s) detailed in Form TECH-4 "Comments on TOR" without indicating financial value therein. The Client's negotiation committee will deliberateon the requirement of additional itern/ cost in casesuch Firm standstop I ranked. It is also to be noted by the Consultantsthat the Client is not bound to agreeto the reasonsgiven in Form TECH-4. I I I I I i= I \ -..--...- '.';; =11'';;': I 5y I I I'.) I 'l DETAIL OF KEY EXPERTS The minimum qualification and experiencerequirements of ProfessionalKey Staff on North & South Access Roads (Package-Il) are given below: l (D ResidentEneineerg ( 02 Nos.) Total I Experience: 15Years Qualification: Bachelor's degreein Civil Engineering.Proven seven(07) yearsexperience as 'Resident Engineer" on Flighway"&,Bridge Projec6,prbferably on at least one ! (1) NHA Proiect in hillv areas. Responsibility: He will be responsiblefor constructionsupervision & ContractAdministration I and ensuringthat the works are executedin accordancewith the required specificationsand approved drawings. I { (ii) Assistant Resident Ensineers fl{ishwavs) ( 02 Nos.)

I Total Experience: 10Years Qualification: Bachelor'sdegree in Civil Engineering.Proven seven (07) yearsexperience as I 'Site Engineer" on highways, preferably on one or more NHA Projects. Relevant experience highway projects in mountainouslhilly areas will be I preferred.

Responsibility: He will be responsible for construction supervision and ensuring that the I subprojects are implemented in accordancewith the required specifications I and approveddrawings. I (iii) AssistantResident Eneineers (structures) ( 02 Nos.) Total Experience: l0 Years I Qualification: Bachelor's degreein Civil Engineering.Proven seven(07) yearsexperience as 'Site Engineer" on Bridges, Culverts, Retaining Wall, Slope Projection Measuresetc, preferably on one or more NHA Projects. Relevant experience I highway projects in mountainous/hilly areaswill be preferred.

I Responsibility: He will be responsible for construction supervision and ensuring that the subprojects are implemented in accordancewith the required specifications I and approved drawings.

I 5? I I I (iv) Hiehway Desien Ensineer [02 No.) Total Experience: 12Years I Qualification: M.Sc. in Civil Engineering.Proven ten (10) yearsexperience as "Highway Design Enqineer" on trryo or more road projects. Proven credentials in I concrete pavement structure and geometric design of highways in hillv/mountainous areas. Responsibility:He will be responsible for design I'and design reviex of the highway I pavement design and specifications on cost effective, multi-hazard resistantdesisn. I (v) Structural DesisnEnsineer ( 02 No.) Total Exoerience: 12Years I Qualification: MlS-c. in Civil Engineering. Proven ten (,10) years of experience as "Structural Design Engineel" on two or more road/bridgeprojects. Proven I credentialsin designof heavy structuresi.e. Avalanche Galleries,Bridges, Culverts, Retaining Walls, Slope Stability and etc. I Responsibility:He will be responsiblefor design and design review of structural elements of road componentsand bridges, including detaited structural drawings and specificationson cost effective, multi-hazard resistantdesign. I (vi) Hydraulic Eneineer ( 02 No.) Total I Experience: 10Years Qualification: B.Sc. (Civil Engineering)- preferablyM.Sc. (Hydrology) with proventen I (10) years of experienceof conducting hydrologicalldrainage studies and design of,.h-ydraulic& drainage structures, preferably for two or more Qighway pro,iects in mountainous/hilly areas. I Responsibility:He will be responsible to review & ensure the scouring depth in nallhas/rivers along with the cost effective solution has been adopted throughout the alignment of the projects, based on the required capacity I of soil, depth of water table and drainage pattem of the surrounding mountainousarea and also ensurethat the designof road side drainageand cross drainage structure has I been carried out as per the site requirement and flow patterns/calculationsof runoff. (vii)Mgteriat Ensineer I Total i Experiehce: l2 Years I Qualifioation: Bachelor'sdegree in Civil Engineeringor M.Sc. in Geology.Proven five (05) years experienceas "Materials Engineer" exclusively on concrete works preferably on at least one (1) highway preferably NHA projects. I Must-have proven knowledge on the NHA Specifications for Concrete Works. iRespbnsibilitv:He will be responsible to stipulate material testing procedures and I t':'-'tL l specifications,make suitable tl ':; r " \., recommendationsregarding the borrow and t\)t i .._. \;. :t' i '^':a:l quaffy areasfor materials of construction, prepare JMF and preparation \ rt'/ r lii I "')j,'. 6o '\( )': # I li \ ll and testing of concretemixes of different designmix gradesusing suitable materials (binders, aggregates, sand filler etc.) as identified during it Material lnvestigation to conform to specifications.He/she will assistthe RE and will also be responsible for quality of materials used in construction by performing field and laboratory tests and certifying their ll acceptancebased on recommended specifications for the materials and will identiff sourcesof materials and quarry sites.

ll {y!!D Site Eneineers(08 Nos.) Total ll Experience: 5 Years Qualification: Bachelor's degree in Civil Engineering. Proven three (03) years experienceon heavy concrete works for structure preferably on at least ll one (1) NHA Project. Experience on mountainous roads/bridgeswill be preferred. ll Responsibility:He/shewill be responsiblefor assistingResident Engineer in construction supervision of Road / Structural components of the subprojects and ensuring that the subprojects are implemented in accordancewith the tl, required specifications.

li (ix) Ouanlifir,Sulaeyer ( 02 Nos.) Total li Experience: 12Years Qualification: Bachelor's degreein Civil Engineeringor DAE (Civil) with eight (08) years of proven experienceas "Ouantity Surveyor" preferably on at least ll one (1) maior highway/road prolects and structures. Responsibility:He/she will be responsiblefor measurementof all types of quantities and preparationofmeasurement sheets in accordancewith approveddrawings lit for the purpose of preparing interim and final payment certificates. lil (x) AssistantOuantity Survevor( 02 Nos.) lfi Total Experience: 6 Years

Qualification: DAE (Civil) with eisht (04) years of proven experience as "Q_uantit)t Surveyor" preferably on at least one (1) highway/road projects and structures.

Responsibility: He will assist Quantity Surveyor regarding quantities measurement/compilationmatters. tji I

(xi) Survevor ( 02 Nos.) I

Total Experience: 10Years I

Qualification: DAE in civil Engineering with seven (07) years of proven experience as "Surveyor" on highways preferably NHA projects in hilly/mountainous areas. t

Responsibility: He will carry out joint surveys with contractor's staff before commencement, I assistthe ResidentEngineer in checking the correctnessof layout drawn at site by the contractor's staff during executing for the road construction and maintain all documentation on survey works, record of con6l points and t bench marks and ensure that works commencesaccording to the working drawings approvedby the Resident Engineer t

E. REPORTING & DOCUMENTS REQUIREMENTS I 10. Reporting Requirements: I The Consultant will prepare and submit to NHA five copies of each of the under mentioned reports.The format of thesereports shall be mutually agreedwith the NHA. I a. Inception Report: The Consultant will submit an Inception Report at with in one Month after mobilization. This will contain full detail of the consultant's supervision,& contract administration methodology and staff plan. t

b. Monthly Contract Administration Reports: The Consultantwill, no later than the 1Othof eachmonth, prepare anarratle progressreport summarizing: I

(i) Constructionprogress during the month and cumulative to date for each individual contract drawing specific attention to any major causes of t delay (administrative, technical or financial) with details of remedial action taken or recommendedto the Employer. I (ii) A comparisonof actual and forecast expenditureboth during the month and cumulative to date for each individual contract, and a record of the statusof payment of the Contractors'monthly invoices, of all claims for I cost or time extensions, and of actions required of NHA to permit unconstrainedworks implementation. The Consultant will also advise on the final estimated cost for each individual contract and draw I attentionto any major changesin the project budget including details of remedial action taken or recommendedto the Employer. I (iii) Brief on all correspondenceexchanged with the contractorsparticularly relating to contractual clauses,with financial and time implications. I (iv) Technical appreciation of any design or quality control problems for each individual contract including details of remedial action taken or recommendedto the Employer. I

Statusof compliance with the Environmental & resettlementPlans. 6z I I I ! c . Technical Reports: The Consultant will produce as necessarytechnical/ due l diligence reports and position papers dealing with project matters during implementation. tl F. MISCELLANEOUS ll 11. Facilities: The ConstructionContractor shall provide, operate and maintain the following facilities ll for the exclusive use of the Consultants: a. Laboratory and Testing Equipment b. Site Office and Residential Accommodation (adequatelyfurnished) ll c. Site Transport d. Survey Equipment

lN t2. The Consultants are encouraged to familiarize with Construction Work before submitting their proposals.

tl G. TIME FOR COMPLETION

The total time period of the Project (construction supervision) shall be twenty four (24) ll months * twelve (12) monthsof Defect Liability Period. l{ *** ** ** ** ** * d. ll li li ll j l li l I 63 j t I I I I t T t l I Bid Evaluation I t Report I I I I t I t I I I t Technical Evaluation I l. INTRODUCTION

I 1.1 Lowari T\rnnel ProJect: National Highway Authority (NHA) is executing works of Lowari Tlrnnel situated between Chitral and Dir. The project is aimed at providing alternative short, safe and easy all I weather access to chitral, as the existing route which is presently the only link crossing the mountainous terrain has hairpin bends with I steep gradients and thus is dangerous for plyrng of heavy goods vehicles. with the construction of T\rnnel with its Access Roads and allied structures, the area of chitral shall have an all-weather link li with the rest of the country and avoid passage over Lowari Top which remains snow bound for about five months in the vear.

T The proposed Lowari r\rnnel is part of federalized Road i.e. N-4s. It originates from Nowshera, passes through Mardan, Malakand, T chakdara and culminates at chitral, while passing at a height of 3,150 meter (10500 ft.).. Total length of the road from t Nowshera to Chitral is 313 Km. 1.2 Locatlon of Lowari Road runnel: The project of Lowari and. its Access Roads is located between the Townships of Dir and Drosh T connecting Districts of Dir and chitral of the t Province. The main Lowari Road r\rnnel (MRT) is 8.s1 kilometers supplemented by another two km North Access Road r\rnnel (NART) on the north of I MRT. The south portal is located at Nirgha Kawar at a d.istance of about 19 kilometers North of Dir. The North Portal is located at about T 2O kilometers South of Drosh. 1.3 Location of Project: south and North Access Road (package-rrf of I Lowarl Tunnel:

I Qualandi: 7.389 Km (Km 1+103.884 to Km 8+942.96) I to Km 10+850.74) I I I I I Technical Evaluationl ZOrc I L.4 The Geographical project Map of the is given below:- I I I I t I I I 1.5 National Highway Authority is the government agency, responsible for the implementation of the project and intends to procure/hire the I services of Engineering consultancy firm(s) for Review, Ad.justment/ Re-Design of Road & structures Design, construction and supervision of two (2) contract Packages of south and North Access I Road (Package-Il) of about 7.3 Km length each (Totar Length: 15 Km approx.) with its allied structures (Bridges, Box culverts, RCc & Masonry Retaining wall, Avalanche Galleries, slope & Rock Fall I Protection works), Drainage & Erosion works and Ancillary works along with the length of the Access Roads of Lowari r\rnnel project as per following details:- I

(a) Improvement, widening of south Access Road from Link I Access Road of south Portal to eualandi (Km 1+10s.g94 to Km 8+942.96). Tota-lLength 7.389 Km I (b) Improvement, widening of North Access Road from Baradam to Ashrat (Km 3+520 to Km 10+850.24). Total Length: 7.330 Km

L.6 This report covers the proceedings in the following paragraphs of I procurement process for selection of consultants for above mentioned Services. I

Page-2 I I I I t Technical Evaluation I ZOLO I 2. PC.I STATUS

I The 2"d revised PC-l of the project titled "Lowari Road T\.rnnel and Access Roads Project" was approved by ECNEC in its meeting held on x 22nd Auggst, 20L6 at tlle total cost of Rs.26,855.00 million including FEC of Rs.5;870.00 million (Annexufe-A). l 3. PROCUREMENTPROCEDURE

The Quality and Cost Based Selection (QCBS) method provided under li Procurement of Consultancy Services Regulations, 2010 section (3) B(i) of PPRA with 80% technical to 2Oo/ofinancial (30:20) weightage was adopted for procurement. The Single Stage TWo Envelope (SSTE) T procedure as per Public Procurement Rule 36(b) was adopted. l 4. TIME PERIOD The project is scheduled for completion in thirty six (36) months t [construction supervision: 24 months + Defect Liabilitv Period: L2 months].

I c. ADVERTISEMENT RFP Notice was advertised in two daily newspapers namely: The News T (English Newspaper) and Roznama Dunya (Urdu Newspaper) on lgttr August, 2OL6, and also uploaded on NHA and PPRA websites on 16th t August, 20 t6 Annexure-B. PRE.PROPOSAL MEETING

I The Pre-Proposal meeting was held on 22nd August, 2OL6 at 1100 hrs in NHA Auditorium, HQs Islamabad. The proceeding of Pre-Proposal meeting i.e. Minutes of Pre-Proposal Meeting and attendance of I participants are annexed at Annexure-C. I 7, SUBMISSION/ OPENING OF PROPOSALS 7.I Following eight (08) consultancy firms submitted their technical and I financial proposals on 8th September,20T6: 1. M/s Consulting Associates ; T 2. M/s AA Associates; I I I t Technical Evaluatior, I ZO1O t 3. M/s Associated Consulting Engineers - ACE (Rrt.) Ltd. in JV with M/s Techno - Consult International (Pvt.) Ltd.; l 4. M/s AGES in JV M/s RHC (Pvt.)Ltd.; 5. M/s NESPAK (Rrt.) Ltd.; t 6. M/s Republic Engineering Corporation - REC (hrt.) Ltd. in JV with M/s PEAS Consulting (Pvt.)Ltd.; I 7. M/s Engineering & Management Seniices; 8. M/s Prime Engineering & Testing Consultants (Pvt.) Ltd. in JV with M/s Hassan & Behram Consulting Engineers International I and M/s Waterwise.

7.2 The Opening and Evaluation Committee constituted in respect of NHA I Code-2005 and further revised vide Circular No 6( )/GM(P&CA)/ NHA/15/L16, dated 23'd January,2Ol5 was invited vide office letter No.6(aO6)/GM(P&CA)/NHA/16/ 1,370 dated 5th September, 2eL6 for I opening of proposals. The Technical proposals were opened on 8th September, 2016 i.e. on same day in the presence of representatives of consultants. The proceedings of the opening/ attendance of I participants are placed at Annexure-D.

8. EVALUATION I 8.1 Evaluation Criteria I The evaluation of technicai proposals is based on the following criteria: S.No. Description/Items Points I i. Experience of the Firm 150 a) General Experience (25) b) SpectflcExperience of the Firm (125) I ii. Approach & Methodologr 100 Oualification and Competence (in lll' Areas of Expertise) I o? trr" Kev personnel 620 iv. Present commitments of the Firm o30 v. Past performance of the Firm 100 t Total Points: 1OOO T Minimum qualifying technical score: 70%

The percentage distribution of weightage earmarked for evaluation I sub-criteria for suitability of Key Personnel are: I

Consultancg Seruices for Reuieut, Adjustrnent of Root and Structures Design, Construction Superuision and Contract Administration of South and North Access Road (Package-Il)(Package-ll) of 7.3 Km LenqthLength Each (Total(Totat ]i15 Km) of Lotuai IfunnelTunnel I q I t I I Technical Evaluatio.t I ZOf O S.No. Descriptlon/Items Percentage I Deslgn Reuieut Team i. Academic and General Qualification 30% T ii. Professional experience related to the project 6A% iii. Status with the firm (Permanent & duration with LO% Firm) T Total: LOO% Constn tction Supenislon Te am I 1. Academic and General Qualification 30% ii. Professional experience related to the project 6s% iii. Status with firm (Permanent & with T the duration 5% Firm) I Total: LOQo/o 8.2 The score earmarked after completing the technical evaluation of each of the received proposal by the NHA's Opening and Evaluation t Committee are tabulated below:

I Score 1. M/ s Associated Consulting Engineers - ACE (R/t.) Ltd. in JV with M/s I 799 1"t Techno - Consult International (Pvt.) Ltd. t 2. M/s NESPAK(Rrt.) Ltd. 751 2od 3. M/ s Republic Engineering Corporation - REC (Rrt.) Ltd. in JV 7o4 3td I with M/s PEAS Consultins (R/t.) Ltd. 4. M/s Engineering & Management 707 4tr' Services I 5. M/s Prime Engineering & Testing Consultants (Rrt.) Ltd. in JV with M/s Hassan & Behram Consulting 686 5th t Engineers International and M/s Waterwise 6. M/s AGES in JV M/s RHC (Pvt.)Ltd. 645 6th I T. M/s Consultine Associates Peshawar 549 7tt't 8. M/s AA Associates 523 Bft I 8.3 The Summary Evaluation Sheets (SES) and Personnel Evaluation Sheets (PES) as per evaluation done by the Opening and Evaluation Committee of NHA, on the basis of which the entries are made in I table under Para 8.2 arc attached at Annexure-E.

Consultancg SeruiceElpr Reuieut, Adjustment of Road and Structures Desigry Construction Superuision and Contract I Administration o/ Sou\and North Apcess Road (Package-Il) of 7.3 Km Length Each (Total 15 Km) of Lowari TUnneI \/' 'l \ 4;- I 5Z Nr,rvtry t\-f-"a$V \ T tslvr'" t Technical Evaluation I 9. RECOMMENDATIONS T 9.1 only four (04) consultancy firms/JVs from the competing consultants as mentioned para in table under g.2 above have obtained more than minimum passing score of 7o% in the technical evaluation as per I criteria specified in the RFp: I 1. M/s Associatedconsulting Engineers- ACE (R t.) Ltd. in JV with M/s Techno - Consult International (Rrt.) Ltd.; ii. M/s NESPAK(Rrr.) Ltd.; I iii. M/s Republic Engineering corporation - REC (pvt.) Ltd. in JV with M/s PEAS Consulting (Rrt.) Ltd.; I M/s Engineering & ManagementServices. 9.2 Foregoing in view, the technical evaruation may be approved. and I permission may be accorded to open the financial proposals of the four qualifying consurtan cy firm/ JVs mentioned in para 9.1/N. I The oo."":ig ala para t lvatuation Committee submits 9/N for I .l Deputy Director /tr Director (P&CA):IU irector (Planning) (P&CA)-rr I

H\\\1-GenerhL$anager I General Manager (Engg.C6ord.-II (P&cA) GoP/Constru T Combined Evaluation I ZOf

Financial/ Combined Evaluation Report

Corsultancg Seruicesfor Reuieut,Adjustment of Road and Structures Desigry Construction Supervisionand Contract Admini"strationof South and North AccessRoad (Package-ll)of 7.3 Km Length Each (Total i5 Km) of Loutari I\tnnel Project page-Z t Combined Evaluatio nl ZOLZ I I 13. OPENING OF FINANCIAL PROPOSALS

Financial Proposals of following four (04) technically quatified firms/JV were opened on 23'd December, 2016 in the presence of I NHA's Proposals opening/ Evaluation committee Members and I authorized representatives of the consultants. Attendance Sheets of I Committee Members and consultants'representatives along with the summarJr sheet of financial opening are attached at Annexure-F. The Financial Proposals of the consultants announced during the finaneial I opening are as under:- I s. l{ames of the Lead Flrms Descrlption No. M/s ACE M/s NESPAK M/s REC M/s EMS I Salary Cost/ I 129,750,157 175,2lg,600 Remuneration IO4,l2I,716 139,490,000 1(a). Sales Tax on 20,760,O25 28,035,136 16,659,475 22,159,4O0 Servlces @ 160/" T n Direct Cost (Non-Salary) 3,44g,ooo 13,000,000 4,200,000 5,900,000 e Contingencies T Grand Total 153,958,182 216,254,796 l24,ggL,lgL 166,549,4OO I 14. ARITHMETIC ERRORS & INCONSISTENCIES

L4.L The arithmetic errors and other addition/ omission (if any) found in I the above listed financial proposals are corrected and the worksheets for application of corrections with justification are attached. at I Annexure-G.

L4.2 The comparative statement for all four financial proposals is attached I at Annexure-H.

15. FINANCIAL SCORE CALCULATION t

The lowest financial proposal (F-) among the four (04) is given a financial score (Sr) of 1000 points. The financial score of the remaining t proposals is computed as follows:

S, =(10OOxF*)/F I Where, F* = Lowest Financial Proposal F = amount of specific fi.nancial proposal I T I I I T T CombinedEvaluatio nl ZO17 L6. COMBINEDEVALUATION I 16.1 Using above formula the financial scores are calcuiated which are given in tabular form as under:

T Names of the Lead Firms Description M/s REC M/s ACE M/s EMS M/s NESPAK

T Quoted Amount I24,98r,191 153,958,192 166;548,4O0 216,254,736 I Evaluated Amount L24,981,L9L 153,958,046 166,549,4OO 216,254,736 I'inanclal Score 1000 at2 750 578

T L6.2 The result of the combined evaluation is therefore shown as under:

Combined Technical Evaluatlon Flnanclal Evaluation Evaluation T Names of Lead Technical fechnical Financlal Flnancial Scores Firms Scores Scores Wt. Factor Points Wt.Factor s(t) stf) Polnts S{t) x T+ Rank T (T) S(tf x T (Fl s(QxF s(f) x F M/s ACE 799 0.80 639 8r2 0.20 162 801 l"t M/s REC I 708 0.80 s66 1000 0.20 2o0 766 2od M/s NESPAK 751 0.80 601 578 0.20 116 7L7 3rd M/s I EMS 707 0.80 566 750 0.20 150 7L6 4th' I T7, RESULT OF COMBINED EVALUATION As a result of combined Evaluation, M/s Associated consulting Engineers ACE (Pvt.) Ltd. in JV with M/s Techno - Consult I International (Pvt.) Ltd. is the highest ranked consultants with I evaluated consultancy cost Pak. Rs. 153,958,046 I -. 'l 18. RECOMMENDATION BY THE EVALUATION COMMITTEE Fursuant to Letter of Invitation sub-clause 6.1 under the head "Negotiation" of Request for Proposal the Evaluation Committee recommends that M/s Associated Consulting Engineers - ACE (Pvt.) I Ltd. in JV with M/s Techno - Consult International (Pvt.) Ltd. the highest ranked Consultants may be invited to negotiate the Contract for Consultancy Services for "Review, Adjustment of Road and t Structures Design, Construction Supervision and Contract Administration of south and North Access Road (Package-Ii) of 7.3 Km I Length Each (Total 15 Km) of Lowari T\rnnel Project". I ll' 7Y%t] l(

------Combined. Evaluatio ;l I ZOlj

19. SUBMISSTON

The Evaluation Committee submits Para 18/N for perusal of Member pproval of Chairman NHA, please. N"sgc""at"'a' Director (P&CA)-III Director (Planning)

G"""r"l M"""g"t (P&cA) (Engg. Coord'.-II

@rlr(Planning) Convener

Memher lEneg. Cgord.l ffifa_&-v-t_ b. Chairmllr |NHA E7l, tf t7 ? -b/u C/ ,k yYq \ %_,lt

Co!Ls.ullancg Seruices for Reuieut, Adjustment of Road and Structures Design, Constntction Superuision and Contract Administration of South and North Access Road (Package-ll) of 7.3 Km Length Each (Total li x^1 of Lotuai Tltnnel Project page-10 I I t I I-a8ec{ paford lauuql uDmoTlo (ux sr 7o1o1)qcog q76ua7uty g 2 to (n-abortcn4)poog ssaccy qttou pup tl1nogf,o uollz4s\u\utpv tubFaQ 'mafiag lcDrtuo) puD uols?nJadnsuolpru|s'uo) sarrycruls pup ppoY {o lua1]ulsfl[pv ]o! sacyras nrubXlnsuoO

uollBlloteN lcBrluoc

uorrerro8eNlc€rluoC LTOZI I Contract Negotiation I ZOn 22. NEGOTIATIONMEETING I

subsequent upon approval of chairman NHA vide para 21/N to I proceed towards Contract Negotiation with the highest ranked consultants; M/s Associated consulting Engineers - AcE (pvt.) Ltd. in JV with M/s Techno - Consult International (hrt.) Ltd. was invited vide I letter No.6(a06)/GM(P&CA)/NHA/ 17/ t21 dated, 27th January, 2o]-7 to attend the contract negotiation scheduled on 1st Febru4ry, 201.7. t However, on the request of consultants vide letter No. ACE/TD/ PP6o6/2599 dated 30th January, 2or7, the contract negotiation meeting was re-scheduled to held on 6th February, 2oL7. The I Consultants were informed of the revised schedule through NHA letter No.6(aO6)/GM(P&CA)/NHA/17 /I37 dated 31stJanuary,2OLT. l 23. PROCETDINGS OF CONTRACT NEGOTIATION I NHA's Proposals Opening and Evaluation Committee which consists of General Manager (Planning), Generai Manager (p&cA), General T Manager (Engineering coordination-Il Gop), Generar Manager (Design), General Manager (Finance) and Director (planning), including Co-opted members: Director (P&CA)-III and Deputy Director I (P&CA)-II conducted the contract negotiation with the highest ranked Consultants on 6th February, 2QI7 in NHA Auditorium. The contract negotiations with the highest ranked Consultants were successful. I The proceedings of contract negotiation meeting have been covered in the Minutes of Contract Negotiation. The Minutes of contract I negotiation meeting and attendance sheets of the participants (Negotiation Committee Members and authorized representatives of the Consultants) are placed at Annexure-I for reference and record. I 24, RECOMMENDATIONS I Foregoing in view, the Opening & Evaluation Committee recommends the award of Consultancy Services for Review, Adjustment of Road. t and Structures Design, Construction Superrrision and Contract Administration of South and North Access Road (Package-Il) of 7.3 Km Length Each (Total t5 Km) of Lowari rrrnner project to M/s I Associated consulting Engineers - AcE (kt.) Ltd. in JV with M/s - Techno consult International {Prfr.| Ltd. the highest ranked t Consultants in the Combined (Technical + Financial) evaluation, at the evaluated consultancy cost, of Pak. Rs.1sgr9s8r046l- (pakistani Rupees One Hundred Fifty Three Million, Nine Hundred Fifty Eight I I I I Ir ll Contract Negotiation | 2OL7 Thousand and Forty Six Only). ll 25. SUBMTSSTON

25.L According to NHA Code [Chapter - 4, Table IV-2, Sr. A(i)] page 83, l NHA Executlve Board has Full Powers to approve the award of Consultancy Services to local consultants. ll 25.2 The NHA's Opening and Evaluation Committee submits Para 24/N for kind perusal of Member (Engg. Coord,) and endorsement of Chairman ll NHA for presentation of the case before NHA Executive Board for l Mr= li 13 eputy Director Director (P&CA-III) Director (Planning) 1 @r General Manager GenerdlManager T (P&cA) (Engg. Coord.-II GoP) I Manager (Planning) T Convener t I

I Chai I I I

Consultancy Seruices for Reuiew, Adjustment of Road and Structures Design, Construction Superuisiort and Contract Administrqtion of South and North Access Road (Package-Il) of 7.3 Km Length Each (Total 1i Km) of Lowai T\mnel I Project page_ 13 I I I t I I T I I t I t'^ IE :5 t rg;;fr.$;$ I I I I I I T T T t t