<<

Metropolitan Corporation

BIDDING DOCUMENT (Volume – I)

BIDDING DOCUMENTS

for

“CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD,

(Single Stage Two Envelope Bidding Procedure)

(RFP Contain Page 1 -115)

August-2017

Directorate of Sanitation Street No 49, G-6/1-1, Islamabad Phone: 051-9211555

Metropolitan Corporation Islamabad (Directorate of Sanitation) *******

Subject:- “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN

RFP (Document) has been finalized, and signed

1. Deputy Director (Sanitation) (Member cum Secretary) ______

2. Deputy Director QS Member ______

3. Director Contracts Member ______

4. Director MPO Member ______

5. Director Account Member ______

6. Director Sanitation Member ______

7. D.G (Civic Management) Member ______

8. Chief Officer (MCI) Chairman of the Committee ______

RFP (request for proposal) of the subject services is submitted for approval please.

MAYOR, (MCI)

(SHEIKH ANSAR AZIZ) Mayor Metropolitan Corporation Islamabad

2 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

TABLE OF CONTENTS Description

S.No Description Page No . 1. Section-I , Preamble to the bid 36 2. Section II, Existing Solid Waste Management in 40 Islamabad 3. Section III, Proposed Plan for SWC (Islamabad) 43 4. Section IV, Terms of Reference/scope of work & 51 Technical Specification.

3 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

INSTRUCTIONS TO BIDDERS

A. General 04

IB.1 Scope of Bid 04 IB.2 Source of Funds 04 IB.3 Eligible Bidders 04 IB.4 One Bid Per Bidder 04 IB.5 Cost of Bidding 04 IB.6 Site Visit 05

B. Bidding Documents 05

IB.7 Contents of Bidding Documents 05 IB.8 Clarification of Bidding Documents 05 IB.9 Amendment of Bidding Documents 06

C. Preparation of Bids 06

IB.10. Language of Bid 06 IB.11 Documents Accompanying the Bid 06 IB.12 Bid Prices 08 IB.13 Currencies of Bid and Payment 08 IB.14 Bid Validity 09 IB.15 Bid Security 09 IB.16 Alternate Proposals by Bidder 10 IB.17 Pre-Bid Meeting 10 IB.18 Format and Signing of Bid 11

D. Submission of Bids 11

IB.19 Sealing and Marking of Bids 11 IB.20 Deadline for Submission of Bids 12 IB.21 Late Bids 12 IB.22 Modification, Substitution and Withdrawal of Bids 13

E. Bid Opening and Evaluation 13

IB.23 Bid Opening 13 IB.24 Process to be Confidential 14 IB.25 Clarification of Bids 14 IB.26 Examination of Bids and Determination of Responsiveness 14 IB.27 Correction of Errors 15 IB.28 Evaluation and Comparison of Bids 15

F. Award of Contract 16

IB.29 Award 16 IB.30 Employer’s Right to Accept any Bid and to Reject any or 16 all Bids IB.31 Notification of Award 17 IB.32 Performance Security 17 IB.33 Signing of Contract Agreement 17 IB.34 General Performance of the Bidders 18 IB.35 Integrity Pact 18 IB.36 Instructions Not Part of Contract 18

4 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BIDDING DATA 19

FORM OF BID AND APPENDICES TO BID 24

FORM OF BID 25 Letter of Technical Bid Letter of Price Bid Appendix -A to Bid : Special Stipulations 27 Appendix -B to Bid : Foreign Currency Requirements 28 Appendix -C to Bid : Price Adjustment 29 Appendix -D to Bid : Bill of Quantities 30 Appendix -E to Bid : Proposed Schedule 41 Appendix -F to Bid : Method of Performing the Services 42 Appendix-G to Bid : List of Major Equipment – Related 44 Items Appendix -H to Bid : Camp and Housing Facilities 45 Appendix -I to Bid : List of Subcontractors 46 Appendix -J to Bid : Estimated Progress Payments 47 Appendix-K to Bid : Organization Chart of the 48 Supervisory Staff and Labour Appendix -L to Bid : Integrity Pact 49 Appendix-M to Bid : Financial Competence & Access to Financial Resources Appendix-N to Bid : Past Performance, Qualification & Experience Appendix -O to Bid : Evaluation Criteria Appendix -P to Bid : Current Commitments

FORMS 50 BID SECURITY 51 PERFORMANCE SECURITY 53 CONTRACT AGREEMENT 55 CREDIT LINE FACILITY MOBILIZATION ADVANCE GUARANTEE/BOND 57

Section -V: CONDITIONS OF CONTRACT

TENDER DOCUMENTS (DRAWINGS)

5 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Instructions to Bidders

6 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

INSTRUCTIONS TO BIDDERS

(Note: These Instructions to Bidders along with Bidding Data Sheet will not be part of the Contract and will cease to have effect once the contract is signed.)

A. GENERAL

IB.1 Scope of Bid

1.1 The Employer as defined in the Bidding Data Sheet hereinafter called “the Employer” wishes to receive bids for the completion of Sanitation services as described in these Bidding Documents, and summarized in the Bidding Data Sheet hereinafter referred to as the “s.

1.2 The successful bidder will be expected to complete the services within the time specified in Appendix-A to Bid.

IB.2 Source of Funds

2.1 The Employer has applied for/received a loan/credit from the source (s) indicated in the Bidding Data Sheet in various currencies towards the cost of the project specified in the Bidding Data Sheet and it is intended that part of the proceeds of this loan/credit will be applied to eligible payments under the Contract for which these Bidding Documents are issued.

IB.3 Eligible Bidders

3.1 This Invitation for Bids is open to all bidders meeting the requirements as described in the bidding data sheet:

IB.4 One Bid per Bidder

4.1 Each bidder shall submit only one bid either by himself, or as a partner in a joint venture. A bidder who participates in more than one bid (other than alternatives pursuant to Clause IB.16) will be disqualified.

IB.5 Cost of Bidding

5.1 The bidders shall bear all costs associated with the preparation and submission of their respective bids and the Employer will in no case be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.

IB.6 Site Visit

6.1 The bidders are advised to visit and examine the Site of Sanitation Services and its surroundings and obtain for themselves on their own responsibility all information that may be necessary for preparing the bid and entering into a contract for Sanitation Services. All cost in this respect shall be at the bidder’s own expense.

7 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

6.2 The bidders and any of their personnel or agents will be granted permission by the Employer to enter upon his premises and lands for the purpose of such inspection, but only upon the express condition that the bidders, their personnel and agents, will release and indemnify the Employer, his personnel and agents from and against all liability in respect thereof and will be responsible for death or personal injury, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of such inspection.

B. BIDDING DOCUMENTS

IB.7 Contents of Bidding Documents

7.1 The Bidding Documents, in addition to invitation for bids, are those stated below and should be read in conjunction with any Addenda issued in accordance with Clause IB.9.

1. Instructions to Bidders. 2. Bidding Data Sheet. 3. Particular Conditions of Contract. 5. Form of Bid & Appendices to Bid. 8. Bill of Quantities (Appendix-D to Bid). 9. Form of Bid Security. 10. Form of Contract Agreement. 11. Forms of Performance Security and Mobilization Advance Guarantee/ Bond. 12. Drawings.

7.2 The bidders are expected to examine carefully the contents of all the above documents. Failure to comply with the requirements of bid submission will be at the Bidder’s own risk. Pursuant to Clause IB.26, bids which are not substantially responsive to the requirements of the Bidding Documents will be rejected.

IB.8 Clarification of Bidding Documents

8.1 Any prospective bidder requiring any clarification (s) in respect of the Bidding Documents may notify the Employer in writing at the Employer’s address indicated in the Invitation for Bids. The Employer will respond to any request for clarification which he receives earlier than 28 days prior to the deadline for submission of bids.

Copies of the Employer’s response will be forwarded to all purchasers of the Bidding Documents, including a description of the enquiry but without identifying its source.

IB.9 Amendment of Bidding Documents

9.1 At any time prior to the deadline for submission of bids, the Employer may, for any reason, whether at his own initiative or in response to a clarification requested by a prospective bidder, modify the Bidding Documents by issuing addendum.

9.2 Any addendum thus issued shall be part of the Bidding Documents pursuant to IB 7.1 hereof and shall be communicated in writing to all purchasers of the Bidding Documents. Prospective bidders shall acknowledge receipt of each

8 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

addendum in writing to the Employer.

9.3 To afford prospective bidders reasonable time in which to take an addendum into account in preparing their bids, the Employer may extend the deadline for submission of bids in accordance with Clause IB.20

C. PREPARATION OF BIDS

IB.10 Language of Bid

10.1 The bid and all correspondence and documents related to the bid exchanged by a bidder and the Employer shall be in the bid language stipulated in the Bidding Data Sheet and Particular Conditions of Contract. Supporting documents and printed literature furnished by the bidders may be in any other language provided the same are accompanied by an accurate translation of the relevant parts in the bid language, in which case, for purposes of evaluation of the bid, the translation in bid language shall prevail.

IB.11 Documents Comprising the Bid

11.1 The Bid shall comprise two envelopes submitted simultaneously, one called the Technical Bid and the other the Price Bid, containing the documents listed in Bidding Data Sheet under the heading of IB 11.1 A & B respectively. Both envelopes to be enclosed together in an outer single envelope called the Bid. Each bidder shall furnish all the documents as specified in Bidding Data Sheet 11.1 A & B. 11.2 Bids submitted by a JV shall include a copy of the Joint Venture Agreement entered into by all partners. Alternatively, a Letter of Intent to execute a Joint Venture Agreement in the event of a successful bid shall be signed by all partners and submitted with the bid, together with a copy of the proposed agreement. The role to be played by each partner to be specified therein. Bids submitted by a joint venture of two (2) or more firms shall comply with the following requirements:

(a) The bid and in case of a successful bid, the Form of Contract Agreement shall be signed so as to be legally binding on all partners.

(b) One of the joint venture partners shall be nominated as being in charge; and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the joint venture partners;

(c) The partner-in-charge shall always be duly authorized to deal with the Employer regarding all matters related with and/or incidental to the execution of Sanitation Services as per the terms and Conditions of JV Agreement and in this regard to incur any and all liabilities, receive instructions, give binding undertakings and receive payments on behalf of the joint venture;

(d) All partners of the joint venture shall at all times and under all circumstances be liable jointly and severally for the execution of the Contract in accordance with the Contract terms and a statement to this effect shall be included in the authorization mentioned under Sub-Para (b) above as well as in the Form of Bid and in the Form of JV Agreement (in case of a successful bid); and 9 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(e) A copy of JV agreement shall be submitted before signing of the Contract, stating the conditions under which JV will function, its period of duration, the persons authorized to represent and obligate it and which persons will be directly responsible for due performance of the Contract and can give valid receipts on behalf of the joint venture, the proportionate participation of the several firms forming the joint venture, and any other information necessary to permit a full appraisal of its functioning. The JV Agreement shall be made part of the contract. No amendments / modifications whatsoever in the joint venture agreement shall be agreed to between the joint venture partners without prior written consent of the Employer.

11.3 The Bidder shall furnish, as part of the Technical Bid, a Technical Proposal including a statement of Sanitation Services methods, equipment, personnel, schedule and any other information as stipulated Bidding Forms, in sufficient detail to demonstrate the adequacy of the Bidders’ proposal to meet the Sanitation Services requirements and the completion time referred to in Sub- Clause 1.2 hereof.

IB.12 Bid Prices

12.1 Unless stated otherwise in the Bidding Documents, the Contract shall be for the whole of the Sanitation Services as described in IB 1.1 hereof, based on the unit rates and / or prices submitted by the bidder. 12.2 The bidders shall fill in rates and prices for all items of the Sanitation Services described in the Bill of Quantities. Items against which no rate or price is entered by a bidder will not be paid for by the Employer when executed and shall be deemed covered by rates and prices for other items in the Bill of Quantities.

12.3 All duties, taxes and other levies payable by the Contractor under the Contract, or for any other cause, as on the date 28 days prior to the deadline for submission of bids shall be included in the rates and prices and the total Bid Price submitted by a bidder of PEC Bidding Documents.

Additional / reduced duties, taxes and levies due to subsequent additions or changes in legislation shall be reimbursed / deducted as per Sub-Clause 70.2 of the General Conditions of Contract Part-I.

12.4 The rates and prices quoted by the bidders are subject to adjustment during the performance of the Contract in accordance with the provisions of Clause 70 of the Conditions of Contract. The bidders shall furnish the prescribed information for the price adjustment formulae in Appendix C to Bid and shall submit with the bids such other supporting information as required under the said clause.

IB.13 Currencies of Bid and Payment

13.1 The unit rates and the prices shall be quoted by the bidder entirely in Pak rupees. A bidder expecting to incur expenditures in other currencies for inputs to the Sanitation Services supplied from outside the Employer’s country (referred to as the “Foreign Currency Requirements”) shall indicate the same

10 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

in Appendix-B to Bid. The proportion of the Bid Price (excluding Provisional Sums) needed by him for the payment of such Foreign Currency Requirements either (i) entirely in the currency of the Bidder’s home country or, (ii) at the bidder’s option, entirely in Pak rupees provided always that a bidder expecting to incur expenditures in a currency or currencies other than those stated in (i) and (ii) above for a portion of the foreign currency requirements, and wishing to be paid accordingly, shall indicate the respective portions in his bid.

13.2 The rates of exchange to be used by the bidder for currency conversion shall be the TT & OD Selling Rates published or authorized by the State Bank of Pakistan prevailing on the date 28 days prior to the deadline for submission of bids. For the purpose of payments, the exchange rates used in bid preparation shall apply for the duration of the Contract.

IB.14 Bid Validity

14.1 Bids shall remain valid for the period stipulated in the Bidding Data Sheet after the Date of Bid Opening specified in Clause IB.23.

14.2 In exceptional circumstances, prior to expiry of the original bid validity period, the Employer may request that the bidders extend the period of validity for a specified additional period which shall in no case be more than the original bid validity period. The request and the responses thereto shall be made in writing. A bidder may refuse the request without forfeiting his Bid Security. A bidder agreeing to the request will not be required or permitted to modify his bid, but will be required to extend the validity of his Bid Security for the period of the extension, and in compliance with Clause IB.15 in all respects.

IB.15 Bid Security

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

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

15.3 Any bid not accompanied by an acceptable Bid Security shall be rejected by the Employer as non-responsive.

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

15.5 The Bid Security of the successful bidder will be returned when the bidder has furnished the required valid Performance Security and signed the Contract Agreement. Content deleted, see special stipulation page No 77

15.6 The Bid Security may be forfeited:

(a) If the bidder withdraws his bid except as provided in IB 22.1;

11 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

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

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

(i) Furnish the required Performance Security; (ii) Sign the Contract Agreement, or (iii) Furnish the required JV agreement within 7 days of the receipt of letter of acceptance.

IB.16 Alternate Proposals by Bidder

16.1 Should any bidder consider that he can offer any advantages to the Employer by a modification to the designs, specifications or other conditions, he may, in addition to his bid to be submitted in strict compliance with the Bidding Documents, submit any Alternate Proposal(s) containing (a) relevant design calculations; (b) technical specifications; (c) proposed Services methodology; and (d) any other relevant details / conditions, provided always that the total sum entered on the Letter of Price Bid shall be that which represents complete compliance with the Bidding Documents. The technical details and financial implication involved are to be submitted in two separate sealed envelopes as to be followed in main bid proposals.

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

IB.17 Pre-Bid Meeting

17.1 The Employer may, on his own Option or at the request of any prospective bidder(s), hold a pre-bid meeting to clarify issues and to answer any questions on matters related to the Bidding Documents. The date, time and venue of pre-bid meeting, if convened, is as stipulated in the Bidding Data Sheet. All prospective bidders or their authorized representatives shall be invited to attend such a pre-bid meeting.

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

17.3 Minutes of the pre-bid meeting, including the text of the questions raised and the replies given, will be transmitted without delay to all purchasers of the Bidding Documents. Any modification of the Bidding Documents listed in IB 7.1 hereof, which may become necessary as a result of the pre-bid meeting shall be made by the Employer exclusively through the issue of an Addendum pursuant to Clause IB.9 and not through the minutes of the pre- bid meeting.

17.4 Absence at the pre-bid meeting will not be a cause for disqualification of a bidder.

IB.18 Format and Signing of Bid

12 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

18.1 Bidders are particularly directed that the amount entered on the Letter of Price Bid shall be for performing the Contract strictly in accordance with the Bidding Documents.

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

18.3 No alteration is to be made in the Letters of Price and Technical Bids nor in the Appendices thereto except in filling up the blanks as directed. If any such alterations be made or if these instructions be not fully complied with, the bid may be rejected .

18.4 The Bidder shall prepare one original of the Technical Bid and one original of the Price Bid comprising the Bid as described in Bidding Data Sheet against IB 11 and clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL - PRICE BID”. In addition, the Bidder shall submit two (2) copies of the Bid and clearly mark each of them “COPY.” In the event of any discrepancy between the original and the copies, the original shall prevail.

18.5 The original and all copies of the Bid shall be typed or written in indelible ink and shall be signed by a person duly authorized to sign on behalf of the Bidder. This authorization shall consist of a written confirmation as specified in the Bidding Data Sheet and shall be attached to the bid. The name and position held by each person signing the authorization must be typed or printed below the signature. All pages of the Bid, except for unamended printed literature, shall be signed or initialed by the person signing the bid.

18.6 Any amendments such as interlineations, erasures, or overwriting shall be valid only if they are signed or initialed by the person signing the bid.

18.7 Bidders shall indicate in the space provided in the Letter of Technical and Price Bids, their full and proper addresses at which notices may be legally served on them and to which all correspondence in connection with their bids and the Contract is to be sent.

18.8 Bidders should retain a copy of the Bidding Documents as their file copy.

D. SUBMISSION OF BIDS FOR SINGLE STAGE TWO ENVELOPE BIDDING PROCEDURE

IB.19 Sealing and Marking of Bids

19.1 Each bidder shall submit his bid as under:

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

(b) The envelopes containing the ORIGINAL and copies will be put in one sealed envelope and addressed / identified as given in IB 19.2 hereof.

(c) The technical bid should comprise of documents listed in IB11.1 (A) & the price bid should comprise of documents listed in IB 11.1 (B) which shall be placed in separate envelopes in accordance with IB 11.1.

13 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

19.2 The inner and outer envelopes shall:

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

(b) Bear the name and identification number of the contract as defined in the Bidding Data Sheet; and

(c) Provide a warning not to open before the time and date for bid opening, as specified in the Bidding Data Sheet.

19.3 In addition to the identification required in IB 19.2 hereof, the inner envelope shall indicate the name and address of the bidder to enable the bid to be returned unopened in case it is declared “late” pursuant to Clause IB.21

19.4 If the outer envelope is not sealed and marked as above, the Employer will assume no responsibility for the misplacement or premature opening of the Bid.

IB.20 Deadline for Submission of Bids

20.1 (a) Bids must be received by the Employer at the address specified no later than the time and date stipulated in the Bidding Data Sheet.

(b) Bids with charges payable will not be accepted, nor will arrangements be undertaken to collect the bids from any delivery point other than that specified above. Bidders shall bear all expenses incurred in the preparation and delivery of bids. No claims will be entertained for refund of such expenses. (c) Where delivery of a bid is by mail and the bidder wishes to receive an acknowledgment of receipt of such bid, he shall make a request for such acknowledgment in a separate letter attached to but not included in the sealed bid package.

(d) Upon request, acknowledgment of receipt of bids will be provided to those making delivery in person or by messenger.

20.2 The Employer may, at his discretion, extend the deadline for submission of Bids by issuing an amendment in accordance with Clause IB.9, in which case all rights and obligations of the Employer and the bidders previously subject to the original deadline will thereafter be subject to the deadline as extended.

IB.21 Late Bids

21. (a) Any bid received by the Employer after the deadline for submission of bids prescribed in Clause IB.20 will be returned unopened to such bidder. (b) Delays in the mail, delays of person in transit, or delivery of a bid to the wrong office shall not be accepted as an excuse for failure to deliver a bid at the proper place and time. It shall be the bidder’s responsibility to determine the manner in which timely delivery of his bid will be accomplished either in person, by messenger or by mail.

IB.22 Modification, Substitution and Withdrawal of Bids

14 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

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

22.2 The modification, substitution, or notice for withdrawal of any bid shall be prepared, sealed, marked and delivered in accordance with the provisions of Clause IB.19 with the outer and inner envelopes additionally marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL” as appropriate.

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

22.4 Withdrawal of a bid during the interval between the deadline for submission of bids and the expiration of the period of bid validity specified in the Form of Bid may result in forfeiture of the Bid Security in pursuance to Clause IB.15.

E BID OPENING AND EVALUATION FOR SINGLE STAGE TWO ENVELOPE BIDDING PROCEDUR IB. 23 Bid Opening

23.1 The Employer will open the Technical Bids in public at the address, date and time specified in the Bidding Data Sheet in the presence of Bidders` designated representatives and anyone who choose to attend. The Price Bids will remain unopened and will be held in custody of the Employer until the specified time of their opening.

23.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out and the envelope with the corresponding bid shall not be opened, but returned to the Bidder. No bid withdrawal shall be permitted unless the corresponding Withdrawal Notice contains a valid authorization to request the withdrawal and is read out at bid opening.

23.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened. The inner envelopes containing the Substitution Technical Bid and/or Substitution Price Bid shall be exchanged for the corresponding envelopes being substituted, which are to be returned to the Bidder unopened. Only the Substitution Technical Bid, if any, shall be opened, read out, and recorded. Substitution Price Bid will remain unopened in accordance with IB 23.1. No envelope shall be substituted unless the corresponding

Substitution Notice contains a valid authorization to request the substitution and is read out and recorded at bid opening.

23.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No Technical Bid and/or Price Bid shall be modified unless the corresponding Modification Notice contains a valid authorization to request the modification and is read out and recorded at the opening of Technical Bids. Only the Technical Bids, both Original as well as Modification, are to be opened, read out, and recorded at the opening. Price Bids, both Original and Modification, will remain unopened in accordance with IB 23.1. The Bidders’ representatives who are present shall be requested to sign the record. The

15 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

omission of a Bidder’s signature on the record shall not invalidate the contents and effect of the record. A copy of the record shall be distributed to all Bidders.

23.5 Other envelopes holding the Technical Bids shall be opened one at a time, and the following read out and recorded:

(a) the name of the Bidder; (b) whether there is a modification or substitution; (c) the presence of a Bid Security, if required; and (d) Any other details as the Employer may consider appropriate. No Bid shall be rejected at the opening of Technical Bids except for late bids, in accordance with IB 21.1. Only Technical Bids read out and recorded at bid opening, shall be considered for evaluation.

Preliminary Examination of Technical Bids

23.6 a) The Employer shall first examine qualification and experience Data as per appendix M and N submitted by the Bidder. The technical proposal examination of those bidders only shall be taken in hand who meet the minimum requirement as mentioned in appendix M and N. Only substantially responsive qualification shall be considered for further evaluation.

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

23.7 The Employer shall confirm that all the documents and information have been provided for evaluation of Technical bid as required under these bidding documents.

23.8 At the end of the evaluation of the Technical Bids, the Employer will invite only those bidders who have submitted substantially responsive Technical Bids and who have been determined as being qualified for award to attend the opening of the Price Bids.

The date, time, and location of the opening of Price Bids will be advised in writing by the Employer. Bidders shall be given reasonable notice for the opening of Price Bids.

23.9 The Employer will notify Bidders in writing who have been rejected on the grounds of their Technical Bids being substantially non-responsive to the requirements of the Bidding Document and return their Price Bids unopened before inviting others, who are determined as being qualified, to attend the opening of Price Bids.

23.10 The Employer shall conduct the opening of Price Bids of all Bidders who submitted substantially responsive Technical Bids, publically in the presence of Bidders` representatives who choose to attend at the address, date and time specified by the Employer. The Bidder’s representatives who are present shall be requested to sign a register evidencing their attendance. 23.11 All envelopes containing Price Bids shall be opened one at a time and the following read out and recorded:

16 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(a) The name of the Bidder; (b) Whether there is a modification or substitution; (c) The Bid Prices, including any discounts and alternative offers; and (d) Any other details as the Employer may consider appropriate. Only Price Bids and discounts, read out and recorded during the opening of Price Bids shall be considered for evaluation. No Bid shall be rejected at the opening of Price Bids.

23.12 If this Bidding Document allows Bidders to quote separate prices for different contracts, and the award to a single Bidder of multiple contracts, the methodology to determine the lowest evaluated price of the contract combinations is that which is most economical to the Employer.

IB.24 Process to be Confidential

24.1 Information relating to the examination, clarification, evaluation and comparison of bid and recommendations for the award of a contract shall not be disclosed to bidders or any other person not officially concerned with such process before the announcement of bid evaluation report which shall be done at least ten 10 days prior to issue of Letter of Acceptance. The announcement to all Bidders will include table(s) comprising read out prices, discounted prices, price adjustments made, final evaluated prices and recommendations against all the bids evaluated. Any effort by a bidder to influence the Employer’s processing of bids or award decisions may result in the rejection of such bidder’s bid. Whereas any bidder feeling aggrieved may lodge a written complaint not later than fifteen (15) days after the announcement of the bid evaluation report. However mere fact of lodging a complaint shall not warrant suspension of the procurement process.

IB.25 Clarification of Bids

25.1 To assist in the examination, evaluation and comparison of bids, the Employer may, at his discretion, ask any bidder for clarification of his bid, including breakdowns of unit rates. The request for clarification and the response shall be in writing but no change in the price or substance of the bid shall be sought, offered or permitted except as required to confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids in accordance with Clause IB.28.

25.2 If a Bidder does not provide clarifications of its Bid by the date and time set in the Employer’s request for clarification, its bid may be rejected.

IB.26 Examination of Bids and Determination of Responsiveness

26.1 Prior to the detailed evaluation of bids, the Employer will determine whether each bid is substantially responsive to the requirements of the Bidding Documents. 26.2 A substantially responsive bid is one which (i) meets the eligibility criteria; (ii) has been properly signed; (iii) is accompanied by the required Bid Security; (iv) Includes signed Integrity Pact where required as per clause IB.35 and (v) conforms to all the terms, conditions and specifications of the Bidding Documents, without material deviation or reservation. A material deviation or reservation is one (i) which affect in any substantial way the scope, quality or performance of the Sanitation Services; (ii) which limits in any substantial 17 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

way, inconsistent with the Bidding Documents, the Employer’s rights or the bidder’s obligations under the Contract; (iii) adoption/rectification whereof would affect unfairly the competitive position of other bidders presenting substantially responsive bids. Only substantially responsive bid shall be considered for further evaluation.

26.3 If a bid is not substantially responsive, it may not subsequently be made responsive by correction or withdrawal of the non-conforming material deviation or reservation. The Employer may, however, seek confirmation/ clarification in writing which shall be responded in writing.

IB.27 Correction of Errors

27.1 Bids determined to be substantially responsive will be checked by the Employer for any arithmetic errors. Errors will be corrected by the Employer as follows:

(a) Where there is a discrepancy between the amounts in figures and in words, the amount in words will govern; and (b) Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity, the unit rate as quoted will govern, unless in the opinion of the Employer there is an obviously gross misplacement of the decimal point in the unit rate, in which case the line item total as quoted will govern and the unit rate will be corrected.

27.2 The amount stated in the Letter of Price Bid will be adjusted by the Employer in accordance with the above procedure for the correction of errors and with the concurrence of the bidder, shall be considered as binding upon the bidder. If the bidder does not accept the corrected Bid Price, his Bid will be rejected, and the Bid Security shall be forfeited in accordance with IB.15.6 (b) hereof.

IB.28 Evaluation and Comparison of Bids

28.1 The Employer will evaluate and compare only the Bids determined to be substantially responsive in accordance with Clause IB.26.

28.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid Price by adjusting the Bid Price as follows: (a) Making any correction for errors pursuant to Clause IB.27;

(b) Excluding Provisional Sums and the provision, if any, for contingencies in the Summary Bill of Quantities, but including competitively priced Day work; and (c) Making an appropriate adjustment for any other acceptable variation or deviation.

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

28.4 If the Bid of the successful bidder is seriously unbalanced in relation to the Employer’s estimate of the cost of Sanitation Services to be performed under

18 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

the Contract, the Employer may require the bidder to produce detailed price analyses for any or all items of the Bill of Quantities to demonstrate the internal consistency of those prices with the Services mythology and schedule proposed. After evaluation of the price analyses, the Employer may require that the amount of the Performance Security set forth in Clause IB.32 be increased at the expense of the successful bidder to a level sufficient to protect the Employer against financial loss in the event of default of the successful bidder under the Contract.

F. AWARD OF CONTRACT

IB.29 Award

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

29.2 The Employer, at any stage of the bid evaluation, having credible reasons for or prima facie evidence of any defect in bidder’s capacities, may require the bidders to provide information concerning their professional, technical, financial, legal or managerial competence whether already pre-qualified or not:

Provided that such qualification shall only be laid down after recording reasons in writing. They shall form part of the records of that bid evaluation report.

IB.30 Employer’s Right to Accept any Bid and to Reject any or all Bids

30.1 Notwithstanding Clause IB.29, the Employer reserves the right to accept or reject any Bid, and to annul the bidding process and reject all bids, at any time prior to award of Contract, without thereby incurring any liability to the affected bidders or any obligation except that the grounds for rejection of all bids shall upon request be communicated to any bidder who submitted a bid, without justification of grounds. Rejection of all bids shall be notified to all bidders promptly.

IB.31 Notification of Award

31.1 Prior to expiration of the period of bid validity prescribed by the Employer, the Employer will notify the successful bidder in writing (“Letter of Acceptance”) that his Bid has been accepted. This letter shall name the sum which the Employer will pay the Contractor in consideration of the execution and completion of the Sanitation Services by the Contractor as prescribed by the Contract (hereinafter and in the Conditions of Contract called the “Contract Price”).

31.2 No Negotiation with the bidder having evaluated as lowest responsive or any other bidder shall be permitted.

31.3 The notification of award and its acceptance by the bidder will constitute the formation of the Contract, binding the Employer and the bidder till signing of the formal Contract Agreement.

19 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

31.4 Upon furnishing by the successful bidder of a Performance Security, the Employer will promptly notify the other bidders that their Bids have been unsuccessful and return their bid securities.

IB.32 Performance Security

32.1 The successful bidder shall furnish to the Employer a Performance Security in the form and the amount stipulated in the Bidding Data Sheet and the Conditions of Contract within a period of 28 days after the receipt of Letter of Acceptance.

32.2 Failure of the successful bidder to comply with the requirements of IB.32.1 or IB.33 or IB.35 shall constitute sufficient grounds for the annulment of the award and forfeiture of the Bid Security.

IB.33 Signing of Contract Agreement

33.1 Within 14 days from the date of furnishing of acceptable Performance Security under the Conditions of Contract, the Employer will send the successful bidder the Contract Agreement in the form provided in the Bidding Documents, incorporating all agreements between the parties.

33.2 The formal Agreement between the Employer and the successful bidder shall be executed within 14 days of the receipt of the Contract Agreement by the successful bidder from the Employer.

IB. 34 General Performance of the Bidders

The Employer reserves the right to obtain information regarding performance of the bidders on their previously awarded contracts/ Sanitation Services. The Employer may in case of consistent poor performance of any Bidder as reported by the employers of the previously awarded contracts, interalia, reject his bid and/or refer the case to the Pakistan Engineering Council (PEC). Upon such reference, PEC in accordance with its rules, procedures and relevant laws of the land take such action as may be deemed appropriate under the circumstances of the case including black listing of such Bidder and debarring him from participation in future bidding for similar works.

IB.35 Integrity Pact

The Bidder shall sign and stamp the Integrity Pact provided at Appendix-L to Bid in the Bidding Documents for all Federal Government procurement contracts exceeding Rupees ten million. Failure to provide such Integrity Pact shall make the bidder non-responsive .

IB.36 Instructions not Part of Contract Bids shall be prepared and submitted in accordance with are provided to assist bidders in preparing their bids, and the Bid or the Contract Documents.

20 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Bidding Data

21 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Bidding Data

The following specific data for the Works to be bided shall complement, amend or supplement the provisions in the Instructions to Bidders. Wherever there is a conflict, the provisions herein shall prevail over those in the Instructions to Bidders. Instructions to Bidders Clause Reference

1.1 Name and address of the Employer:

Name : Mayor, (MCI) Metropolitan Corporation Islamabad (MCI) Address : Executive Block, CDA Headquarters, G-7/4, Islamabad-Pakistan Phone No. : +92 (51) 9253001 Fax No. : +92 (51) 9253009 Website : www.cda.gov.pk

1.2 Tender Opening Officer

Name : Chief Officer, MCI Address : Room No 16-A, Block –II, CDA Headquarter Islamabad Phone No. : +92 (51) 9202621

Name of the Project & Summary of the Works:

“CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

The information regarding ICT area, population, quantity and quality of MSW etc. mentioned in this RFP has been provided on the basis of available sources and may not be considered as final or conclusive. The Procuring Agency shall in no way be responsible for any discrepancy.

Period of Contract

Seven (07) Years after issuance of Work Order extendable for further Three (03)Year based on the performance and mutual consent (written) of the Contractor and the Client on same terms &conditions of the Contract.

Utilization of Existing Infrastructure Facilities

i. Area measuring 42’ x 66’ (feet) within the premises of Sanitation Directorate will be allocated / provided to the work awarded bidder / contractor purely on temporary basis for liaison and central control and monitoring system, for the period of Contract Agreement.

ii. The contractor will be responsible to keep these offices and other workplaces in a neat, clean &well-maintained condition throughout the Contract period.

22 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

iii. The Contractor shall construct / upgrade allocated area for establishment of executive offices, meeting room, Command and control room, public complaint office etc subject to prior approval of the plan from the client as per Rules.

iv. A suitable sized space (mutually agreed) at appropriate location will be provided to the contractor for establishment of parking yard, workshop & stores with temporary structures after signing of contract agreement..

v. Utility bills in respect of these offices and workplaces shall be paid by the Contractor (after the taking-over date) and a copy of the same shall be provided to the Client.

2.1 Name of the Borrower/Source of Financing/Funding Agency:

The Employer is funding the project through funds available under non- development head.

3. Eligible Bidders

This Invitation for Bids is open to all interested bidders who are eligible under provisions of Pakistan (Public Procurement Rules- 2004) as mentioned below and the criteria given in the Notice Inviting Tender (NIT)/ Bidding Document.

Firms and individuals, national or international with (JV) Local Firm, may be allowed to bid for the work. Any conditions for participation shall be limited to those that are essential to ensure the bidder’s capability to fulfill the contract in question.

(a) Bidders may be excluded if;

(i) as a matter of law or official regulations, commercial relations are prohibited with the bidder’s country by the federal government, or

(ii) a firm is blacklisted/ debarred by the procuring agency and the matter has been reported to the Agency.

(b) Government-owned enterprises or institutions may participate only if they can establish that they are;

(i) legally and financially autonomous, and

(ii) Operate under commercial law.

Provided that where government-owned universities or research centers in the country are of a unique and exceptional nature, and their participation is critical to project implementation, they may be

23 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

allowed to participate; and Bidders shall include all those contractors who are registered or incorporated in Pakistan, irrespective of the nationality of their owners and professional staff, and

(c) Bidders are:-

(i) This is a service contract and registration with Pakistan Engineering Council is not mandatory.

Registered with relevant tax authorities (income/sales tax, wherever applicable)

6. Site Visits In continuation to IB.6

a. The information regarding ICT area, population, quantity and quality of MSW etc. mentioned in this RFP has been provided on the basis of available sources and may not be considered as final or conclusive. The Procuring Agency shall in no way be responsible for any discrepancy.

b. The bidder are advised to visit the area of service/site of works and its surroundings and obtain all necessary information that may be necessary for preparing their proposal/bid, and to acquaint themselves with the area, the existing system, the vehicles, offices, workshops and workforce of the existing system of the Sanitation Directorate of MCI, at their own expenses.

c. The bidders and any of their personnel or agents will be granted permission by the procuring agency to enter upon their premises and lands for the purpose of such inspection, but only upon the express condition that the bidders, their personnel and agents, will release and indemnify the procuring agency, his personnel and agents from and against all liabilities in respect thereof and will be responsible for death or personal injury, loss of or damage to property and any other loss, damage, costs and expenses incurred as a result of such inspection.

d. All the interested firms/bidder are advised to carry out a comprehensive survey of the Area of the project and come up with a very practicable strategy and project proposal in order to minimize complications during implementation.

7.1 Contents of Bidding Documents

The Bidding Documents, in addition to invitation for bids, are those stated below and should be read in conjunction with any Addenda issued in accordance with Clause IB.9. 1. Instructions to Bidders. 2. Bidding Data Sheet.

24 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

3. Form of Technical Bid 4. Form of Price Bid 5. Appendices to Bid (A, C, D, E …P to Bid). 6. Form of Bid Security. 7. Forms of Performance Security. 8. Form of Contract Agreement, Credit Line Facility, Mobilization Advance Guarantee. 9. Conditions of Contract. 10. Drawings.

8.1 Time limit for Clarification

Minimum number of days to seek clarification by the prospective bidder is 07days before the latest deadline for Bids submission.

10.1 Bid language:

All documents / proposal and respective correspondence shall be made / prepared in English Language.

. 11.1

(A) The Bidder shall submit with its Technical Bid (Envelope A)the following documents, here under as well as elaboratedin11.1 (C):

(a) Written confirmation (Power of Attorney) authorizing a person to submit the bid; (b) Written confirmation (Power of Attorney) authorizing the signatory of the Bid to sign the bid on behalf of the bidder; (c) Letter of Technical Bid; (d) Bid Security must attach with financial bid. (e) Copy of Firm Registration Certificate/ Partnership Deed In case of Company: - Certified true copy of its Certificate of Incorporation. - Latest certified true copy of Memorandum and Articles of Association - Latest certified true copy of Form-A, and - Latest certified true copy of Form-29 In case of Foreign Company - Certified copy of its charter; - Confirmation letter from Board of Investment for establishment of branch office in Pakistan - Copy of Registration Certificate of Branch office in Pakistan; and - Certified True copies of latest annual return of documents filed with SECP.

(f) Certified Audit Reports for the last three (3) years (g) Joint Venture/ Operation Agreement; (if applicable) (h) Pending litigation information and No Blacklisting Certificate; (i) Special Stipulations (as filled by the Employer) (Appendix –A) (j) Proposed Services Schedule (Appendix–E)

25 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(k) Method of Performing the Sanitation Services (Appendix–F) (l) Availability of Critical Equipment (Appendix –G) (m) Camp and Housing Facilities (Appendix –H) (n) List of Sub-contractors (as required) (Appendix –I) (o) Organization Chart for Supervisory Staff (Appendix –K) (p) Integrity Pact (Appendix–L) (q) Financial Competence and Access to financial (Appendix–M) Resources (r) General and Similar Experience (Appendix –N) (s) Evaluation Criteria (Appendix – O) (t) Current Commitments (Appendix – P)

(B) The Bidder shall submit with its Price Bid(Envelop B) the following documents:

(a) Letter of Price Bid (b) Price Adjustment under relevant Clause 5.9 (Appendix –C) (c) Bill of Quantities (Appendix –D)

Note: Bid Security must attach along with financial bid.

(C) Written confirmation (Power of Attorney) authorizing a person to sign and submit the Bid

a) For Single Entity: Following legally authorized persons can only issue Power of Attorney to sign / submit the bid: (i) Owner(s) (ii) Director(s) (iii) Partner(s) (iv) Legal representative (v) Secretary of the firm The Power of Attorney must bear the name, CNIC # and three specimens of full signatures and initials of the person who is being authorized to sign the bid.

b) For Joint Operation: Following legally authorized persons of each partner firm will jointly issue Power of Attorney to sign / submit the bid: (i) Owner(s) (ii) Director(s) (iii) Partner(s) (iv) Legal representative (v) Secretary of the firm The Power of Attorney must bear the name, CNIC# (Passport# in case of Foreign Firm) and three specimens of signatures in full and initials of the person who is being authorized to sign the bid.

26 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(D) Firm Registration Certificate/ Partnership Deed or Article/ Memorandum of Association of the Bidder

a) A Copy of Firm Registration Certificate/ Partnership Deed or Article/ Memorandum of Association of the Bidder shall be submitted. However, the copy shall indicate the Bidder’s name, address and its representative personnel. In case of local firms, readable copies of CNICs of all the owners / directors / partners shall also be enclosed with the bid. b) In case of Joint Operation, the requirement stated at Sr. (a) above shall be fulfilled for all partner firms.

(E) Audit Reports

The bidder has to submit last three (3) years Tax return duly examined / Certified by the Chartered Accountancy firm also demonstrating financial soundness of the firm to evaluate:

Average Annual Services Turnover

Minimum Average Annual Services Turnover Coast calculated as total certified payments received from contracts in progress or completed, within the last three (03) years (as per Evaluation Criteria Form.)

12.1 Pending litigation information and No Blacklisting Certificate:

The bidder shall submit all information regarding its pending litigation and undertaking of not having been blacklisted from any organization (government / non-government) in Pakistan. This information and undertaking shall be submitted on firm’s letterhead (letterhead of joint operation in case of joint venture).

i. Joint Venture/Consortium Agreement

Bids submitted by a joint venture/consortium of two (2) or more firms shall comply with the following requirements:

a. One of the joint venture/consortium partners, lead firm shall be nominated as lead partner; and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories of all the joint venture/consortium partners/firms;

b. The bid, and in case of a successful bid, the Form of Contract Agreement shall be signed by the authorized partner so as to be legally binding on all partners/firms i.e. all partners of the joint venture/consortium firms shall be legally bound to the Agreement;

c. The firm / authorized partner / partner-in-charge shall always be duly authorized to deal with the procuring agency regarding all matters related with and/or incidental to the execution of Sanitation Services as per the terms and Conditions of Contract and in this regard to incur any and all liabilities, receive instructions, give binding undertakings and receive payments on behalf of the joint venture/consortium; 27 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

d. All partners of the joint venture/consortium shall at all times and under all circumstances be liable jointly and severally for the execution of the contract in accordance with the contract terms and a statement to this effect shall be included in the authorization mentioned under Sub-Para (a) above as well as in the Form of Bid and in the Form of Contract Agreement (in case of a successful bid);

e. A copy of the agreement entered into by the joint venture/consortium partners shall be submitted with the bid stating the conditions under which it will function, its period of duration, the persons authorized to represent and obligate it and which persons will be directly responsible for due performance of the contract and can give valid receipts on behalf of the joint venture/consortium, the proportionate participation of the participating firms forming the joint venture/consortium, and any other information necessary to permit a full appraisal of its functioning. No amendments / modifications whatsoever in the joint venture/consortium agreement shall be agreed to between the joint venture/consortium partners without prior written consent of the procuring agency;

Submission of an alternative Letter of Intent to execute a Joint Venture/consortium Agreement shall be mandatory;

f. Bidders shall also submit proposals of work(Sanitation Services) methodology and schedule in sufficient detail to demonstrate the adequacy of the bidders’ proposals to meet the technical specifications and the timely completion as per schedule each day, each month and every year of the contract till completion of the contract successfully.

g. One of the joint Venture partners shall be nominated as being in charge; and this authorization shall be evidenced by submitting a power of attorney signed by legally authorized signatories by all the joint venture partners. Other requirements for submission of Power of Attorneys to sign and submit the bid shall also be fulfilled.

ii. Proposed Sanitation Services Schedule

Proposed Services Schedule as per Appendix - E to bid must be enclosed to bid. The bidder shall provide as Appendix-E to bid, the Services schedule in the bar chart (CPM, PERT or any other to be specified herein).

12.3 Method of Performing the Sanitation Services.

Bidders participating in this bid are required to submit this Appendix-F.

(a) Method of Performing the Services as per Appendix - F to bid.

(b) Services Camp and Housing Facility as per Appendix - H to bid.

(c) Methodology Regarding Safety of Environment. 28 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(e) Safety Management System The narrative descriptions shall be prepared in sequence mentioned above. Any important key words shall be incorporated in the above descriptions.

12.4 Availability of Critical Equipment / List of Major Equipment

Bidders shall submit, List of Major Equipment and related items owned, to be purchased or to be leased by the Bidder in carrying out the Sanitation Services in accordance to the attached format (Appendix G to Bid).

Bidder shall list down the equipment which must support the schedule of services to be provided.

a) Services Camp & Housing Facilities:

The Contractor in accordance with Appendix-H shall provide description of his camp’s facilities. b) List of Subcontractors and Organization Chart

In addition, Bidders shall submit the list of subcontractors for major Sanitation Services ( Appendix I to Bid) and organization chart (Appendix - K to Bid).

c) Financial Competence and Access to financial Resources:

The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credits, and other financial means, other than any contractual advance payments, to meet the financial requirements of the contract in the amount of his bid. Project Specific Line of credits, if any shall only be considered if submitted as per Form – M and CL-1.

d) General and Similar Experience General Experience: Experience under Sanitation Service Contracts in the role of contractor, subcontractor for at least the last Ten (10) years prior to the bid submission deadline.

Letters of Acceptance and Completion Certificates of completed Services Assignments in this regard should be accompanied with Appendix – N to bid.

Similar Experience: Participation as contractor or management contractor, within the last Ten (10) years, with a value as mentioned in Appendix-O that has been successfully or is substantially completed and that are similar to the proposed Sanitation Services. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics as indicated in these Bidding Documents. Letters of Acceptance, Completion Certificates and other supporting documents of completed projects in this regard must be accompanied with Appendix – N to bid. 29 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

13.1 Currencies of Bid and Payment:

The unit rates and prices shall be quoted by the bidder entirely in Pak Rupees and will be paid in Pak Rupees only.

14.1 Period of Bid Validity:

Bid shall remain valid and open for acceptance for a period of one hundred and twenty (120) calendar days after the latest dead line for submission of bid. Bidder/Contractor may be requested to extend the validity in writing, and consent of the bidder shall be obtained. If applicants do not agree in such extension bid security of the applicant will be returned.

15.1 Amount of Bid Security:

a. The bidders are required to furnish a bid security along bid i-e., equal to 1% (One percent) of total bid amount (bid offered) in the currency in which the bid is priced/quoted for period of one year, which shall remain valid for a period of 28 (twenty eight) days beyond the validity period of the bid in the form of Bank-Draft /CDR in favor of MCI.

b. No bid shall be entertained unless it is accompanied by the Bid Security as mentioned above.

16.1 & 16.2 Alternate proposal by Bidders

Delete the text and substitute:

In continuation to our proposal, Firm must also elaborate how they would carry out sanitation services and how much resources shall be applied.

17.0 Pre-Bid Meeting

Pre-Bid meeting will be held on dated 12 September 2017 at 1500 hours at

Name : Chief Officer, MCI Address : Room No 16-A, Block –II, CDA Headquarter Islamabad Phone No. : +92 (51) 9202621

18.0 Number of copies of the Bid to be completed and returned:

Each bidder shall prepare by filling out the forms completely and without alterations one (1) original and one (1) copy of the bid and clearly mark them “ORIGINAL ” and “ COPY ” as appropriate. In the event of discrepancy between them, the original shall prevail. The detail of the Envelopes is given as under:

(i) Envelope-A - Original Technical Bid (Sealed) 30 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(ii) Envelope-A - Copy of the Technical Bid (Sealed) (iii) Envelope-B - Original Financial Bid (Sealed) (iv) Envelope-B - Copy of the Financial Bid (Sealed) (v) Bid - Envelope-A + Envelope-B (Sealed)

19.0 (a) Employer's address for the purpose of Bid submission:

Name : Chief Officer, MCI Municipal Corporation Islamabad Address : Room No 16A, Block-II, CDA Headquarters G-7/4, Islamabad-Pakistan Phone No. : +92 (51) 9252620 Fax No. : +92 (51) 9252621 Website : www.cda.gov.pk Name : Directorate of Sanitation Address : Sector G-6/1-3, Street No 49, Islamabad Phone No. : +92 (51) 9211555

(b) Name and the number of the Contract:

“Contract for Primary and Secondary Collection of Municipal Solid Waste and Its Transportation in Metropolitan Area, Islamabad, Pakistan”

20.0 Deadline for submission of bids:

As notified in “Notice Inviting Bids “

21.0 Venue, time, and date of Bid opening (“Envelop A”):

Directorate of Sanitation, MCI, Street No. 49, Sector G-6/1-4, Islamabad. Contact # 051-9211555 Fax # 051-9223171

22.0 Examination of Bids and Determination of Responsiveness In continuation in IB 26 and Contractor or sub-contractor cannot participate in tender in any manner directly or indirectly, in their name or in the name of any other person or firm.

Those who are prohibited / black listed to participate in tender by any Government Institutions, Authorities etc. And those who are prohibited / black listed (by law) due to having any criminal record or convection.

a) Those who have been declared bankrupt by the authorities or have filed bankruptcy.

b) Those who have been declared or announced as an insolvent by court of law or tribunal or any other authorities or institution. c) Those who are under liquidation.

d) Those whose affairs are run by any tribunals.

e) Those who are under settlement with any financial institution or creditors.

31 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

f) Those who have suspended their affairs or those who are in similar position as per the law of their country.

g) Those who have been declared defaulter of social security contribution or premium payments under the law of Pakistan or as per law of their country.

h) Those who have been declared defaulter of taxation or revenue department for nonpayment of income tax, sales tax, customs duties, or any other tax levied from time to time in Pakistan or as per law of their country.

i) Those who have been condemned by decision of any court or law or tribunal because of their non-professional or unethical activities or professional malpractices.

j) Those who have been determined by any institution or organization or authority or agency for adopting or performing non professional attitude or unethical or immoral activities or professional malpractices and such determination resulted from administering them during their jobs.

k) Those who do not provide the required information or provided misleading of false representation or deliberately suppressed the information to be provided as required in RFP Document.

l) Those who have been prohibited from professional activity by the Chamber of Commerce in Pakistan or any other equivalent body established for same purpose in the country where they are registered before the date of submission of the bid.

m) The contractors/bidders who are the blacklisted by Federal Govt., Provincial Govt., Autonomous Bodies and State Bank of Pakistan.

n) Prior to the detailed evaluation of bids, the procuring agency will determine whether the bidder fulfills all codal requirements of eligibility criteria given in the tender notice such as registration with tax authorities, turnover statement, experience statement, and any other condition mentioned in the bidding document. If the bidder does not fulfill any of these conditions, it shall not be evaluated further.

o) Once found to be fulfilling the eligibility criteria, as mentioned in above mentioned clauses, the bids of eligible bidders will be evaluated for technical responsiveness as per specification and criteria given in the bidding documents. Technical and financial evaluations may be carried out in accordance with, single stage-two envelopes, bidding procedures.

p) A bid will be considered technically responsive if it (i) has been properly signed; (ii) is accompanied by the required bid security in the manner described in the bid document; and (iii) conforms to all the terms, conditions and specifications of the bidding documents, without material deviation or reservation. A material deviation or reservation is one (i) which affect in any substantial way the scope, quality or performance of the Sanitation Services; (ii) which limits in any substantial way, inconsistent with the bidding documents, the

32 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

procuring agency’s rights or the bidder’s obligations under the contract; or (iii) adoption/rectification whereof would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

q) If a bid has major deviations to the commercial requirements and technical specifications will be considered technically non responsive. As a general rule, major deviations are those that if accepted, would not fulfill the purposes for which the bid is requested, or would prevent a fair comparison or affect the ranking of the bids that are compliant with the bidding documents.

(A). Major (material) Deviations include:- (i) The Bid has been not properly been signed; (ii) Is not accompanied by the bid security of required amount and manner; (iii) Failing to respond to specifications; (iv) Failing to comply with Mile-stones/Critical dates provided in Bidding Documents; (v) Sub-contracting contrary to the Conditions of Contract specified in Bidding Documents; (vi) Refusing to bear important responsibilities and liabilities allocated in the Bidding Documents, such as performance Guarantees and insurance coverage; (vii) Taking exception to critical provisions such as applicable law, Taxes and duties and dispute resolution procedures; (viii) A material deviation or reservation is one :

(B) Which affect in any substantial way the scope, quality or performance of the works; Adoption/rectification whereof would affect unfairly the competitive position of other bidders presenting substantially responsive bids.

(C) Minor Deviations Bids that offer deviations acceptable to the Procuring Agency and which can be assigned a monetary value may be considered substantially responsive at least as to the issue of fairness. This value would however be added as an adjustment for evaluation purposes only during the detailed evaluation process.

If a bid is not substantially responsive, it will be rejected by the procuring agency, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

23.1 Employees right to accept any bid and to reject any or all bids.

The Procuring Agency shall have the right, at his exclusive discretion, to increase / decrease scope required without any change in unit prices or other terms and conditions, accept a Tender, reject any or all tender(s), cancel / annul the Tendering process at any time prior to award of formal Contract, without assigning any reason or any obligation to inform the Bidder and without thereby incurring any liability to the Bidder and the decision of the

33 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Procuring Agency shall be final.

The Tender shall be rejected if:

i. It is substantially non-responsive; or ii. It is submitted in other than prescribed forms, annexes, schedules, charts, drawings, documents / by other than specified mode; or iii. If it is incomplete, un-sealed, un-signed, printed, partial, conditional, alternative, late; iv. It is subjected to interlineations / cuttings / corrections / erasures / overwriting; or v. The Bidder submits more than one Tenders; or vi. The Bidder fails to meet the minimum mandatory score of 50% against each criterion in the Technical Evaluation Criteria (Annexure- B); or vii. The Bidder fails to meet the minimum passing score of 70% in the Technical Evaluation Criteria; or viii. The Bidder refuses to accept the corrected Total Tender Price; or ix. The Bidder has conflict of interest with the Procuring Agency; or x. The Bidder tries to influence the Tender evaluation/Contract award; or xi. The Bidder engages in corrupt or fraudulent practices in competing for the Contract award. xii. There is any discrepancy between bidding documents and bidder’s proposal i.e. any nonconformity or inconsistency or informality or irregularity in the submitted bid. xiii. The Bidder submits any financial conditions as part of its bid which are not inconformity with tender document.

24.1 Standard form and amount of Performance Security acceptable to the Employer:

(i) Delete “28 days” in the third line and replace with “14 days” (ii) Standard form and amount of Performance Security acceptable to the Employer.

The performance security shall be of an amount equal to 10% of the Contract Price stated in the Letter of Acceptance. Such security shall, at the option of the bidder, be in the form of either (a) bank guarantee from any Scheduled Bank in Pakistan or (b) bank guarantee from a bank located outside Pakistan duly counter-guaranteed by a Scheduled Bank in Pakistan or (c) an insurance company having at least AA rating from PACRA/JCR in favour of Employer valid for a period till 28 days after the date of closing of contracts subject to there is no Audit para exist against such contract.

34 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Section 1, 2,3 Preambles, Existing Condition, TOR

35 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Section-I

METROPOLITAN CORPORATION ISLAMABAD DIRECTORATE OF SANITATION

“CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

PREAMBLE TO THE BID

1.1 The RFP Document.

The Metropolitan Corporation Islamabad invites bids for “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

The purpose of this RFP is to invite all eligible, reputed and experienced Waste Management Firms or Individuals whether National or International in accordance with relevant provisions of Pakistan Laws, Rules& Regulations. The Bidder has to submit their Technical and Financial proposal for “Front End Collection, Sweeping, Transportation and Disposal of Municipal Solid Waste of the Metropolitan Area Islamabad” under a Single Stage Two Envelope procedure , in accordance with the Public Procurement Regulatory Authority Rules (PPRA-2004).

1.2 Scope of Work / Assignment.

i. Door to Door Garbage Collection on daily basis as per schedule and modalities agreed between both the parties (Schedule to be provided by the Client at the start of each month).

ii. Sweeping of Streets, Avenues, Footpaths, Medians, Market Places and other open spaces using both manual & mechanical means as per schedule provided by the client at the start of each month.

iii. Collection, Lifting & Disposal of Solid Waste from transfer/collection points to the Dumping/Landfill designated site Sector I-17, Islamabad for the purpose on daily basis as per schedule and modalities agreed between both parties.

iv. Monitoring & Tracking of the entire Contractor’s Vehicles, supervisory staff etc in a scientific manner i/c setting up of Command & Control Centre..

v. Establishment of a robust Complaint Management System.

36 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

vi. Community engagement through awareness programs and its implementation.

1.3. Definition & Interpretation

a. “Agreement ” means agreement signed between the parties (MCI and the Successful Bidder);

b. “Confirmation ” means confirmation in writing.

c. Bidder/Service Provider ” means a company, individual or joint venture that has submitted its bid as per the criteria/specifications listed in this document.

d. “Contract ” means the contract proposed to be entered into between the procuring entity and the Bidder for the services, including all attachments, appendices, and all documents incorporated by reference therein. Where not specifically indicated to the contrary, and to avoid any confusion,

e. “Bid ” has the same meaning assigned to Contract.

f. “Bidder &Tendered ” means any person or persons, contractor, firms, consortium of firms, joint venture submitting the bid or tender;“ Client ” means the Municipal Corporation Islamabad (Procuring Agency);

g. “Client representative ” means any representative of the client appointed from time to time;

h. “Contractor ” means the bidder, any entity or person, firm, company, joint venture / consortium that may provide or provides the work and services under the agreement;

i. “Contract price ” means the sum stated in the letter of Acceptance/Award as payable to contractor for execution, performance and completion of works and services according to the scope of work;

j. “Days ” mean calendar days;

k. “Proposal ” means the technical, Financial & Operational proposal submitted by the bidder;

l. “RFP ” means the Request for Proposal;

m. the word “ Tender ” is synonymous with “ Bid ” and the word “tender document” with “bidding document and proposal document”;

n. “Terms of Reference (TOR )” means the document in RFP, which explains the objective scope of the work activities and the tasks to be

37 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

performed, respective responsibilities of client and contractor and expected results and deliverables of assignments;

o. “ICT ” means the Islamabad Capital Territory

p. “W&S ” means the work and services to be performed by the contractor pursuant to the agreement.

q. “Works ” means all services to be provided and works to be performed by the contractor under this contract;

r. “Years ” mean calendar years.

1.4. Abbreviations

a) MSW = Municipal Solid Waste

b) SWM = Solid Waste Management

c) SWC = Solid Waste Collection

d) MCI = Municipal Corporation Islamabad

e) EPA = Environmental Protection Agency

f) PPRA = Public Procurement Regulatory Authority.

g) PKR = Pak Rupees – Currency of Islamic Republic of Pakistan.

1.5 PPRA Rules to be followed

Public Procurement Regularity Authority (PPRA) Rules 2004 will be strictly followed. These may be obtained from PPRA’s website: www.ppra.org.pk In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule under the Federal Procurement Rules 2004.

1.6 Mode of Advertisement

As per Rule 12, this Tender is being placed online at CDA and PPRA's websites, as well as being advertised in the print media. The bidding document carrying all details can be downloaded from CDA and PPRA’s website: www.ppra.org.pk OR www.cda.gov.pk.

1.7 Sections of RFP/Bidding Documents

All Sections of RFP and Annexure, Forms are integral part of RFP and considered as tender / bidding documents.

38 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

1.8 Procuring Agency Rights to cancel any or all tenders

The MCI is not bound to accept any proposal and reserves the rights to annul the selection process at any time prior to agreement or award without thereby incurring any liability to the bidder. The applicant will not be entitled to make any claim from Procuring Agency due to cancellation of the tender.

1.9 Period of Contract

Seven (07) Years after issuance of Work Order extendable for further Three (03)Year based on the performance and mutual consent (written) of the Contractor and the Client on same terms &conditions of the Contract.

39 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Section II

EXISTING SOLID WASTE MANAGEMENT IN ISLAMABAD

2.1 Existing Solid Waste Management

i. Door to Door Collection. In the Urban area (Zone-1) door to door collection of MSW is being practiced however for the Rural Areas household waste is thrown outside or the nearby open spaces. No Plan or Strategy exists in rural areas of Islamabad for the collection of municipal solid waste. No MSW collection system in the industrial area exists though a considerable amount of MSW is also generated in the industrial area of Islamabad.

ii. Street Sweeping. Main roads, streets and lanes in ICT (Zone-1) are cleaned manually using brooms and the garbage collected is kept in the form of small heaps besides the Kerbs and on road sides, on green open spaces, which are then lifted and transported to the nearest dustbin manually using wheel barrow/handcarts etc. Sweeping stuff is normally thrown into the dustbins. However throwing of garbage into nallahs / drains and open plots is also a common practice. Sweeping is normally done in the morning. Mechanical sweeping is not done in Islamabad, however sometimes main Avenues &important Road are washed with water browsers.

iii. Transportation of MSW to the nearest Dumping Sites. Garbage vehicles i.e. Arm Rolls, Compactors, Dump Trucks, Tractor Trolleys collect and transport waste from the collection points/dustbins to Dumping site in Sector I-12. No landfill site still exist however a study is in progress for SWM. Though complete lifting of garbage form the collection points could not be made due to unavailability of required numbers of vehicles and long hauling distance to Dumping site. Usually containers of 6m 3 capacity are placed at collection points. However in some areas of MCI, garbage is dumped, at open places, such garbage is lifted using loaders and labourers using basket to pick and to load into refuse vanes or compactor which is then transported to the dumping site. The machinery for lifting and transportation of MSW available with MCI are old and not compatible with the machines usually required for MSW lifting and transportation.

2.2 Collection and Disposal of Offal On the eve of Holy festival of Eid-ul-Azha every year, thousands of animals (life-stock) are offered as sacrifice. These sacrifices is done (as custom) on the door step or within the premises jointly or individually on the roads sides open ground, market places etc. and the offal and other residuals like bones, offal’s and other intestinal organs etc. are thrown at the door step, road sides, in the bushes, open ground and collection points etc. creating an unclean environment with a pungent

40 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

odor of blood which is witnessed in almost each area on this event. This situation is dealt with by the Sanitary Workers in a quite efficient and effective way, under an offal collection plan. The campaign is managed in a manner that areas aremade clean &clear by the evening of each day event which continues for three continuous day.

2.3 WASHING OF ROADS SQUARES

2.3.1 Washing activity includes washing the areas like squares and walkways within, Main Avenues, Highways, Markets, as and where required or as per schedule provided by the Authority, with mechanical vehicles. Water will be provided by the Authority.

2.3.2 Contractor shall realize the washing activity with the machinery specified as per direction of officer incharge of MCI (Employer).

2.3.3 Contractor shall realize the washing activity during night once in a week for each square in accordance with the program to be provided by the Employer.

2.3.4 Contractor may revise the washing program with the consent of the Employer depending upon the experience gathered.

2.3.5 Contractor shall provide necessary and enough warning signs in order to prevent any accidents and injuries like slipping and falling during the washing process of the walkways. Besides, the Contractor is also responsible to place these warning signs in appropriate places in order to prevent any incidents.

2.3.6 Employer may instruct the Contractor to add disinfecting agents to the washing water. Without getting the written approval of the Employer the Contractor shall not add any chemicals to the washing water. Disinfecting agent to be used by the Contractor as a result of the instruction of the Employer shall be included to the progress billing at the end of the period.

2.3.7 Mechanical Washing unit

Proposed unit of Mechanical washing is teams Calculation of Teams: Team=1driver+Helper Performance Calculation of washing Team 1 Team can perform 10km length of Mechanical Washing in one 08 Hour Shift (Usually Night Shift only if workers walk side by side with the washer)

2.4 Problem & Short Coming in Existing System 41 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

• Waste has never been assigned a priority by the Government.

• Door to Door Collection is not being performed on regular/daily basis and a lot of complaints are received from the citizens of Islamabad. • Poor performance by the Sanitary Workers. • Proper Street sweeping & Waste disposal not being practiced. • In effective system of monitoring / reporting causing indiscriminate dumping of waste in open spaces, nallahs and road sides etc. • Delays in complaint redressal. • Deficient number of Dustbins/containers resulting in open and scattered dumping of garbage. • Irregular collection of garbage from community bins/collection points due to: • Poor Supervision. • Too many dustbins sites. • Defective, un-appropriate and old garbage vehicles. • POL problems. • Political/Labor Union intervention. • Open transportation of garbage causing environmental pollution. • Encroachments, especially in market / commercial area causing difficulties in sweeping, collection and transportation to Dumping Site. Hence the required numbers of trips are not achieved. • No properGPSfacility. • Scavenging specially on open spaces and roadside dustbins causing scattering of garbage. • Existing rules with regards to SWM need to be reviewed, strengthened and enforced. • Lack of public awareness/ civic sense regarding SWM collection and disposal. • Lack of scientific approach for integrated SWM.

-

42 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Section III

PROPOSED PLAN FOR SOLID WASTE COLLECTION (ISLAMABAD)

3.1 Islamabad (an overview) Islamabad is the capital city of Pakistan located within the federal Islamabad Capital Territory with a population of approximate Two Million. It is the 10 th largest city of Pakistan, while the larger Islamabad metropolitan area is the third largest in Pakistan with a population exceeding Five Million. Islamabad is a fully planned city. Unlike any other city in the world, it has a unique system of wide roads, medians and verges. Its development has been well managed and not subject to the familiar encroachment so common in many other Asian cities.

As shown in the above Figure it’s Commercial Centre is known as the ‘ ’, named as such from it being annotated ‘blue’ on the city’s original master plan. This area is considered to be the city’s central business district (CBD). Comprising a 5-km long, east-west trending precinct along Jinnah Avenue, it contains many of Islamabad’s corporate offices, banks, Government buildings and retail areas. Overall, the city’s structure is well defined, comprising essentially a uniform land use within square shaped sectors. Each sector contains a Markaz, which is a local commercial precinct and shopping area that serves surrounding residential areas.

Islamabad is considered to be one of Pakistan’s most liveable cities; it has one of the nation’s highest literacy rates and is home to several of its top-ranked universities as well as national and international corporations. The city is the political seat of Pakistan and is administered by the Islamabad Metropolitan Corporation (MCI), supported by the Capital Development Authority (CDA).

Islamabad was built during the 1960s to replace Karachi as Pakistan's capital. The city's master-plan divides the city into eight zones, including administrative, diplomatic enclave, residential areas, educational sectors, industrial sectors, commercial areas, and rural and green areas. The city is known for the presence of several parks and forests, including the National Park and Shakarparian Park .The city is home several landmarks, including the Faisal Mosque , the largest mosque in South Asia and the fourth largest in the world. Other landmarks include the Pakistan's National Monument and Democracy Square .

43 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

The main administrative authority of the city is the Islamabad Metropolitan Corporation (IMC) with some help from Capital Development Authority (CDA), which oversees the planning, development, construction, and administration of the city. Islamabad Capital Territory is divided into eight zones: Administrative Zone, Commercial District, Educational Sector, Industrial Sector, Diplomatic Enclave, Residential Areas, Rural Areas and Green Area. Islamabad city is divided into five major zones: Zone I, Zone II, Zone III, Zone IV, and Zone V. Out of these, Zone IV is the largest in area. [ Zone I consists mainly of all the developed residential sectors while Zone II consists of the under-developed residential sectors. Each residential sector is identified by a letter of the alphabet and a number, and covers an area of approximately 2 km × 2 km . The sectors are lettered from A to I, and each sector is divided into four sub-sectors.

Zones in Islamabad Area Zone Acres km 2

I 54,958.25 222.4081 II 9,804.92 39.6791 III 50,393.01 203.9333 IV 69,814.35 282.5287 V 39,029.45 157.9466

Series A, B, and C are still underdeveloped. The D series has seven sectors (D-11 to D-17), of which only sector D-12 is completely developed. This series is located at the foot of Margalla Hills. In the revised Master Plan of the city, CDA has decided to develop a park on the pattern of in sector E-14. Sectors E-8 and E-9 contain the campuses of Bahria University, Air University, and the National Defence University. The F and G series contains the most developed sectors. F series contains sectors F-5 to F-

44 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

17; some sectors are still under-developed. F-5 is an important sector for the software industry in Islamabad, as the two software technology parks are located here. The entire F-9 sector is covered with Fatima Jinnah Park. The Centaurus complex is a major landmark of the F-8 sector. G sectors are numbered G-5 through G-17. Some important places include the Jinnah Convention Centre and Serena Hotel in G-5, the Red Mosque in G-6, and the Pakistan Institute of Medical Sciences, the largest medical complex in the capital, located in G-8.The H sectors are numbered H-8 through H-17. The H sectors are mostly dedicated to educational and health institutions. National University of Sciences and Technology covers a major portion of sector H- 12. The I sectors are numbered from I-8 to I-18. With the exception of I-8, which is a well-developed residential area, these sectors are primarily part of the industrial zone. Currently two sub-sectors of I-9 and one sub-sector of I- 10 are used as industrial areas. CDA is planning to set up Islamabad Railway Station in Sector I-18 and Industrial City in sector I-17. Zone III consists primarily of the Margalla Hills and Margalla Hills National Park . Rawal Lake is in this zone. Zone IV and V consist of Islamabad Park, and rural areas of the city. The flows into the city through Zone V.

Union Councils of Islamabad Capital Territory

UC Chief Town Villages within Jurisdiction No.

01 Said Pur Said Pur , Gokina , Talhar

02 NoorpurShahan NoorpurShahan, RattaHutar , Romali, Nariyas, Phadu, ShahdrahKhurd,

03 Mal Pur ShahdrahKalan, Mandala, Jang Begial, SubbanSyedan, Mangial, Quaid-e-AzamUniversity

04 KotHathial (North) KotHathial

05 KotHathial (South) KotHathial , Shah Pur, Sikrila, DohalaSyedan,

06 Phulgran BobriPetha, Chattar, Karlot, Hotran (Be-Charagh), Kathar, Chunari PindBegwal, Athal, MairaBegwal, Mangal, RakhMaira

07 PindBegwal A, RakhMaira B, Siali, Jandala, Jand Gran, Granthian , Kijnah, Simbli, Dakhain, RakhTumair A,

08 Tumair RakhTumair B, RakhTumair C, RakhTumair D

09 Charah Charah, HernoThandaPani

10 Kipa Kirpa, Dhaliala, Peja, , Khatril Mughal , ChakKamdar, Nara Syeddan, JabbiGakhran,

11 Mughal SanduSyeddan, KangotaGujran, Hon Dhamial, Chukaal, Har-Do-Gahr, Chitroh Rawat, BhangreelKalan, BhangreelKhurd, Kortara,

12 Rawat TakhtPari, ShadiDhamial, Mohra Amir, SoodGangal, MuriKhumbal, Sheikhpur Humak , DHA -PH -2, GhoraSyeddan, Rajwal - Humak (Swan 13 GhoraSyeddan, Rajwal, DhokeAwan-Fatima Town,

Camp) DhokeMithoo, KothaKalan, KothaKalan

45 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Union Councils of Islamabad Capital Territory

UC Chief Town Villages within Jurisdiction No. (MohraNigial), BamlaKanyat

14 Sihala , Gagri , Kangota, AariSyedan , Jandala LoiBheri, Pakistan Town/Korng Town, Police Foundation, PWD-A/Block, PWD-B/Block, PWD-

15 LoiBheri C/Block, PWD-D/Block, CBR Housing Society, Swan Garden, Jinnah Garden, Naval Anchorage PahgPanwal , Choocha, Pahg, Panwal, Boora Bangial,

16 PahgPanwa Bhookar, SherDhamial, PindDaia Koral, Gangal, Ghora Sardar, Suhdar, TarlaiKhurd,

17 Koral Khadrapur, KartalBhakral, Grandian,Ghouri town all phases

18 KhanaDak KhanaDak

19 TarlaiKalan TarlaiKalan, Chhappar Mir Khanal

20 Ali Pur Ali Pur, Farash, Punjgran, Tamma, Taramri 21 Dehati Sohan Dehati, KhanaKak, Shakrial, Shakrial (Sharki) ChakShahzad, ChakBihraShigh, JabaTeli, Sohana,

22 ChakShahzad Pandori, ChhattaBakhtawar, Bohan, DhokeSharaf, Mujuhan

23 Kuri Kuri, Malot, RakhBani Gala, Rihara, MohraJujan 24 Rawal Town

25 SectorF-6

26 G-6/1

27 G-6/2, 3 & 4

F-7, 8, 9 & Jinnah 28 Park 29 F-10 -& F - 11

30 G-7/3 & G -7/4

31 G-7/1 & 2

32 G-8/3 & 4

33 G-8/1 & 2

34 G-9/1, 3 & 4

35 G-9/2

36 G-10/3 & 4

37 G-10/1 & 2

38 G-11/1, 2, 3 & 4

39 MairaSumbalJaffar

40 I-8

41 I-9

46 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Union Councils of Islamabad Capital Territory

UC Chief Town Villages within Jurisdiction No. 42 I-10/1 & I-10/ 4

I- 10/2, 3 I -10/4 -& 43 H-10 44

45 JhangiSaydan

46 BadhanaKalan

47 Tarnol

48 SaraiKharbooza

49

50

3.2 Managing Solid Waste

i. Door to door garbage collection on daily basis as per schedule and modalities agreed between both the parties (Schedule to be provided by the Client at the start of Contract Agreement).

ii. Sweeping & Removal of Rubbish from all Streets, Footpaths / Walk Ways, Pavements, Roads, Highways, Avenues, Medians, Commercial / Market / Public Places / parks / play grounds and other open spaces etc located within the premises of contractual limits, both manual & mechanical means.

iii. Collection, Lifting & Disposal of Solid Waste from transfer/collection points to the Dumping/Land filld esignated Site’s Sector I-17, Islamabad for the purpose on daily basis as per schedule and modalities agreed between both parties.

iv. Washing of Roads activity includes washing the areas like squares and walkways within, Main Avenues, Highways, Markets, as per schedule provided by the Authority, with mechanical vehicles.

v. Monitoring & Tracking of the entire Vehicles, supervisory staff etc in a scientific manner i/c setting up of Command & Control Centre.

vi. Establishment of a robust Complaint Management System on MCI / CDA existing phone numbers. Contractor shall up-grade the subject facility as per approval of the Sanitation Directorate. The cost of such up-gradation is deemed to be included in his Financial Proposal.

47 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

vii. Community engagement through awareness programs and its implementation, periodically / monthly for the first year, then quarterly second year onward..

3.2.1 The contractor shall render the following services within the scope of city cleaning: i. Removal of all type of Rubbish from all Streets, Footpaths / Walk Ways, Pavements, Roads, Highways, Avenues, Medians, Commercial / Market / Public Places / parks / play grounds and other open spaces Undergrounds, tunnels, underpasses, overhead bridges, pedestrian bridges, underground walkways etc located within the premises of contractual limits. ii. A squad consisting of at least twenty (20) workers with an Incharge, vehicle & equipment will be standby at the disposal of Complaint Management System to attend any emergency / urgent complaint / requirement by the client after duty hours., iii. Waste / Rubbish to be collected from the dustbins installed within the contracted area and disposal of same at designated waste disposal site, as well as cleaning and maintenance of these dustbins in presentable hygienic condition. Trash cans, iv. Sweeping / Cleaning of all Streets, Footpaths / Walk Ways, Pavements, Roads, Highways, Avenues, Medians, Commercial / Market / Public Places / parks / play grounds and other open spaces, Undergrounds, tunnels, underpasses, overhead bridges, pedestrian bridges, underground walkways etc located within the premises / area mentioned in the contract scope of work, both manually & mechanically, using appropriate equipment v. Cleaning of the Greenbelts and collection of leaves etc. vi. Cleaning & Removal of all kind of Rubbish including leaves / green waste / garbage etc from Green Belts / Open areas / nullahsetc located within the area mentioned in the contract scope of work. vii. Deployment of appropriate number of staff on Sundays / Holidays for prompt cleaning & removal of rubbish from major roads, highways, avenues, markets / commercial areas including weekly bazaars located within the area mentioned in the contract scope of work viii. Deployment of entire staff & machinery (additional, as per requirement) as per normal routine on the days of National / Religious importance i.e. Eids, Independence Day etc or as directed / notified by the MCI.

3.2.2 Door to door collection mechanism Door to door collection for Front End Collection Plan/mechanism is categorized as:

(a) Block Collection. Wherein the workers with the collection vehicles, collect garbage at the door step of the residents and store in the collecting vehicles, which is then disposed off to the nearest Skip / garbage containers etc..

48 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(b) Door Step Collection. Wherein waste is left outside the property by the residents in plastic/polythene bags and picked up by waste collecting vehicles moving in and around the residential area at specific time each day or collected at door step by the sweepers every day, equipped with wheel barrow, handcart and disposed of to the nearest dustbins sites.

(c) Shared containers type collection. Wherein a container of suitable capacity is placed at an appropriate place within a zone/area (near Residential Block, Apartment Building, Market place and Shopping Area etc. and the residents put their garbage inside the container, these containers may be of hook and lifting type or may be bucket type with proper ‘tipping’ arrangements, for lifting and empting. Operation is to be done as many times as required to keep the container free of garbage over spilling. The location where such containers are to be placed would be provided to the contractor at the start of work. The area near the Container has to be kept clean by the Contractor.

3.2.3 Street Sweeping and Sweeping of Main Roads

i) Classification / Type of Roads.

a. Primary Roads/Avenues. These are the main roads connecting two or more (usually dual carriageway), planned and constructed on established Engineering practices with proper road geometry of 3 or more lane carriageways.

b. Secondary Roads (Service Roads). May be classified as main roads but secondary type, at the periphery of each sector and to the Markaz area.mostly duel carriageways (2+2) with shoulders.

c. Streets. These are internal roads, connecting various residential blocks, mostly 2 lane carriageways type with or without sidewalks.

ii) Sweeping Methodology.

a. Conventional Type (i.e. manual). With the help of sweepers, using brooms/brushes and sweeping waste is collected through wheelbarrows, transported and disposed of to the nearby containers/collection points.

b. Mechanical Type (i.e. using vacuum Mechanical Vehicle). Appropriate, vacuum type mechanical sweeping vehicles / built-in sweeping waste containing facility, shall be used. The sweeping waste shall be disposed of to the nearest container/collection point.

49 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

iii) Proposed Sweeping System.

a) Secondary Road &Streets (Manual Sweeping). On secondary roads (service roads) and internal streets manual sweeping be adopted along wheelbarrow and Suzuki Pickup type of vehicles to transport the sweeping waste from the beat (area) to collecting point / containers. Sweeping on internal streets of residential area may be done as per schedule to be provided by the Client. In Markets &Markaz area etc, sweeping shall be done twice daily. Contractor may be asked to prepare its own Schedule (subject to approval of MCI). However main aim is to keep the area clean and clear from garbage at all times.

b) Primary Roads, Avenues &the Commercial Areas (Mechanical Sweeping) The Contractor shall use mechanical means of appropriate capacity for sweeping roads as per the schedule provided by the Client on monthly basis. Sweeping stuff may be disposed of to the nearest dustbin site. Mechanical sweepers of self- contained and vacuum type are best suited for the purpose.

Purposed Unit for Mechanical Sweeping is Hectares Calculation of Hectares (Ha):- Actual Length Swept by Mechanical sweepers in Meters x Sweeping Width of a Mechanical Sweeper in meters (Avg. sweeping Width of Mechanical Sweepers in Calculated as 2.2 meters which will be a constant factor = (Value xxxxx)_m 2

If these m 2 / 10,000= 1 Hectare (Ha)

c) Footpath, Medians, Open Spaces etc.(Manual Sweeping) It is suggested that on footpath Medians, Roundabouts and open spaces, manual sweeping be adopted along wheelbarrow and Suzuki Pickup type of vehicles to transport the sweeping waste from the beat (area) to bucket or containers placed nearby the area. Sweeping be carried out as per schedule of sweeping provided in technical specification. The purpose is that the area must be cleaned and cleared from garbage.

iv) Proposed Lifting & Disposal of MSW from Collection Point /Dustbin Sites to the Dumping Site.

The suggested / proposed numbers of vehicles / machinery & equipment shall have the capacity to handle 700 Tons Per day MSW generation of Islamabad and in case of increase in quantity of MSW the number of vehicles / machinery & equipment shall also be increased accordingly / proportionally..

50 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Section IV

TERMS OF REFERENCE/SCOPE OF WORK& TECHNICAL SPECIFICATION

4.1 Transition Period

Transition period for the purpose of implementation of this contract is 03 (three) months starting from date of signing of agreement and work order. The contractor shall be liable to start its activities of work and services even in the transition period.

4.2 Terms of Reference (TOR)

a. Scope of work

i. Door to door garbage collection on daily basis as per schedule and modalities agreed between both the parties (Schedule to be provided by the Client at the start of each month).

ii. Sweeping of Streets, Avenues, Footpaths, Medians, Market Places and other open spaces using both manual & mechanical means as per schedule provided by the client at the start of each month.

iii. Collection, Lifting & Disposal of Solid Waste from transfer/collection points to the Dumping/Landfill designated Site’s in Sector I-17, Islamabad for the purpose on daily basis as per schedule and modalities agreed between both parties.

iv. Washing of Roads activity includes washing the areas like squares and walkways within, Main Avenues, Highways, Markets, as and where required as per schedule mutually agreed between the contractor and the Authority, with mechanical vehicles. Washing service will start within 3 months following the site delivery with necessary machinery and equipment. No staging is considered for the washing activity.

v. Monitoring & Tracking of the entire Vehicles, supervisory staff etc in a scientific manner i/c setting up of Command & Control Centre.

vi. Establishment of a robust Complaint Management System.

vii. Community engagement through awareness programs and its implementation.

viii. The contractor shall be responsible to provide six (06) Vehicles (new) for supervision staff of the Sanitation Directorate of MCI. These vehicles should comprises of (One 4x4 Toyota

51 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Pickup, one 1300cc Car(Suzuki/Corolla/Honda), Two 1000cc Car and Two 800cc Suzuki Vans). The contractor shall also provide fifteen (15) Motorbikes (125 cc) to the supervisory staff of MCI. The cost associated with POL, repair and maintenance should be the responsibility of the Contractor. These vehicles will remain the property of the contractor after the expiry of the Agreement Period. No separate payment will be paid to the Contractor for provision & maintenance of vehicles & motor bikes.

b. Objective of work and services

The objective of work and services is to provide efficient, cost effective and environment friendly solid waste collection, transportation and its efficient & effective disposal for a clean and healthy environment. Effective management and monitoring shall help out in obtaining desired results in time.

c. Tasks to be performed. Door to door collection of garbage on daily basis (or as agreed between Procuring Agency and Successful bidder depending on ground situation).

Door to door collection for Front End Collection Plan/mechanism is categorized as under:

(a) Block Collection. Wherein the workers with the collection vehicles, collect garbage at the door step of the residents and store in the collecting vehicles, which is then disposed off to the nearest Skip etc.

(b) Door Step Collection. Wherein waste is left outside the property by the residents in plastic/polythene bags and picked up by waste collecting vehicles moving in and around the residential area at specific time each day or collected at door step by the sweepers every day, equipped with wheel barrow, handcart and disposed of to the nearest dustbins sites.

d. Street Sweeping and sweeping of Service Roads

1. Conventional Type (i.e. manual). With the help of sweepers, using broom/ brushes. The sweeping waste is collected through wheelbarrow, transported and disposed of to the nearby containers with tipping arrangements.

2. Mechanical Type (i.e. using machine sweepers). Appropriate, vacuum type mechanical sweeping vehicles including built-in sweeping waste containing facility shall be used. The sweeping waste shall be disposed of to the nearest bucket or container having tipping arrangements.

52 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

e. Collection and Transportation of MSW Under the proposed plan efficient and effective collection & transportation system for MSW is to be adopted - a system that helps keeping the area free of garbage. The target number of collection points / dustbin sites are to be significantly reduced that can be done using: 1. Containers, bins having tipping arrangements is to be provided at appropriate location that can be emptied into a compaction type container mounted on vehicles. Using compaction type containers mounted vehicles save labour cost and frequent cleaning of bin, buckets and containers help discourage scavengers, reduce insects/rodents problems, prevent windblown trash, control odor, save inside storage space and outside parking spaces and reduce the hazards of open dumping. For variety of reasons, emphasis is made to use appropriate machinery for solid waste management and transportation.

f. Responsibilities of procuring agency

1. In case the procuring agency does not fulfill its obligation regarding signing of agreement the Contractor may relinquish its commitments 45 (forty five) days after receiving the acceptance letter by procuring agency.

2. The procuring agency shall assist and facilitate the contractor in performing the work and services as per the contract in respectful and honorable manner throughout the period of contract.

3. The procuring agency shall make all due payments to the contractor in respect to verified monthly bills timely and will be careful and justified in imposing penalties.

g. Responsibilities of contractor

1. The contractor will perform the work and services under this contract in respectful, honorable manner with desire to serve people of the area.

2. The contractor will submit his monthly performance bill in time and in accordance work performed correctly and in justifiable manner.

3. Contractor shall follow the instructions; guidelines issued by client or by representative of client and shall comply with all such instruction timely.

4.3 Technical specification.

A. Provision of Bin & Containers. The contractor shall provide bins and containers having tipping mechanism compatible with compactor vehicles in the color scheme as approved by the Client, with MCI Logo and Letters

53 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

“Municipal Corporation Islamabad” and the UC Name with the approval of the Procuring Agency. Bin Type and Sizes Standard Metal Bin/Container of container cubage of1.10 m3&5-10.00m 3.All the bins and Containers shall be of tipping type. The dust bin also be fixed as per directions of the Sanitation Staff as and where basis.

B. Plan for Placement of Bins and Containers The contractor will prepare a comprehensive plan for placement of bins and containers in various sectors of Islamabad as per intl. guideline for revamping of Bins system.

The plan submitted by successful bidder shall be reviewed by client after award of the contract and a revise plan shall be prepared with mutual consent of client and contractor and with the approval of client, the approved plan shall be implemented for provision of works and services under this contract.

E. Door to door collection plan Domestic waste shall be collected door-to-door only in residential areas / commercial areas located within the premises of Blue Area, Sectors E-7, F-5, F-6, F-7, F-8, F-10, F-11, D-12, G-5, G-6, G-7, G-8, G-9, G-10, G-11, H-8, H-9, H-10, H-11, I- 8, I-9, I-10, I-11, (I-14 &I-16 Partially) Model Towns (Humak, Margalla, Shahzad&Rawal Town).

F. Handcarts and other tools for door to door collection 1. Contractor will collect waste from narrow streets, which cannot be accessed by garbage vehicles through workers using wheeled handcart and empty them to nearby container or to the compactor vehicle standing in the nearby locality. Wheeled handcart bin cubage = 120 Litters approx.

2. Contractor may also collect waste from congested residential colonies through workers using wheel barrows.

G. Manual sweeping Manual sweeping of roads shall be done by man/woman sweepers using broom/brushes and sweeping waste is collected through wheelbarrows and sweeping waste disposed of at nearby container or bucket or compactor vehicles standing nearby in the locality.

Tools for manual sweeping 1. Broom and brushes 2. Shovel and spades 3. Racks 4. Basket 5. Hoe.

54 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

4.5 Increase or decrease of cost As per contract clause 5.9and Appendix-C

4.5 Procuring agency representative, duties and authorities The procuring agency may appoint a supervising consulting firm or supervising personnel to examine whether work is being performed in accordance with the standards, quality and specification. The supervising consulting firm shall verify the monthly performance bill, check monthly performance and shall report to the client. The contractor shall comply to the instructions of the supervising authority.

4.6 Uniform All field sanitation staff of the contractor shall wear a proper uniform as approved by the client. A logo of MCI shall be placed on the front pocket and on the back of the uniform. The Supervisory staff shall also wear an approved uniform bearing logo of MCI. The cost of uniform shall be included in the unit price of work items mentioned in the price list.

4.7 Payment of MSW. Payment of MSW collection and Transportation shall be based on weight (Metric Ton=1000Kg), subject to weight quantified / measured through a designated weighbridge (weighbridge designated and approved by MCI. The Weighing Bridge should be installed y the contractor and all the charges will be borne by the contractor. The weigh bridge shall be regularly calibrated in presence of client representative. Debris and inert waste shall not be mixed with MSW. Any weight of debris or inert waste shall not be subject to payments. If mixed with MSW strict action shall be taken including imposition of penalties and actions as per provision of the Contract Agreement..

55 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

4.8 Rating System and Payment Criteria for sweeping work (Manual and Mechanical).

Numeric Payment in terms of Value Service Standard sweeping works percentage of cost of work done 1 a) A clean street no litter b) A clean street with no accumulated dust. 100% 2 a) A clean street, except for a few pieces of litter b) A clean street with some accumulated dust . 90% 3 a) No concentration of litter. There are no piles of litter, and there are a large gaps between piece of litter. b) No concentration of dust. There are no piles of dust, and there are large gaps between minor heap of dust particle or small gaps between dust particle. 80% 4 a) Litter is concentrated in spots. There may either be large gaps between pile of litter, or small gaps between pieces of litter. b) Dust and particle concentrated in spots, there may either gaps between minor heap of dust particle or small gaps between dust particle 70% 5 a) Litter is concentrated and there are only small gaps between pieces of litter. b) Dust and particle is concentrated in spots, there may either gaps between minor heap of dust particle or small gaps between dust particle 50% 6 a) Litter is highly concentrated with no gaps in the pile of litter, the litter is straight line along the curb. b) Dust is highly concentrated with no gaps in the heaps of dust and particle. The dust is straight line along the curb. 30% 7 a) Litter is very highly concentrated and there are no gaps between the piles of litter. The litter is a straight line along and over the curb. b) Dust is very highly concentrated and there are no gaps between the dusts. The dust is a straight line along and over the curb. 0%

A) Street Cleaning Rating System in Term of Litter and Dust.

Rating System and Payment Criteria for House-to-House collection of garbage shall also be applied. Based on the ground realities, the criteria shall be jointly worked out by MCI and the contractor at the start of the contract. In case of any disagreement, the criteria notified by MCI shall prevail. Penalty shall be

56 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

imposed on the contractor in case of non-compliance of the schedule for House-to-House collection of garbage.(as per detail provided at page 68)

4.9 Submission of Monthly Bill

A. The contractor shall submit the bill / invoice for the work and service performed by 7th day of every month. Monthly bill shall be supported by sector / area wise MSW weight slips along with detail of lifting of MSW along with date, time and location. An inventory of roads on which sweeping work is done with length and reference date, time and location shall be provided by the contractor in support of their bill. In addition details of Bio-Metric attendance of staff shall also be provided. Contractor may use GIS System and other latest technology to provide information in support of his monthly bill submission. In the event of the failure of the Employer / Client to make payment within sixty (60) days, the Employer shall pay to the Contractor compensation at the one (01) month rate of KIBOR (Bid Side) + two (02) % per annum upon all sums unpaid from the date by which the same should have been paid.

B. Minimum amount of monthly bill (interim / running payment certificate) The amount of interim running payment shall be equal to the amount of certified monthly works executed. Every effort shall be made to ensure that the monthly bill is paid within 28 days of its submission.

4.10 Demolition, Construction/Building Material and Debris Management Service. The Contractor shall be responsible to lift & dispose off all dismantled construction / building material / debris as instructed by the supervisory staff from the area of service to the designated site without any delay. Any weight of dismantled material / debris shall not be subject to payment. For the purpose of this management the contractor shall be required to:

a) Provide as number of vehicle as required to lift and transport of demolition material and debris. b) Provide as much staff as required to manage this service. c) Construct, manage and operate a construction demolition/building material and debris yard at appropriate place within the same area where demolition material and debris shall be dumped.

The contractor will however be allowed to charge fee from the public requesting for lifting / removal of such dismantled material and debris. The fee / charges for this service shall be fixed at the rates approved by the MCI. The contractor is allowed to sell out dismantled construction / building material dumped at the yard / designated site. The contractor is hereby warned that: Dumping of demolition, construction/building material in the community dustbins, on roads, streets, lanes, footpaths, central medians, roundabouts & open places is strictly prohibited. Any violation in this regard will be dealt strictly and penalized as per Law.

57 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

4.11 Scientific Monitoring and tracking system for entire Management and Operation Plan

The monitoring of processes included in front-end services should be aimed to ensure that the objectives of solid waste management plan are realized and achieved. The proposed mechanism for different processes include:

Addition Attendance of staff supported by Bio-metric System .

The Contractor shall have to setup his own Command and Control Centre along with Control Room for effective monitoring and execution of the scheme. Facility to be developed by the Contractor at any designated space/facility provided and approved by the Client

• Members from UC’s and Municipal Corporation Islamabad shall be given access to the Command and Control Centre as well as control room.

• Radio Monitoring System to be established at control room.

• Android-based monitoring system shall be established at control room.

• GPS tracking system for garbage transportation vehicles shall be installed.

58 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Section V

CONDITIONS OF THE CONTRACT

5.1 Compliance of Laws & Rules Regulation

The contractor shall be bound under this contract to comply with all substantive and procedure laws of Islamic Republic of Pakistan which may include but are not limited to the followings:

i) Labour Laws

ii) Land Laws

iii) Environmental Laws

iv) Local Govt. Act./Laws

v) All National Rules and Regulation applicable to the nature of services and works under this contract.

Inability of successful bidder to comply with all laws, rules, regulation and procedures will result in penalization, as per penalty clauses provided in this contract.

All substantive and procedural laws of Islamic Republic of Pakistan shall govern this document and shall have over-riding effect in case of any conflict.

5.2 RFP Document All section of RFP documents i-e.,

Section-I , Preamble to the bid Section II, Existing Solid Waste Management in Islamabad Section III, Proposed Plan for SWC (Islamabad) Section IV, Terms of Reference/scope of work & Technical Specification.

INSTRUCTIONS TO BIDDERS

BIDDING DATA

FORM OF BID AND APPENDICES TO BID

FORM OF BID Letter of Technical Bid Letter of Price Bid Appendix -A to Bid : Special Stipulations Appendix -B to Bid : Foreign Currency Requirements Appendix -C to Bid : Price Adjustment Appendix -D to Bid : Bill of Quantities Appendix -E to Bid : Proposed Schedule Appendix-F to Bid : Method of Performing the Services

59 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Appendix-G to Bid : List of Major Equipment – Related Items Appendix -H to Bid : Camp and Housing Facilities Appendix-I to Bid : List of Subcontractors Appendix-J to Bid : Estimated Progress Payments Appendix-K to Bid : Organization Chart of the Supervisory Staff and Labour Appendix-L to Bid : Integrity Pact Appendix-M to Bid : Financial Competence & Access to Financial Resources Appendix-N to Bid : Past Performance, Qualification & Experience Appendix-O to Bid : Evaluation Criteria Appendix-P to Bid : Current Commitments

FORMS BID SECURITY PERFORMANCE SECURITY CONTRACT AGREEMENT CREDIT LINE FACILITY MOBILIZATION ADVANCE GUARANTEE/BOND

Section -V: CONDITIONS OF CONTRACT

TENDER DOCUMENTS (DRAWINGS)

All Sections noted above and the clauses contain therein are part and parcel of RFP Document and are integral part of the agreement and shall be binding upon the client and contractor.

5.3 Language(s) and Law (a) The Contract Documents shall be drawn up in the English language.

(b) The Contract shall be subject to the Laws of Islamic Republic of Pakistan.

5.4 Inspection of Site Wherever an option is made available to the Contractor in respect of any data provided to the Contractor by the Employer, the Contractor shall be solely responsible for ascertaining the correctness of such opinion and the Employer shall in no manner be liable in this behalf. In particular and without limiting the generality of the aforesaid, the Contractor shall not rely upon such opinion or interpretation for any claim with respect to additional time or cost under the Contract. 5.5 Performance Security The Contractor shall provide Performance Security to the Employer in the prescribed form. The said Security shall be furnished or caused to be furnished by the Contractor within 14 days after the receipt of the Letter of Acceptance. The Performance Security shall be of an amount equal to 10% of the Contract Price stated in the Letter of Acceptance. Such Security shall, at the option of

60 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

the bidder, be in the form of either (a) bank guarantee from any Scheduled Bank in Pakistan or (b) bank guarantee from a bank located outside Pakistan duly counter-guaranteed by a Scheduled Bank in Pakistan or (c) an Insurance Company having at least AA rating from PACRA / JCR. The cost of complying with requirements of this Sub-Clause shall be borne by the Contractor.

5.6 Performance Security Binding on Variations and Changes The Performance Security shall be binding irrespective of changes in the quantities or variations in the Works or extensions in Time for Completion of the Works which are granted or agreed upon under the provisions of the Contract. Without limitation to the provision of the preceding paragraph, whenever the Employer determines an addition to the Contract Price as result of a change in cost and / or legislation or as a result of variation amounting to more than 25% of the Contract Price, the Contractor, at the Employer or REP (Chief Officer, MCI) written request, shall promptly increase the value of the Performance Security by an equal percentage in accordance with the provision of Sub- Clause-10.1

5.7 Financial Assistance to Contractor Financial assistance shall be made available to the Contractor by the Employer as follows: Mobilization Advance

(a) An interest-free Mobilization Advance @ 10 % of the Contract Price stated in the Letter of Acceptance shall be paid by the Employer to the Contractor upon submission by the Contractor against Bank Guarantee for the full amount of the Advance in the specified form from a Scheduled Bank in Pakistan acceptable to the Employer (MCI).

(b) The Mobilization Advance will be deducted from the monthly bill / invoice in Nine (09) equal installments, commencing from the 3rd Month of Commencement of Services. 5.8 Payment of Bid Security “It would be released after expiry of contracts periods, finalization of account and subject to the condition that there is no audit observation, audit Para, draft Para, and advance Para, litigation and etc. involving recovery from the Contractor is outstanding against this Services after closing and contract defective liability period” 5.9 Increase or Decrease of Cost The amounts payable to the Contractor, pursuant to Appendix-C, shall be adjusted in respect of the rise or fall in the cost of POL & Labour (Unskilled) against inputs to the services, as highlighted in Appendix-C by applying to such amount the formula prescribed for bill amount of Part – I of BOQ only, as under: 5.10 Basis of current date prices& Adjustment

61 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

A) Source of price (Diesel) The source of prices of diesel shall be obtained from Pakistan State Oil (PSO). However for a particular adjustable element the same source shall be used throughout the currency of the contract.

B) Source price – Labour (Unskilled) The source price for labour shall be from; Government of Pakistan (GOP), Federal Bureau of Statistic (FBS), monthly Statistical Bulletin and statutory notifications. However for a particular adjustable element the same source shall be used throughout the currency of the contract.

C) Element for price adjustment The adjustment to the monthly statements in respect of changes in cost shall be determined from the following formula:-

Ln Mn En Pn= A + b ------+ C------+ d ------+ ------Lo Mo Eo Where:

Pn is a prive adjustment factor to be applied to the amount for the payment of the work carried out in the subject month, determined in accordance with Paragraph 60.1 (a), and with Paragraphs 60.1 (b) and (e), where any variations and day work are not otherwise subject to adjustment;

A is a constant, specified in Appendix-C to Bid, representing the nonadjustable portion in contractual payments;

B,c, d etc., are weight ages or coefficients or coefficients representing the estimated proportion of each cost element (labour, cement and reinforcing steel etc.) in the Works pr Sections there of, net of Provisional Sums and Prime Cost; the sum of A,b,c,d,etc., shall be one;

Ln, Mn En, etc., are the current cost indices or reference prices of the cost elements for month “n” determined pursuant to Sub-Clause 70.1(d).

D) Standard Procedure and Formula for Price Adjustment

Calculations. A) Applicability as mentioned above.

a. The provision for price adjustment shall be applicable to this contract and price adjustment shall be applicable as payable in full for original scheduled completion period on bill amount Part-I only.

b. In the event the completion of contract exceeds the original scheduled period then:

i. In case of default on the part of contractor causing delay in original schedule completion, the rate of price adjustment will be frozen at the original scheduled date of completion, however price adjustment will be applicable till actual completion. While computing price adjustment beyond the scheduled

62 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

completion period, in the event the rate is reduced then that reduced rate will be applicable. ii. The price adjustment will be payable in full for the extended period, if the contractor has been granted an extension of time for no fault on the part of contractor duly approved by Municipal Corporation Islamabad (MCI) (i.e. the procuring agency).

c. The Basis for compensation (Price Adjustment) will be only those element as specifically listed in this document.

d. There shall be no price adjustment for the elements, which the employer has either supplied free, of cost or at fixed prices as well as for those elements for which an umbrella ex-gratia or escalation cover is provided by the Government through an executive order or Statutory Regulatory Order (SRO).

e. The price adjustment provided herein is only for price adjustment in Local Currency (Pak Rupees).

f. No method other then as given in this document is applicable to compute the price adjustment.

5.11.1 Base Date Price and Current Date Price

a. Base Date Price. The base date price (or Base date index) of the element specified in clause 4.5 (iii) shall be the price of the element which was prevalent twenty eight (28) days prior to the date of submission of tender and such price is to be indicated in writing in the document, as required to be provided by the bidder as per appendix-C along with the documentary evidence of specified source. The base date price of the specified element shall be obtained from the sources specified under clause No.4.5

b. Current Date Price. The current date price (or current date index) of the element specified under clause 5.5(iii) shall be price of the element, which was prevalent twenty eight (28) days prior to the start of the execution month (calendar month) to which a particular monthly statement (monthly running bill) is related. The current date price of the specified element shall be obtained from the source specified in the contract and its documentary evidence is to be provided by the contractor along with monthly bill statement.

c. Procedure. The monthly bill statement (monthly running bill) as submitted by the contractor, will be

i. Subjected to verification by procuring agency or its authorized representatives or a joint committee constituted for the purpose comprising of representatives of procuring agency, MCI and the contractor. In case the billed amount is for more than one month, the

63 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

amount of bill shall be segregated for actual work done for each month.

ii. Considering the base date price and current date price, the price adjustment in the billed amount (BOQ Part – I only shall be considered in accordance with procedure of PEC.

The adjustment to the monthly statements in respect of changes in cost shall be determined from the following formula:-

Ln Mn En Pn= A + b ------+ C------+ d ------+ ------Lo Mo Eo Where:

Pn is a price adjustment factor to be applied to the amount for the payment of the work carried out in the subject month, determined in accordance with Paragraph 60.1 (a), and with Paragraphs 60.1 (b) and (e), where any variations and day work are not otherwise subject to adjustment;

A is a constant, specified in Appendix-C to Bid, representing the nonadjustable portion in contractual payments;

B,c, d etc., are weight ages or coefficients or coefficients representing the estimated proportion of each cost element (labour, cement and reinforcing steel etc.) in the Works pr Sections there of, net of Provisional Sums and Prime Cost; the sum of A,b,c,d,etc., shall be one;

Ln, Mn En, etc., are the current cost indices or reference prices of the cost elements for month “n” determined pursuant to Sub-Clause 70.1(d).

5.11 Rate analysis

The contractor shall provide rate analysis for each item of BOQ mentioned in the price sheet. The rate analysis should indicate breakup of Unit Cost by activities involved in an item. The consumption of fuel at current rates, factored cost of machines, cost of litterbins, buckets, containers, tools, labour cost, managing and monitoring and other cost breakup while evaluating unit price for the items of works and services and shall also provide breakup of cost of other items that are inbuilt in items of works, and the way of evaluation the unit prices. The details are required to assist the reasonability of rates quoted by the contractor. 5.12 Approval of Sub-Contractors List Where a list of sub-contractors is provided by the Contractor under Appendix to Tender, the sub-contractors in that list shall be subject to the prior approval of the Employer and acceptance of bid does not imply approval of sub- contractors list. The extent and nature of the works to be sub-contracted shall

64 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

be subject to the approval of the Employer. The contractors are permitted to employ sub-contractor not more than 30% of their contract work. In case of violation of this rule, punitive action not excluding termination of contract is liable to be taken against the defaulters. 5.13 Inter disputes of Contractor and Sub-Contractors In the event of a dispute of whatsoever nature arises between the Contractor and his Sub-Contractor, the Contractor shall indemnify the Employer and the Engineer against such inter-disputes, resulting litigations and shall not nominate Employer or the engineer as “Respondents” or “Witnesses” in the Court of Law in the process of these litigations. 5.14 Contract Agreement The Contactor shall, within seven (14) days of furnishing of acceptable Performance Security and other relevant documents, the employer will frame the contract Agreement, in the form annexed to the Bidding Documents with such modifications as may be acceptable to both parties. The Contractor shall provide two copies of the signed Contract Documents to the Employer in proper book form which shall be enclosed with the Performance Guarantee. Insurance Policies / Bonds and other Bonds / Guarantee / Securities prepared and completed at the cost of the Contractor.

5.15 Correspondences-Communications-Notices All correspondence, communication and notices required or permitted under this contract shall be in writing and in English language and shall be given (to and from contractors & client) at official address provided in this contract document. Change of address shall be duly notified by the relevant parties.

5.16 Language Ability of Contractor’s Representative The Contractor’s authorized representative shall be fluent in the English language. Alternately an interpreter with ability of English language shall be provided by the Contractor on full time basis. 5.17 Safety, Security and Protection of the Environment

The Contractor shall exercise care to protect the natural landscape and shall conduct his operations so as to prevent any unnecessary destruction, scarring or defacing of the natural surroundings in the vicinity of the Sanitation Services, except where clearing is required for permanent works, approved , temporary works and for excavation operations. All trees and native vegetation shall be preserved and shall be protected from the damage which may be caused by the Contractor’s operations and equipment. On completion of the Sanitation Services, all work areas shall be levelled and graded in a manner to confirm the natural appearance of the landscape. Where unnecessary destruction, scarring damage or defacing may occur as a result of the Contractor’s operations, it shall be repaired, replanted or otherwise corrected as directed by the Employer at Contractor’s expense. During the performance of the Sanitation services required under the Contract, the Contractor shall carryout proper and efficient measures often a necessary to reduce the dust/noise nuisance and to prevent dust originating from his operations. 5.18 Engagement of Staff and Labour The Contractor shall, make his own arrangements for the engagement of all

65 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

staff and labour, local (Pakistani) , and for their payment , housing , feeding and transport.

5.19 Supply of Water The Contractor shall, so far as is reasonably practicable, having regard to local conditions , provide on the Site, to the satisfaction of the Chief Officer MCI or his representative, adequate supply of drinking and other water for the use of his staff and labour. 5.20 Arms and Ammunition The Contractor shall not give, or otherwise dispose of to any person or persons, any arms or ammunition of any kind or permit or suffer the same as aforesaid. 5.21 Integrity Pact If the Contractor or any of his Subcontractors, agents or servants is found to have violated or involved in violation of the Integrity Pact signed by the Contractor as Appendix to his Bid, then the Employer shall be entitled to: (a) recover from the Contractor an amount equivalent to ten times the sum of any commission, gratification, bribe, finder’s fee or kickback given by the Contractor or any of his Subcontractors, agents or servants; (b) terminate the Contract; and (c) recovery from the Contractor any loss or damage to the Employer as a result of such termination or of any other corrupt business practices of the Contractor or any of his Subcontractors, agents or servants. 5.22 Water Charges

The source of water will be indicated by the Authority from water mains passing along areas where the Sanitation Services is required to be carried out and the contractor shall pay the cost of water to the authority at 0.5% of the total cost of work/ Sanitation Services. The contractor will bear all charges for laying his water line from the mains to the site of his underground tanks which may require and construct for storage purposes at his own cost.

5.23 Type of Agreement and Contract Price The agreement is a unit price contract, the sum of amounts is calculated by multiplying quantity of each work item as indicated in the price list and unit price quoted by the contractor for that work / services items. The payments of each Sanitation Services performed by the contractor shall be based as per BOQ.

5.24 Duties and Taxes All of the taxes, duties, fees, and other contractual costs regarding the signing of the contract shall be borne by the contractor.

5.25 Expenses included in the Contract Price

All costs associated with the operational management, monitoring and performance of works and services according to the contract, expanses related with fuel, spare parts, maintenance and repair, depreciation of vehicles (solid waste collection and transportation vehicles & supervisory staff vehicles) etc. and cost of other incidental items, cost of transportation, cost of trolleys,

66 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

containers, bins and others mentioned in various sections of the contract. Cost of any or all insurances related to and for the purpose of works and cost of all taxes is required to be paid by the contractor pursuant to laws of Pakistan. All the above-mentioned costs and those mentioned in the sections of the contract document must be taken into account and included in bid price.

5.26 Intermediate payment / Running Bill

The contractor shall submit running bill within the first week / seventh (07th) day of every month for the work and services performed by him. The monthly performance shall be checked and determined by the client subject to verification through client representatives and on the basis of such verified determinations {4.13 (a)} by the client payment shall be made within sixty (60) days after submission of monthly performance bill / running bill by the contractor.

5.27 Insurance of work & work places

The contractor shall be responsible for safeguarding of work and work places the contractor shall take all insurances required by pertinent legislations and submit the policies thereof to the client. The contractor shall be responsible for any damages caused by him or his Subcontractor’s personals in respect of work performed under this contract.

5.28 Accident or Injury to Workmen

The Employer shall not be liable for or in respect of any damages or compensation payable to any workman or other person in the employment of the contractor or subcontractor. The Contractor shall insure against such liability and shall continue such insurances during the whole of the time that any person are employed by him.

5.29 Indemnification by Bidder/Contractor

Contractor shall indemnify, defend and hold harmless the client (MCI), its members, officers, directors, employee and representatives from and against any and all claims arising out of or in any way connected with gross negligence, fraud, or willful misconduct of the contractor or any one acting on contractor’s behalf or under his instructions in connection with this contract and contractor’s obligations there under. Any cost or expenses incurred by the contractor pursuant to its indemnity obligation under this clause shall be the sole responsibility of the contractor. AND The contractor / bidder shall indemnify the MCI, its employees against all losses and claims in respect of:

a) Death or injury to any person, due to accident.

67 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

b) Loss or damage to any vehicle, plant, property which may arrived out of accident or public root or in consequences of execution of work and against all claims, proceedings, damages, cost, charges and expenses, whatsoever in respect of or in relation thereto the contractor shall indemnify the client, its officers, employee for any loss claims, demands or lawsuits resulting from defects in contractor’s performance during execution of work and services.

5.30 Contractor Liability for Indemnification

The contractor shall be directly responsible for the choice or use of defective or noncompliant tools or machineries deficiencies of performance in works and services, mistakes in sufficient supervision or any failure to fulfill his obligation in accordance with the provisions of this contract and specification and any other losses and damages that my occur due to similar reasons. The contractor shall indemnify such losses and damages in accordance with pertinent legislation.

5.31 Penalties & Cancellation of Contract

a. Penalties as noted below shall be imposed if negligence, discrepancies and deficiencies on the part of the contractor to fulfill their obligations on the performance of works and services and the requirements to perform such works and services are found during the contract period

b. If the procuring agency finds any non-conformity / activity contrary to the job description defined in this document, the contractor shall be given a chance to bring his work as per standards to the satisfaction level of the procuring agency and if the non-conformity is not corrected within the time limit of one Month granted by the procuring agency, the penalties will be imposed on the contractor and shall be recovered from his running payments as per following.

68 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN” a. Door to door services not rendered up to the mark OR Door to door services is rendered partially as mentioned in Rs.100000/- Per Day Per the Technical specifications Sector. Or UC’s of Rural Isb. b. If number of manpower provided/required is found Rs.500/- Per insufficient to perform works and services in a Day Per satisfactory manner(not in accordance with the minimum Person requirement of manpower) as mentioned by the Contractor c. If the vehicle used for collection, transportation of solid Rs.25000/- Per Day Per waste is found deficient/inappropriate to the standards of Vehicle solid waste management system. (Except where SWM vehicles of the procuring agency is utilized.) d. If the SWM vehicles are not cleaned and washed and Rs.5000/Per Vehicle found in an unsafe conditions. Per Day e. If leach ate or loose garbage is dropped from the vehicle Rs.5000/- Per Vehicle on roads and working routes. Per Day f. Failure to operate machinery and manpower and vehicles Rs.250,000/- Per Day during emergency conditions g. Improper collection of Solid Waste from dustbins and Rs.1000/- Per Day Per collection point including roadside collection. collection point h. If debris are found mixed with MSW while taking weights Rs.5000 Per of MSW at designated weighbridge. Trip i. Number of Garbage Containers, litterbins, tipper bins are Rs.50000/- Per Day found less than the requirement as proposed by bidder in their proposal. j. Failure to clean public areas and removal of waste there Rs.10000/- Per Day from. k. Sweepers personals not wearing uniform (Identifiable to Rs.500/- Per procuring agency) Person Per Day l. Failure to collect domestic waste on road sides, footpath Rs.1000/- Per Day and streets in 24hours. m. If garbage containers are not cleared properly and timely Rs.5000/- Per Day as required under the contract n. Repeat violation of cleaning and street sweeping services Rs.20000/- Per Day o. On open transportation of garbage Rs.5000/- Per Vehicle/Day q. If the works and services to be delivered are not started within the stipulate time i.e. ninety (90) days after signing of Contract Agreement Rs.50000/- Per Day r. If dumping of garbage and other solid waste to any other Rs.10000/- Per Day place other than the approved disposal site.

69 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

a. If non-conformity continues despite penalties, the procuring agency bill serve final notice and therefore the agreement shall be terminate and performance Security shall be enchased from the respective bank / insurance company forthwith.

5.32 Resolution of Dispute

a) Amicable Settlement: If any dispute and differences arise between procuring agency and contractor in connection or arise out of this contract, the procuring agency and contractor shall attempt to settle such disputes (within the provisions of the contract) through discussion in the first instance. The designated representatives of procuring agency and contractor shall promptly use their best efforts in good faith to reach a reasonable and equitable resolution of such dispute.

b) Settlement through Arbitration: After coming into force of the procurement contract dispute between the parties to the contract shall be settled by MCI or through arbitration in accordance with arbitration Act. 1940 and Laws for the time being in forced in Islamic Republic of Pakistan.

5.33 Code of Conduct The contractor that attempts to get secret information to conclude illegal agreements with the competitors or to effect the procuring agency during the phase of tender inspection, evaluation and comparison shall result in their offers cancellation and this situation shall be penalized administratively.

The contractor shall act objectively and trust worthy in accordance with rules of business ethic. It should avoid making public announcement regarding the works and services without prior permission and authorization of the procuring agency.

The contractor and its staff shall not act in inconsistent way towards his obligation against the procuring agency and they shall not accept any type of the contributions that may effect their decisions at execution, performance, reporting at the works and services.

Assets of the procuring agency shall not be utilized without appropriate documentations and valid permissions in accordance with the contract. Procuring agency’s assets shall not be used for personal interest.

Contractor is responsible to ensure that its employees keep good behavior with public and public representatives during execution of works and services in the area. Contractor shall be constructive with the public and shall not behave in a disgusting manner to the public. The services that are to be performed are to serve the public. Briberies, tip or commission offered as incentive or reward to any person shall be considered as fraud, which is strictly forbidden under this contract. If the contractor is found guilty under forbidden clauses of the contract, action shall be taken accordingly.

70 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

5.34 Time extension in conditions of force Majeure Time extension shall be granted to the contractor in condition and situation of force majeure, but procuring agency and competent authorities shall certify such condition and situation.

The contractor shall not be liable for any failure or delay in performance of his obligation under the contract, which is caused by circumstances beyond his control under force majeure.

Time extension shall be granted to the contractor in case where the procuring agency fails to fulfill its obligation regarding performance of the contract due to any reason not related with the contractor.

5.35 Access to the service area Procuring agency and their authorized representative shall have access at all time to service area, offices of the contractor and any document, materials and record and accounts relating to the works and services performed under the contract for the purpose of inspections and reviews.

5.36 Termination upon notice by procuring agency Procuring agency may terminate the Contract upon maximum ninety (90) days prior written notice to Contractor in the event:

i) That contractor violates and continues the violation of any law applicable to the works & services, where the violation may have a material adverse effect on the management and operation of services under the contract.

ii) Procuring agency may terminate the contract immediately upon the bankruptcy of the contractor or in other conditions as specified in the various clauses of the contract.

5.37 Termination by contractor The contractor may also terminate this contract upon 30 (thirty) days prior written notice to procuring agency in the event if the agency failure to perform its obligations under this contract in timely manner. If the failure is not redressed properly by the procuring agency in 30 (thirty) days, but in no case such redressel is made beyond 90 (ninety) days except if procuring agency continues to pursue for redressel of such failure.

5.38 Work in Emergency The contractor in case of emergency may be called upon to provide services as per scope of work under this contract and the contractor shall comply with such emergency orders of procuring agency without excuses. Non-compliance of the contractor shall lead to disqualification and will be dealt accordingly

5.39 Payment of Income Tax The Contractor, sub-contractor and their employees shall be responsible for payment of all taxes including income tax or any other applicable taxes. The prices quoted by the Contractor shall be deemed to cover all such taxes.

71 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

However, new taxes levied by the Federal Government after signing of the Agreement will also be recovered / reimbursed by MCI. Moreover, any change in rate of existing applicable taxes will also be recovered / reimbursed.

5.40 Local Taxation The price quoted by the contractor shall include all customs duties, import duties, business taxes, income and other taxes that may be levied in accordance with law and regulation in force in Pakistan as of the date, 28 days prior to the closing date for the submission of bid and taxes on vehicle machinery tools acquired for the purpose of the contract and on services performed under the contract, nothing in the contract shall relieve the contractor from his responsibilities to pay taxes that may be levied in respect of the contract at any time during the contract period.

5.41 Liability of the contractor The contractor and their sub-contractor or assignee shall follow strictly all relevant labour laws including workman’s compensation act. The procuring agency shall be fully indemnified for all claims arising out of any damage by the contractor, his sub- contractors or assignees and labour employed by them.

72 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Letters of Technical Bid/ Price Bid, And Appendices to Bid

73 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Letter of Technical Bid

Date: Bid Reference No: (Name of Contract/Works)

To: ......

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (IB) 9;

(b) We offer to execute and complete in conformity with the Bidding Documents the following Works:

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of ……… days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(d) As security for due performance of the under takings and obligations of our bid, we submit here with a Bid security, in the amount specified in Bidding Data Sheet, which is valid (at least) 28 days beyond validity of Bid itself.

(e) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this bidding process, other than alternative offers submitted in accordance with IB16 (as applicable) .

74 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

LTB-2

(f) We agree to permit Employer or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors. This permission is extended for verification of any information provided in our Technical Bid which comprises all documents enclosed herewith in accordance with IB.11.1 of the Bidding Data Sheet.

Name ...... In the capacity of ...... Signed ...... Duly authorized to sign the Bid for and on behalf of ...... Date ...... Address…………………………………………………………………………… …………..

75 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

LPB-1 Letter of Price Bid

Date: Bid Reference No: (Name of Contract/Works)

To: ......

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda issued in accordance with Instructions to Bidders (IB)9;

(b) The total price of our Bid, excluding any discounts offered in item (c) below is:______

(c) The discounts offered and the methodology for their application are:______

(d) Our Bid shall be valid for a period of 120 days from the date fixed for the bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;

(e) If our Bid is accepted, we commit to obtain a performance security in accordance with the Bidding Documents;

(f) We understand that this bid, together with your written acceptance thereof included in your notification of award, shall constitute a binding contract between us, until a formal contract is prepared and executed and we do hereby declare that the Bid is made without any collusion, comparison of figures or arrangement with any other bidder for the Works.

76 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

LPB-2

(g) We understand that you are not bound to accept the lowest evaluated bid or any other bid that you may receive.

(h) We agree to permit Employer or its representative to inspect our accounts and records and other documents relating to the bid submission and to have them audited by auditors. This permission is extended for verification of any information provided in our Technical Bid which comprises all documents enclosed herewith in accordance with IB.11.1 of the Bidding Data Sheet.

(i) If awarded the contract, the person named below shall act as Contractor’s Representative.

Name ...... In the capacity of ...... Signed ...... Duly authorized to sign the Bid for and on behalf of ...... Date ...... Address…………………………………………………………………………… ……..

77 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BA-1 Appendix-A to Bid

SPECIAL STIPULATIONS Clause Conditions of Contract Registration with SECP is mandatory in case of local or JV firms / Companies

1 Increase or Decrease of Cost 5.9 As per clause 5.9 and Appendix-C

Amount of Performance 10% of Contract Price or as stated in 2 5.5 Security the letter of Acceptance. 3 Insurances 5.27 to As per Contract clauses 5.30 Seven (07) Years after issuance of Work Order extendable for further Three (03)Year based on the 4 Period of Contract 1.9 performance and mutual consent (written) of the Contractor and the Client on same terms & conditions of the Contract. “It would be released after expiry of contracts periods, finalization of account and subject to the condition that there is no audit observation, audit 5 Release of Bid Security 5.8 Para, draft Para, and advance Para, litigation and etc. involving recovery from the Contractor is outstanding against this Services after defective liability period.” Penalties & Cancellation of Details elaborated in the relevant 6 5.31 Contract clause. 7 Special Facilities to Employer 4.2 As per TOR Time of Payment from date 8 4.9 60 days of submission of verified bill Mobilization Advance (free 10 % of Contract price stated in the 9 5.7 of interest) Letter of Acceptance. Recovery @ 0.5% of the total cost of 10 Water Charges 5.22 contract price. The Mobilization Advance will be deducted from the monthly bill / Recovery of Mobilization invoice in Nine (09) equal installments, 11 5.7 Advance commencing from the 3rd month of commencement of Services. .

78 | P a g e “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BB-1

Appendix-B to Bid

FOREIGN CURRENCY REQUIREMENTS

Rate would be quoted in pak rupees and payment would also be made in Pak. Rupees.

79 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Appendix-C to Bid

Price Adjustment Under Clause 4.5 of Section-IV of Contract Document

The source of indices and the weightages or coefficient for use in the price adjustment formula under Clause 4.5 shall be as follows:

Cost Description Weight ages Applicable index Element 1 2 3 4 Non Adjustable Portion Official price from public sector organization or statistical bulletin published by Federal Bureau of (i) Fixed Portion 0.50 Statistic (FBS), Statistical Division Govt. of Pakistan Statutory Notification. Adjustable portion PSO consumer Price (i) POL (HSD) 0.20

Govt. of Pakistan (GoP) Federal Bureau of Statistic (FBS), (ii) Labour (unskilled) 0.300 Statistical Bulletin and Statutory Notification. Total 1.00

Notes:

1. The rates (28 days prior to bidding for base rate and 28 days prior to date of measurement for current rate) would be considered for any price adjustment. 2. Any fluctuation in the indices or prices of materials other than those given above shall not be subject to adjustment of the Contract Price. 3. Adjustment of increase / decrease shall only be admissible as listed above. 4. All amount in Pak Rupees only. 5. The basic prices of materials are inclusive of all kind of taxes and duties that can levied at source.

80 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

(To be filled in by bidder/contractor)

Srl No. Description Base Date Price Source 1 2 3 4 As given under Clause (i) POL (HSD) No.4.5-i As given under Clause (ii) Labour (unskilled ) No.4.5-ii

Current Date Srl No. Description Source Price 1 2 3 4 As given under Clause (i) POL (HSD) No.4.5-i As given under Clause (ii) Labour (unskilled) No.4.5-ii

Note: The bidder/contractor is hereby cautioned to read clause 4.5 and price adjustment procedure given therein carefully while filling the above appendix.

81 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BD-1 Appendix-D to Bid BILL OF QUANTITIES PART –I: Unit Price in Total Price Per PKR Year in PKR Item Quantity Quantity Description of Item Unit In Figure & in In Figure & in No (per month) (per year) Words Words

1 Manual Sweeping (daily) its Management, Operation, Monitoring, Labour, Tools etc including Collection & Disposal of Waste as per contract (i/c all taxes) Manual Sweeping of all the Streets, Footpaths / Walk Ways, Pavements, Roads, Highways, Avenues, Medians, Commercial / Market / Public Places / parks / play grounds and other open spaces etc located within the premises of contractual limits i.e. Urban Area consisting of Blue Area, Sectors D -12 &E-7(only),F, G, H, & Per Month 01 Job 12 Job I, series and Model Towns (Humak, Margalla, Shahzad & Rawal Town), Jinnah Avenue, Faisal Avenue, Kashmir Highway, Fazal -e-Haq Road, Attaturk Av enue, 7 th Avenue, 9 th Avenue, Islamabad Express Way / Islamabad Highway, IJP Road except carriage ways etc. Manual Sweeping (daily) of all the main roads of Rural Area i.e. Road, Park Road, Kuri Road, Lehtrar Road, Sihala / Humak Road, Rawat GT Road and all other major roads etc or as per directions of MCI. 2 Mechanical sweeping (daily) of all the Highways, Avenues, Interchanges etc along kerb stones / carriage ways as per schedule Per Hectare 2,500 30,000 its Management, Operation, Monitoring, Cost of Machinery, Fuel, Labour etc as per contract (i/c all taxes). 3 Washing of Roads : Washing of concrete and any kinds of asphalt and non-asphalt Roads, Highways, Avenues, Interchanges etc., Market etc. places with mechanical

vehicles by using pressure water. Kilometer 1,500 18,000 Details of the “Mechanical Washing”

service are further defined in the Technical Specifications Document (Section 3.3) and as per program as per program approved by the Sanitation Authority. 4 Primary Collection of MSW: Door to Door of about 500 tons / day of garbage collection from all the residential areas / commercial areas, Streets, Footpaths / Walk Ways, Pavements, Roads, Highways, Avenues, Medians, Public Places and other open Per Ton 15,000 Tons 180,000 Tons spaces etc located within the premises of contractual limits i.e. Urban Area consisting of Blue Area, D-12 &E- 7(only), F, G, H, & I, series and Model Towns (Humak, Margalla, Shahzad & Rawal Town), Jinnah Avenue, Faisal, Kashmir Highway, Fazal-e-Haq Road,

82 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Attaturk Avenue, Faisal Avenue, 9 th Avenue, Islamabad Express Way / Islamabad Highway, IJP Road etc. 5 Secondary Collection of MSW: Secondary collection of about 500 tons / day of MSW from the Urban Areas consisting of Blue Area, Sectors D-12 &E-7(Only), F, G, H, & I, series and Model Towns (Humak, Margalla, Shahzad & Rawal Town), Jinnah Per Ton 15,000 Tons 180,000 Tons Avenue, Faisal, Kashmir Highway, Fazal-e-Haq Road, Attaturk Avenue, Faisal Avenue, 9 th Avenue, Islamabad Express Way / Islamabad Highway, IJP Road etc and its disposal at designated disposal site in sector I-17, with an average distance of 35km. 6 Secondary collection of about 200 tons / day of MSW from theRural Area consisting of Uc’s 1, 2, 3, 4, 5, 6, 7, 8, 9, 10, 11, 12, 13 , 14, 17, 18, 19, 20, 21, 22, 24, 39, 44, 45, 46, 47, 48, 49 & 50 (i.e. Saidpur, Noorpur Shahn, Malpur, KotHathial (North), Kot Hathial (South), Phulgran, PindBegwal, Tumair, Charah, Kirpa, Mughal, Rawat, Humak&Sihala, Per Ton 6,000 Tons 72,000 Tons Koral, KhanaDak, TarlaiKalan, Alipur, Farash, SohanDehati, MairaSunbalJaffar, Bokra, JhangiSayeedan, BhadanaKalan, Tarnol, Sari Karbooza, Shah Allah Ditta, Golra Sharif etcand its disposal at designated disposal site in sector I-17/3, with an average distance of 35km. Total (Part –I)

83 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BILL OF QUANTITIES PART –II:

Item Description of Item Qty Rate Unit Amount No 1 Manufacturing / Supplying Large Garbage Containers (Skips) as per approved sample attached and drawing / design and specifications as under:- Height of Skip: 72 inches Width of Skip: 66 inches Length of Skip. i) Base: 90 inches ii) Top: 138 inches iii) Middle: 162 inches The Skip will be made up using 7mm thick MS Sheet for base & 5mm thick MS Sheet for all 4 sides. Channels 2”x2” at top & 3”x2” on sides will be welded using 3mm thick MS Sheet. Angle 4”x2’ at bottom of long sides will be welded using 3mm thick MS Sheet. MS Channels 3”x1 ½” x ¼” shall be provided under the base / floor of Skip with cross channel s of same size 4 lifting hooks, as per drawing will be fixed with 2” Ǿ MS Rod reduced to 1 ½” Ǿ at half length by lathe machine and shall be welded with the side by making 2” Ǿ bore in the channel. 2 Jack Grips will be provided as per drawing using MS Shee t 7mm thick and 1 ½” MS Rod i/c making 1 ½” bores in the side supports. 2 supports on near side made with 5mm thick MS plate shall be made as per approved design. MS hooks shall be provided using 3/8” MS base as shown on the 380 Ton drawing MS sheets & sections et c shall be welded both sides continuously throughout the length. 3mm MS sheets shall be moulded to required sections / shapes with press machine etc i/c cutting complete with and i/c the cost of 2 coats of synthetic enamel paint of approved make and shade over a coat of red oxide paint to all internal and external surfaces of the skip, carriage of material, loading and unloading at approved sites. All to be done as per approved sample, drawing / design and instructions of Sanitation-in-charge (total weight of skip not less than 1264 kg x 300= 379200kg= 380Ton). The skip will be delivered at premises / sites as indicated by Director Sanitation, anywhere in Islamabad, as and when required basis.

84 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Item Description of Item Qty Rate Unit Amount No Manufacturing and Providing of Garbage Trolleys of Size 48” X 36” X 54”, made with Galvanized Iron Sheet (Imported) and section as per drawing / design and approved shape (displayed at Sanitation Directorate G-6). The main container is made with 16 Gauge G .I Sheet (Imported). Horizontal and Vertical bracings made with 3 mm (11 gauge) G-I sheet (imported), legs and base made with 3 mm (11 gauge) G-I sheet molded to Channel Section 4” X 2” Lifting Spindle and Handles made with 11/2 “ Ø and 3/8” Ø Mild Steel 3000 Each bars. Internal stiffeners made with G-I Sheet 3 mm thick (11 Gauge) 1/2” and ¾” flat welded to from T- Section. Top frame made with G-I Pipe of 1” Ø (12 gauge). Complete with and including the cost of welding and grinding / cleaning as per approved samples and instructions of the Engineer-In-charge. The trolley will be delivered at premises / sites as indicated by Director Sanitation, anywhere in Islamabad, as and when required basis. Manufacturing / Supplying and installation of Dust Bins of approved Drawing / Design and following specifications: 15” dia x 20” deep drum made of 16 Gauge. Mild Steel Sheet (barrel & bottom) i/c welding. 17” external dia x (1”+1/2”) L shape top ring made of 1/8” thick Mild Steel Sheet i/c welding with drum. Main frame of 1- 1/2” dia mild steel Pipe of 16 gauge duly bended to approved shape. 2x2 sockets of 1-1/2” dia& 1-1/4” dia mild steel pipe of16 gauge, welded to the frame as required. 2 hold fasts of angle iron 1”x1”x1/8” welded to each leg of framefor grouti ng. Deco painting of all 6000 Each internal and external surfaces with deco paint of approved shade over the primer coat after cleaning and sand papering the dust bin. Excavation in all kind of strata 1’x1’x1’-6”Embedding the legs in cement concrete 1:2:4 i/c finish ing and curing and clearing the site from all excavated stuff. Complete with and including the cost of welding and grinding / cleaning as per approved samples and instructions of the Sanitation -In-charge. The dustbin will be delivered at premises / sites as indicated by Director Sanitation, anywhere in Islamabad, as and when required basis.

Total (Part –II)

85 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Grand Summary Total Cast of Part –I Rs. ______

Total Cast of Part –II Rs. ______

Grand Total Rs.______

(In Word)______

Note: a) Minimum 700 Tons / day of MSW have been guaranteed. b) 20 % rebate shall be applied on item # 5 & 6 (Secondary Collection Items), Part-I of BOQ, on quantity exceeding 700 Tons / day.

Seal & Signature

Name of Contractor/Bidder ______

Address: ______

Landline & Cell #: ______

Fax #: ______

E-mail address: ______

86 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Breakdown of Unit Cost of the item in BOQ by the Activities and Works in that item.

Group of Activities in an item of BOQ: ______

No. Description of the Activities Unit Unit Quantity Cost in Pak Cost in in the Item Cost Rupees US$ 1 2 3 4 5

Cost = Unit Cost x Quantity

87 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BE-1 Appendix-E to Bid

PROPOSED SERVICES SCHEDULE

The Bidder shall provide as Appendix-E to Bid, the Services Schedule in the bar chart (CPM, PERT or any other to be specified herein) showing the sequence of work items and the period of time during which he proposes to complete each sanitation service item in such a manner that his proposed programme of sanitation services of the whole of the Works and parts of the Works may meet Employer's satisfactory completion targets in daily times.

The bidders are required to submit the Summary of Schedule as Appendix-E. However, the other details of schedule mentioned in sub-paras(a), (b) & (c) below, will be submitted by the successful bidder once the Commencement Letter is issued.

a) Manpower, Equipment, and other resources must be allocated to each activity according to their capacity. b) Critical Path be identified in different colour. c) CD containing the soft copy of schedule in MS Project/Primavera format must be provided, in which the linkage between manpower, equipment and activities must be provided.

88 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BF-1 Appendix-F to Bid

METHOD OF PERFORMING THE WORK

The Bidder is required to submit a narrative outlining the method of performing the Work. The narrative should indicate in detail and include but not be limited to:

1. Organization Chart indicating head office and field office personnel involved in management and supervision, engineering, equipment maintenance and purchasing.

2. For Foreign firm in Pakistan Mobilization in Pakistan, the type of facilities including personnel accommodation, office accommodation, provision for maintenance and for storage, communications, security and other services to be used. Methodology regarding the procedures for installation of equipment and machinery and transportation of equipment and materials to the site.

3. The method of carrying out the services.

4. Methodology regarding safety of environment.

5. Safety management system.

89 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BG-1 Appendix-G to Bid

LIST OF MAJOR EQUIPMENT – RELATED ITEMS

[The Bidder will provide on sheet 2 of this Appendix a list of all major equipment and related items, under separate heading for items owned, to be purchased or to be arranged on lease by him to carry out the Sanitation Services. The information shall include make, type, capacity, and anticipated period of utilization for all equipment which shall be in sufficient detail to demonstrate fully that the equipment will meet all requirements of the Specifications].

90 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BG-2 Appendix-G to Bid

List of Solid Waste Machinery / Vehicles

Owned Purchased or Proposed To be Description Capacity Present Dated of Leased Requireme provided by of Vehicle HP Rating Location Delivery at nt the (Make, or Source Site Units Contractors Model, Year) Garbage Compactor average lifting 20 Capacity of 10 ~ 13 M3 Skip Lifter (average lifting arrangements 20 for 10 ~ 13 ton Skips) Mini Tipper for Door 50 to Door Collection Dumper Trucks (lifting arrangements 25 for minimum 10 ton) Front End Loader 12 Truck Mounted Mechanical Sweepers 10 vacuum type Road Washer Sprinkler (Truck 5 Mounted)

Note: All the vehicles / machinery & equipment required for the project shall be in good / operational condition. (Not more than three (03) years old ).

91 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BH-1 Appendix-H to Bid

SERVICES CAMP AND HOUSING FACILITIES

The Contractor shall be responsible for pumps, electrical power, water and electrical distribution systems and sewerage system including all fittings, pipes and other items necessary for servicing the Contractor’s camp. The Bidder shall list or explain his plan for providing these facilities for the services of the Contractor as follows: 1. Site preparation (cleaning, land preparation, etc. 2. Provision of services. a) Power (expected power load etc.) b) Water (required amount and system proposed). c) Sanitation (sewage disposal system etc.) 3. of Facilities on temporary basis. a) Contractor’s Office, Workshop and Work Areas (areas required and proposed layout, purely temporary type of of site offices.)

Utilization of Existing Infrastructure Facilities

vi. Area measuring 42’ x 66’ (feet) within the premises of Sanitation Directorate will be allocated / provided to the work awarded bidder / contractor purely on temporary basis for liaison and central control and monitoring system, for the period of Contract Agreement.

vii. The contractor will be responsible to keep these offices and other workplaces in a neat, clean &well-maintained condition throughout the Contract period.

viii. The Contractor shall construct / upgrade allocated area for establishment of executive offices, meeting room, tracking / monitoring room, public complaint office etc subject to prior approval of the plan from the client as per Rules.

ix. A suitable sized space (mutually agreed) at appropriate location will be provided to the contractor for establishment of parking yard, workshop & stores with temporary structures after signing of contract agreement..

x. Utility bills in respect of these offices and workplaces shall be paid by the Contractor (after the taking-over date) and a copy of the same shall be provided to the Client.

92 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

4. Other items proposed security services, etc). BI-1 Appendix-I to Bid

LIST OF SUBCONTRACTORS

I / We intend to subcontract the following parts of the Work to subcontractors. In my / our opinion, the subcontractors named hereunder are reliable and competent to perform that part of the work for which each is listed.

Enclosed are documentation outlining experience of subcontractors, the curriculum vitae and experience of their key personnel who will be assigned to the Contract, equipment to be supplied by them, size, location and type of contracts carried out in the past.

Part of Works Subcontractor (Give Details) (With Complete Address) 1 2

93 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BJ-1 Appendix-J to Bid

ESTIMATED PROGRESS PAYMENTS

Bidder’s estimate of the value of work which would be executed by him during each of the periods stated below, based on his Programme of the Works and the Rates in the Bill of Quantities, expressed in thousands of Pakistani Rupees:

Amounts Period in Months (Rs.) 1 2 1st Month 2nd Month 3rd Month 4th Month 5th Month 6th Month 7th Month 8th Month 9th Month 10th Month 11th Month 12th Month Bid Price

94 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BK-1 Appendix-K to Bid

ORGANIZATION CHART FOR THE SUPERVISORY STAFF AND LABOUR

95 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BL-1 Appendix-L to Bid (INTEGRITY PACT)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC. PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN CONTRACTS WORTH RS. 10.000 MILLION OR MORE.

Contract Number:- Date:- Contract value:- Contract Title:- (Name of Bidder) hereby declares that it has not obtained or induced the procurement of any contract, right, interest, privilege or other obligation or benefit from Government of Pakistan or any administrative subdivision or agency thereof or any other entity owned or controlled by it GoP through any corrupt business practice.

Without limiting the generality of the foregoing (Name of Bidder) represents and warrants that it has fully declared the brokerage, commission, fee etc. paid or payable to anyone and not given or agreed to give and shall not give or agree to give to anyone within or outside Pakistan either directly or indirectly through any natural or juridical person. Including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder, sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback, whether described as consultant fee or otherwise, with the object of obtaining or inducing the procurement of a contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP except that which has been expressly declared pursuant hereto.

(Name of Bidder) certifies that it has made and will make full disclosure of all agreements and arrangements with all persons in respect of or related to the transaction with GoP and has not been taken any action or will not take any action to circumvent the above declaration, representation or warranty.

(Name of Bidder) accepts full responsibility and strict liability for making any false declaration not making full disclosure, misrepresenting facts or taking any action likely to defeat the purpose of this declaration, representation and warranty. It agrees that any contract, right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall without prejudice to any other right and remedies available to GoP under any law contract or other instrument be voidable at the option of GoP.

Notwithstanding any rights and remedies exercised by GoP in this regard, (Name of Bidder) agrees to indemnify GoP for any loss or damage incurred by it on account of its corrupt business practices and further pay compensation to GoP in an amount equivalent to 10 (ten) times the sum of any commission, gratification, bribe, finder’s fee or kickback given by (Name of Bidder) as aforesaid for the purpose of obtaining or inducing the procurement of any contract, right, interest, privilege or other obligation or benefit in whatsoever form from GoP.

Name of Bidder ______Signature ______Seal ______

96 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Appendix-M to Bid

FINANCIAL COMPETENCE AND ACCESS TO FINANCIAL RESOURCES

The financial position of the bidder shall be checked as per following details:

1. SOUNDNESS AND ACCESS TO FINANCIAL RESOURCES:

“The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credits, and other financial means, other than any contractual advance payments, to meet the financial requirements of the contract in the amount of his bid. As a minimum the Bidder must show that his resources, in term of at least his latest year’s working capital and line of credits, will be adequate to cover an amount equivalent to his bid price and current work commitments i.e.

*Any line of credit indicated for this (tendered) project needs to have been certified by the Bank and the said certificate(s) be enclosed with this Appendix.

2. AVERAGE ANNUAL TURNOVER

Bidders’ to list their certified yearly Criteria turnover for 3 years

Minimum average annual turnover of Pak Rupees 1000 Millions or as mentioned in Evaluation Criteria form calculated as total certified payments received for contracts in progress or completed, within the specified 3 years.

Note: The firms/contractor shall provide bank statement along with Income Tax Statement and audited financial statement for the last 03 years for evaluation of their average annual turn over.

97 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Appendix-N to Bid

PAST PERFORMANCE, QUALIFICATION AND EXPERIENCE

1) General Experience

Requirement Bidder to Provide Role details Experience under contracts in the role of Main Completion Certificate Contractor contractor, or management contractor for at least are mandatory to be the last 10 years prior to the bid submission attached, else marks deadline. would not be awarded.

2) Contracts of Similar Size and Nature (on going)

Requirement Bidder to provide Role specific details Participation as contractor or management - Letter of acceptance Contractor contractor, within the last 5 years , Services or on going on substantially completed Similar to

purposed services. The similarity shall be based on the physical size, complexity, methods, - Satisfactory technology or other characteristics as indicated Certificate is in these Bidding Documents. mandatory.

Important Notes: 1) The similar experience of bidder(s) in the role of sub-contractor shall not be considered for eligibilty criterion against the requirement of Contract of Similar Size and Nature.

98 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Appendix-O to Bid

Evaluation Criteria: Criteria, sub-criteria and point system for evaluation of technical proposal are as under: (Annexure – A)

S # Technical Evaluation Criteria Marks Full Marks 1. a) Standing of Firm (Beyond 10 years) 05 5 b) Standing of Firm (more than 05 years and less than10 years) 03 2. Work Experience of Similar Nature - Last 05 years (Successfully Completed) i) 30 Minimum three (03) works (Each work 10 marks) 40 Works in Hand (ongoing) ii) 10 Minimum two (02) works(Each work 5 marks) 3. Machinery / Equipment owned (Functional / Operational) Qty - i) Garbage Compactors of average Capacity of 10 ~16 M 3 20 04 Skip Lifter (average lifting arrangements for 10 ~ 13 ton ii) 20 03 Skips) iii ) Mini Tipper for Door to Door Collection 50 04 25 iv) Dumper Trucks (lifting arrangements for minimum 5 ~ 10 ton) 25 04 v) Front End Loader 12 04 vi) Truck Mounted Mechanical Sweepers vacuum type 10 04 vii ) Road Washer Sprinkler (Truck Mounted) 5 02 4. Man Power - i) Unskilled Labour (Pakistani) 1500 12 15 ii) Skilled (Mechanical) 20 03 5. Financial Soundness Audit Reports last three years showing turn over as 05 i) Average Turn over 03 years upto Rs. 1000 Million (Minimum) i) ii) Average Turn over Last 03 years Rs. 500 Million > Rs. 1000 10 03 Million ii) Credit limit from scheduled bank (Rs. 300 M) 02 Technical approach / methodology and program of work (sector wise) 6. - 05 Maximum marks 5 7. Grand Total 100

Note:- i. 50% passing marks are mediatory to obtain for each component of criteria.

ii. For eligibility for 70% passing marks is mediatory.

99 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Appendix-P to Bid

PROFORMA FOR LIST OF CURRENT COMMITMENTS/PROJECTS IN HAND

Total Value of Sr. Name of Date of Date of Average Client Work No. Project Start Completion monthly invoice (Rs in Millions)

100 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BS-1 BID SECURITY

(Demand Draft /CDR Only of schedule bank of Pakistan)

101 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

PS-1

FORM OF PERFORMANCE SECURITY

Guarantee No.______Executed on ______Expiry date ______[Letter by the Guarantor to the Employer]

Name of Guarantor (Bank) with address:______(Scheduled Bank in Pakistan) Name of Principal (Contractor) with address:______Penal Sum of Security (express in words and figures)______Letter of Acceptance No. ______Dated ______KNOW ALL MEN BY THESE PRESENTS, that in pursuance of the terms of the Bidding Documents and above said Letter of Acceptance (hereinafter called the Documents) and at the request of the said Principal we, the Guarantor above named, are held and firmly bound unto the ______(hereinafter called the Employer) in the penal sum of the amount stated above for the payment of which sum well and truly to be made to the said Employer, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that whereas the Principal has accepted the Employer's above said Letter of Acceptance for ______(Name of Contract) for the ______(Name of Project).

NOW THEREFORE, if the Principal (Contractor) shall well and truly perform and fulfill all the undertakings, covenants, terms and conditions of the said Documents during the original terms of the said Documents and any extensions thereof that may be granted by the Employer, with or without notice to the Guarantor, which notice is, hereby, waived and shall also well and truly perform and fulfill all the undertakings, covenants terms and conditions of the Contract and of any and all modifications of said Documents that may hereafter be made, notice of which modifications to the Guarantor being hereby waived, then, this obligation to be void; otherwise to remain in full force and virtue till successful completion of assigned services and Condition of Contract are fulfilled.

Our total liability under this Guarantee is limited to the sum stated above and it is a condition of any liability attaching to us under this Guarantee that the claim for payment in writing

102 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

PS-2 shall be received by us within the validity period of this Guarantee, failing which we shall be discharged of our liability, if any, under this Guarantee.

We, ______(the Guarantor), waiving all objections and defences under the Contract, do hereby irrevocably and independently guarantee to pay to the Employer without delay upon the Employer's first written demand without cavil or arguments and without requiring the Employer to prove or to show grounds or reasons for such demand any sum or sums up to the amount stated above, against the Employer's written declaration that the Principal has refused or failed to perform the obligations under the Contract which payment will be effected by the Guarantor to Employer’s designated Bank & Account Number. PROVIDED ALSO THAT the Employer shall be the sole and final judge for deciding whether the Principal (Contractor) has duly performed his obligations under the Contract or has defaulted in fulfilling said obligations and the Guarantor shall pay without objection any sum or sums up to the amount stated above upon first written demand from the Employer forthwith and without any reference to the Principal or any other person. IN WITNESS WHEREOF, the above-bounden Guarantor has executed this Instrument under its seal on the date indicated above, the name and corporate seal of the Guarantor being hereto affixed and these presents duly signed by its undersigned representative, pursuant to authority of its governing body.

______Guarantor (Bank) Witness: 1. ______Signature ______

______Name ______Corporate Secretary (Seal) Title ______

2. ______

______Name, Title & Address Corporate Guarantor (Seal)

103 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

CA-1 FORM OF CONTRACT AGREEMENT

THIS CONTRACT AGREEMENT (hereinafter called the “Agreement”) made on the ______day of______(month) 20_____ between ______(hereafter called the “Employer”) of the one part and ______(hereafter called the “Contractor”) of the other part.

WHEREAS the Employer is desirous that certain Works, viz ______should be executed by the Contractor and has accepted a Bid by the Contractor for the execution and completion of such Works and the remedying of any defects therein.

NOW this Agreement witness as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned to them in the Conditions of Contract hereinafter referred to.

2. The following documents after incorporating addenda, if any, except those parts relating to Instructions to Bidders shall be deemed to form and be read and construed as part of this Agreement, viz:

(i) The Contract Agreement; (ii) The Letter of Acceptance; (iii) The completed Form of Bid (letter of Technical Bid and Letter of Price Bid); (iv) Addendum / Corrigendum, if any; (v) Special Stipulations (Appendix-A to Bid); (vi) The Particular Conditions of Contract – Part-II; (vii) The priced Bill of Quantities (Appendix-D to Bid); (viii) The completed Appendices to Bid (C, E to P); (ix) The Drawings; (x) Any other document, required for forming contract agreement. .

3. In consideration of the payments to be made by the Employer to the Contractor as hereinafter mentioned, the Contractor hereby covenants with the Employer to execute and complete the Works and remedy defects therein in conformity and in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor, in consideration of the execution and completion of the Works as per provisions of the Contract, the Contract Price or such other sum as may become payable under the provisions of the Contract at the times and in the manner prescribed by the Contract.

104 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

CA-2

IN WITNESS WHEREOF the parties hereto have caused this Agreement to be executed on the day, month and year first before written in accordance with their respective laws.

Signature of the Contactor Signature of Employer ______(Seal) (Seal)

Signed, Sealed and Delivered in the presence of:

Witness: Witness:

______

(Name, Title and Address) (Name, Title and Address)

105 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

CL-1 CREDIT LINE FACILITY

To,

Director Roads (North) Capital Development Authority Room # 02, Old Naval Headquarter G-6 Markaz, Melody Market

ISLAMABAD

This is to certify that M/s ______(Name & address of the client) is maintaining their Account No. ______from ______.

We also certify that our bank (Bank name & address) has committed a credit line facility upto Rs. ______to M/s (Name of the bidder) for the project (Project Name) from ______to ______on this basis of their financial strength, market reputation and securities with us.

1. Name ______1. Name ______2. Designation ______2. Designation______3. Official Seal ______3. Official Seal ______of Authorized Signatory of Authorized Signatory

Note: Contractor has to submit original letter of bank against the services offered. Else marks will not be awarded.

106 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

MG-1 MOBILIZATION ADVANCE GUARANTEE

Guarantee No.______Date ______

WHEREAS ______(hereinafter called the 'Employer') has entered into a Contract for ______(Particulars of Contract) with ______(hereinafter called the "Contractor').

AND WHEREAS, the Employer has agreed to advance to the Contractor, at the Contractor's request, an amount of Rupees ______(Rs ______) which amount shall be advanced to the Contractor as per provisions of the Contract.

AND WHEREAS, the Employer has asked the Contractor to furnish Guarantee to secure the mobilization advance for the performance of his obligations under the said Contract.

AND WHEREAS, ______(Scheduled Bank in Pakistan acceptable to the Employer) (hereinafter called the “Guarantor”) at the request of the Contractor and in consideration of the Employer agreeing to make the above advance to the Contractor, has agreed to furnish the said Guarantee.

NOW, THEREFORE, the Guarantor hereby guarantees that the Contractor shall use the advance for the purpose of above mentioned Contract and if he fails and commits default in fulfilment of any of his obligations for which the advance payment is made, the Guarantor shall be liable to the Employer for payment not exceeding the aforementioned amount.

Notice in writing of any default, of which the Employer shall be the sole and final judge, on the part of the Contractor, shall be given by the Employer to the Guarantor, and on such first written demand, payment shall be made by the Guarantor of all sums then due under this Guarantee without any reference to the Contractor and without any objection.

This Guarantee shall remain in force until the advance is fully adjusted against payments from the Interim Payment Certificates of the Contractor or until ______whichever is earlier. (Date) The Guarantor's liability under this Guarantee shall not in any case exceed the sum of Rupees ______(Rs ______).

This Guarantee shall remain valid up to the aforesaid date and shall be null and void after the aforesaid date or earlier if the advance made to the Contractor is fully adjusted against payments from Interim Payment Certificates of the Contractor provided that the Guarantor agrees that the aforesaid period of validity shall be deemed to be extended if on the above mentioned date the advance payment is not fully adjusted.

107 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

MG-2

GUARANTOR

1. Signature ______2. Name ______3. Title ______

WITNESS

1. ______Corporate Secretary (Seal)

2. ______(Name Title & Address) Corporate Guarantor (Seal)

108 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

Metropolitan Corporation Islamabad (Directorate of Sanitation) ***********

INVITATION FOR BIDS (IFB)

FOR

“CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNCIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITIAN AREA, ISLAMABAD, PAKISTAN”

1) Metropolitan Corporation Islamabad (MCI), Islamabad invites sealed bids (both Technical Proposal and financial bids) as per PPRA Rules for referred subject from the interested National / International Firms or Consortium / Joint ventures having sound experience in the field of Municipal Solid Waste Management holding GST registration with relevant Authorities of Pakistan, as per following:

a. The proposal / bid will be received till 11.00 am (PST) on September 28 th , 2017 and Technical bids will be opened at 12:00 NON (PST) on same day in the presence of bidder’s authorized representatives who choose to attend by the Tender Opening / Evaluation Committee in the office of The Director General (Civic Management), Directorate of Sanitation, MCI, Street No. 49, Sector G-6/1- 4, Islamabad. b. The Interested firms / Companies can obtain Request for Proposal (RFP) from the office of the Deputy Director Sanitation, MCI, Street No. 49, Sector G-6/1-4, Islamabad on any working day during office hours up to 22 September, 2017, upon payment of document fee through Pay Order or Bank Draft of PKR.2,000/- (non-refundable) in favour Metropolitan Corporation Islamabad (MCI). c. Further clarification, if required, can be obtained from the Director Sanitation (Phone No. +92-051-9211555) and Deputy Director Sanitation (Phone No.+92- 051-9206102) or visit Directorate of Sanitation, MCI, Street No. 49, Sector G- 6/1-4, Islamabad on any working day during office hours or email: [email protected] 2) The bid shall comprise a single Stage two envelopes (containing two separate envelopes.) Each envelope shall contain separately the financial proposal and the technical proposal; the envelopes shall be marked as “TECHINICAL PROPOSAL” and “FINANCIAL PROPOSAL” in bold and legible letters to avoid confusion [PPRA- Rule 36(b)]; Initially, only the envelope marked “FINICAL PROPOSAL” shall be opened; the envelope marked as “TECHNICAL PROPOSAL” shall be retained in the custody of the procuring agency without being opened. Second envelope containing Financial Bids will be opened later, the date of which will be communicated to the successor bidder of technical bids and financial bid of non prequalified will be return unopened after evaluation of the Technical Bids.

109 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

a. Pre-Bid meeting will be conducted amongst the bid participated firms on dated 12 September 2017 at 1500 hours in office of

Name : Chief Officer, MCI Address : Room No 16-A, Block –II, CDA Headquarter Islamabad Phone No. : +92 (51) 9202621

3) All interested firms are advised in their own interest to carry out a comprehensive on- ground survey of project / work and accordingly, submit Technical Proposal with practical strategy in order to minimize the complication during implementation / execution stage. 4) Directorate of Sanitation / MCI will not be responsible for any cost or expenses incurred by bidding firm(s) for survey, couriers etc.

5) The firms providing unsubstantiated and / or incorrect information are liable to legal action and /or disqualification.

6) The same advertisement can also be seen at the PPRA’s website www.ppra.org.pk and CDA’s website www.cda.gov.pk .

7) The Sanitation Directorate / MCI reserve the right to reject all bids at any time prior to acceptance of a bid or proposal [PPRA- Rule 33(1)].

CHIEF OFFICER Metropolitan Corporation Islamabad Room No. 112, Executive Block, CDA Headquarters, Sector G-7/4, Islamabad – Pakistan Tel: (+92 – 51) 9252620 Fax: (+92 – 51) 9252621

110 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

INSTRUCTIONS TO BIDDERS

111 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

BIDDING DATA

112 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

FORM OF BID

AND APPENDICES

113 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

FORMS

BID SECURITY

PERFORMANCE SECURITY

CONTRACT AGREEMENT

CREDIT LINE FACILITY

MOBILIZATION ADVANCE GUARANTEE/BOND

114 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”

CONDITIONS OF CONTRACT

115 | Page “CONTRACT FOR PRIMARY AND SECONDARY COLLECTION OF MUNICIPAL SOLID WASTE AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD, PAKISTAN”