PRE-QUALIFICATION DOCUMENT (PQD)

INSTRUCTIONS TO PROSPECTIVE APPLICANTS

FOR PROVISION OF CONSULTANCY SERVICES FOR THE PROJECT

“STUDY FOR CONSTRUCTION OF ROAD NETWORK TO FACILITATE COAL SUPPLY TO POWER PLANT AT PIND DADAN KHAN DISTRICT JHELUM”

MINES AND MINERALS DEPARTMENT

DIRECTOR MINES & MINERALS/PROJECT DIRECTOR DIRECTORATE GENERAL OF MINES & MINERALS, PUNJAB, POONCH HOUSE, MULTAN ROAD, LAHORE, PUNJAB,

Page 1

Disclaimer

This Prequalification Document ("PQD") has been prepared by Directorate General of Mines & Minerals, Punjab ("DG" or the "Client") and it constitutes no commitment on the part of DG to enter into any arrangements with any person / entity. DG reserves the right to withdraw from or cancel the process or any part thereof or to vary any of its terms at any time without giving any reason whatsoever. No financial or other obligation whatsoever shall accrue to DG in such an event. The information contained in this PQD or subsequently provided to Applicants, whether verbally or in documentary or any other form by or on behalf of DG or any of its employees or advisors, is provided to them on the terms and conditions set out in this PQD and such other terms and conditions subject to which such information is provided.

This PQD does not constitute an agreement; its sole purpose is to provide interested parties with information that may be useful to them in submitting their Expressions of Interest ("EOIs") pursuant to issuance of this PQD. Any document and information submitted in response to this PQD becomes the property of DG and DG does not accept any responsibility for maintaining the confidentiality of the material including any trade secrets or proprietary data submitted to DG.

DG shall not be responsible for non-receipt of correspondence sent by post / courier / email / fax. No decision should be based solely on the basis of the information provided in this PQD. DG has no liability for any statements, opinions or information provided in this PQD.

In submitting an EOI in response to this PQD, each Applicant certifies that it understands, accepts and agrees to the disclaimers set forth above. Nothing contained in any other provision of this PQD nor any statements made orally or in writing by any person or party shall have the effect of negating or suspending any of the disclaimers set forth in this disclaimer.

Page 2

TABLE OF CONTENTS

DEFINITIONS AND INTERPRETATIONS ...... 4

SUBMISSION LETTER ...... 6

SECTION - A: INFORMATION TO APPLICANTS ...... 8

SECTION - B: TERMS OF REFERENCE ...... 22

SECTION - C: INSTRUCTIONS TO APPLICANTS ...... 28

SECTION - D: SUBMISSION AND EVALUATION OF EOIs ...... 31

SECTION - E: FORMATS ...... 42

SECTION - F: ANNEXURE ...... 47

ANNEXURE – 1 POWER OF ATTORNEY FROM APPLICANT IN FAVOUR OF ITS

AUTHORIZED SIGNATORY ...... 48

ANNEXURE – 2 POWER OF ATTORNEY BY APPLICANT MEMBERS IN FAVOUR OF

LEAD APPLICANT MEMBER ...... 49

ANNEXURE – 3 AFFIDAVIT ...... 50

Page 3

DEFINITIONS AND INTERPRETATIONS

In this PQD, unless the context otherwise requires, the following terms shall have the meanings set forth below:

1. Definition

1.1 "Applicant" means a Firm or a Consortium participating in the Prequalification Process for provision of Consultancy Services for the Project. The term Applicant has been interchangeably used with the term "Firm / Consortium" in this PQD.

1.2 "Consortium" means a group of entities submitting a joint EOI for participating in the Prequalification Process for the provision of Consultancy Services for the Project.

1.3 “Client” or "DG" means Directorate General of Mines & Minerals, Government of the Punjab.

1.4 "EOI" means an Expression of Interest submitted by an Applicant, in accordance with the guidelines provided in the PQD, for participating in the Prequalification Process for the provision of Consultancy Services for the Project.

1.5 "EOI Submission Date" is defined in paragraph 1.3 of Section - D of this PQD.

1.6 "Firm" means an entity participating in the Prequalification Process for the provision of Consultancy Services for the Project.

1.7 "Project" means the “Study for construction of road network to facilitate coal supply to power plant at PIND DADAN KHAN District JHELUM”.

1.8 "Consultancy Services" means services to be provided by the Consultant as per Terms of Reference including any revisions in such Terms of Reference and pursuant to the Contract Agreement.

1.9 “Government” means Federal Government of Pakistan, Government of the Punjab, and the relevant local authorities and public sector corporations therein.

1.10 “Terms of Reference” (TOR) means the document included in this PQD as Section B which explains the Scope Work of the Consultant, including activities and tasks to be performed by the Consultant.

2. INTERPRETATIONS

In this PQD, unless the context otherwise requires:

2.1 any reference to a statutory provision shall include such provision as is from time to time modified or re-enacted or consolidated so far as such modification or re-enactment or consolidation applies or is capable of applying to any transactions entered into hereunder;

Page 4

2.2 The words importing singular shall include plural and vice versa, and words denoting natural persons shall include partnerships, firms, companies, corporations, joint ventures, trusts, associations, organizations or other entities (whether or not having a separate legal entity);

2.3 The headings are for convenience of reference only and shall not be used in, and shall not affect, the construction or interpretation of this PQD;

2.4 the words "include" and "including" are to be construed without limitation; 2.5 Any reference to any period of time shall mean a reference to that according to Pakistan Standard Time; 2.6 Any reference to day shall mean a reference to a calendar day; 2.7 Any reference to month shall mean a reference to a calendar month;

2.8 Any reference to GoPb shall mean Government of the Punjab;

2.9 The Annexure to this PQD or any Addenda issued later on to clarify matters, if any, form an integral part of this PQD and will be in full force and effect as though they were expressly set out in the body of this PQD;

2.10 Unless otherwise stated, any reference to any period commencing "from" a specified day or date and "till" or "until" a specified day or date shall include both such days or dates;

2.11 Any reference to "Prequalification Process" shall mean the entire process commencing from the invitation of EOIs until prequalification of Applicants;

2.12 Any reference to "Bidding Process" shall mean the entire process for selection of Consultancy Firm commencing from issuance of Request for Proposals (RFP) to prequalified Applicants until signing of Agreement for Consultancy Services for the Project;

2.13 Any reference to "Consultancy Firm" shall mean the selected Applicant with whom Agreement for Consultancy Services for the Project will be signed.

2.14 Net Worth means the value of total assets less total liabilities of the entity concerned at the end of a financial year

2.15 Gross Annual Revenues/Turnover/Sales means the value of gross revenues /turnover/sales of the firm/consortium concerned for a given financial year as mentioned in its financial statement for that year.

Page 5

SUBMISSION LETTER

(This letter shall be submitted by the Applicant or lead member, in case of a Consortium, on its letter head)

Date: Month, Day, Year

Director General,

Directorate General of Mines & Minerals, Punjab

Poonch House, Multan Road, Lahore, Punjab, Pakistan.

Dear Sir,

SUBJECT: PREQUALIFICATION OF APPLICANT FOR THE PROVISION OF CONSULTANCY SERVICES FOR THE PROJECT “STUDY FOR CONSTRUCTION OF ROAD NETWORK TO FACILITATE COAL SUPPLY TO POWER PLANT AT PIND DADAN KHAN DISTRICT JHELUM”

The undersigned, being duly authorized to represent and act on behalf of (Applicant), applying to be prequalified for provision of Consultancy Services for the Project cited above, is pleased to enclose one (1) original (together with two copies) of our EOI in accordance with the terms set forth in the PQD and declare the following: a. We have examined and have no reservations to the PQD issued; b. We agree to comply with all the tender rules, laws and regulations governing the tender as issued by Client from time to time; c. We accept the exclusive application of the federal laws of Pakistan and provincial laws of Punjab with respect to procedures laid down in the PQD; d. We accept the right of the Client to (i) request additional information reasonably required to assess the EOI, (ii) amend the procedures and rules or make clarifications thereof, and (iii) extend or amend the schedule of the Prequalification Process and the Bidding Process; e. We understand that you may cancel the Prequalification Process at any time and that you are not bound either to accept any Application that you may receive or to invite the prequalified Applicants for the subject Project; f. Prequalified Applicants will be subjected to verification of all information submitted for prequalification at any time during the Prequalification Process; g. Name of Applicant or lead member, in case of a Consortium] hereby represents and warrants that as of the date of this letter:

Page 6

All the information submitted is accurate in all respects;

(Applicant members individually and/or as Consortium) has(ve) not been subject to any voluntary or involuntary bankruptcy or insolvency or similar proceeding during the last five (5) years; and

(Applicant members individually and as Consortium), has(ve) paid all taxes due, except those which are being contested in good faith by appropriate proceedings and for which adequate reserves have been established.

Capitalized terms used which have not been defined herein shall bear the meaning ascribed to them in the PQD.

DG and its authorized representatives may contact the following person(s) for further information, if needed:

Name:

Phone #

Cell #

Email:

The undersigned declares that the information provided and the statements made in this EOI are complete, true and correct in every detail.

Signature of Authorized Signatory: ______

Name and Title of Signatory: ______

Name of Firm/Consortium: ______

Address: ______

Page 7

SECTION - A: INFORMATIONS TO APPLICANTS

Page 8

1. PROJECT DEVELOPMENT PROCESS AT A GLANCE

The sequence of activities, to be performed during the Prequalification Process and Bidding Process, is provided below for comprehension of the way forward leading to award of contract for Consultancy Services for the Project:

Prequalification Process

(i). Invitation of EOIs including issuance of Prequalification Document (PQD); (ii). Pre-Submission meeting with Prospective Applicants;

(iii). Submission of EOIs;

(iv). Opening and Evaluation of EOIs;

(v). Prequalification of Applicants;

Bidding Process

(i). Issuance of Request for Proposal (RFP) to the Prequalified Applicants; (ii). Pre-bid Meeting; (iii). Submission of Proposals including Bid Bond; (iv). Opening and Evaluation of Technical Proposals; (v). Opening of Financial Proposals of the Firms/Consortia with technically responsive proposals; (vi). Notice of Award to successful bidder through Issuance of Letter of Acceptance; (vii). Signing of Agreement for Consultancy Services for the Project; (viii). Placement of Performance Security and Release of Bid Bond; (ix). Commencement of Work; and (x). Project Completion.

2. PROPOSED SCHEDULE

DG shall endeavor to adhere to the following schedule during the Prequalification Process:

Event Description Date Prequalification Process

Issuance of Prequalification Document (PQD) December 13, 2016 Pre-submission meeting with Prospective Applicants

December 23 , 2016 (Venue: Clients office at 11 AM-PST)

Submission of EOIs December 30, 2016 Evaluation of EOIs January 10, 2017 Prequalification of Applicants January 20, 2017

Page 9

Bidding Process Issuance of Request for Proposal (RFP) to the Prequalified Applications January 26, 2017 Pre-bid Meeting February 06, 2017 Submission of Proposals including Bid Bond February 20, 2017 Opening of Technical Proposals February 21, 2017 Evaluation of Technical Proposals February 28, 2017 Opening of Financial Proposals March 03, 2017 Notice of Award through Issuance of Letter of Acceptance March 10, 2017 Signing of Agreement for Consultancy Services for the Project March 15, 2017

3. INTRODUCTION AND BACKGROUND OF THE PROJECT

PURPOSE

The purpose of this Prequalification Document (PQD) is to invite Expressions of Interest (EOIs) from the prospective Applicants for their prequalification. The pre- qualified applicants will be invited to participate in the Bidding Process for award of contract for Consultancy Services for the Project. Information regarding the Project is set forth below:

BRIEF INTRODUCTION

3.1 Pakistan Economy Overview

Pakistan is improving quantitatively and qualitatively as the current growth rate of 4.24 % is the highest since 2008-09. Fiscal year 2014-15 registered some remarkable achievements. Inflation hit the lowest level at 2.1 % on YoY in April since 2003-04. The policy rate decelerated at 7 percent which was lowest in last 42 years, capital market created history, grading by international rating agencies improved, historical agreement with Chinese Government on China Pakistan Economic Corridor (CPEC) for an investment portfolio of USD 45 billion, successful reviews with IMF, issuance of Ijara Sukuk Bond after a period of 9 year, decline in unemployment rate from 6.2 to 6.0 percent etc. are few economic highlights of Pakistan.

3.2 Growth and Investment

Supported by a favorable slump in international oil prices, and stellar implementation of the IMF reform program; growth recovery remains underway, with projected GDP growth now at 4.3-4.6 percent. Preliminary data for the first semester of FY 2015 show growth picking up, driven mainly by agriculture and services. Growth of large-scale manufacturing (LSM) was positive arising from strong performance of pharmaceuticals (6%), electronics (8%), automobiles (17%), iron and steel (36%). The LSM will also benefit from the backward and

Page 10

forward linkages of huge infrastructure projects under CPEC and increasing demand for housing triggering sharp demand for iron, cement and related construction industries.

China and Pakistan have made agreements to establish China Pakistan Economic Corridor between the two countries. The game changer agreements have been signed between Pakistan and China worth US$45 billion. The corridor will serve as a driver for connectivity, trade in the world is expected to increase and Pakistan will take benefits through multiple dimensions. Pak-China Economic Corridor will lead to greater investment and rapid industrialization in Pakistan. This is a great initiative which will open new avenues for prosperity and co-operation in the whole region and certainly it will uplift socio-economic condition of Pakistan on fast track with multiple dimensions. Present government has launched comprehensive plan to create investment friendly environment and to attract foreign investors in the country. As is evident, the capital market has reached new height and sending positive signals for restoring the investor’s confidence.

Pakistan's policy trends have been consistent, with liberalization, de-regulation, privatization, and facilitation being its foremost cornerstones. Board of Investment (BOI) under the Prime Minister’s office and Punjab Board of Investment & Trade (PBIT) in Province have stable investment policies to provide more investment friendly environment to investors.

Foreign private investment has reached to $1666.2 million during July-April 2015 as compared to $1050.3 million showing 58.6% increase as compared to last year.

3.3 Mining and Quarrying Sector

Pakistan is bestowed with all kinds of resources including minerals. It has abundance of economically exploitable resources of metallic and non-metallic minerals including Iron, Copper, and Cobalt etc. Other key minerals include coal, rock salt, limestone and onyx marble, china clay, dolomite, fire clay, gypsum, silica sand and granite, as well as precious and semi- precious stones. This sub- sector contains 14.4 % share of the industrial sector and contributes 2.9% in GDP of the country. Mining and quarrying has recorded a growth of 3.8% against the last year growth of 1.6%.

3.4 Mineral Potential in Punjab Punjab is the largest province of Pakistan with 53% contribution in national GDP whereas Punjab’s Gross Regional Product is approximately USD 132.95 billion (PKR 13,532 billion). Government of the Punjab, under the visionary and dynamic leadership of Chief Minister Punjab is fully committed to develop its metallic and industrial mineral resources. The Government of Punjab also plans to exploit its coal resources to address the acute energy crisis in the province by installing coal-fired power plants.

The Minerals of Punjab provide the resource base of its Industrial Sector. There are 35 Minerals under Excavation Including Coal, Iron Ore, Limestone, Gypsum, Rock Salt etc. by 2300 Entrepreneurs. The Government of Punjab has issued 70 Industrial Leases to large Corporations/Multinationals for industrial production of Cement, Soda Ash, Caustic Soda, Fertilizer, Glass, Ceramics, and Marble etc. Moreover, Punjab has the World’s largest Rock Salt deposits in Salt Range.

Page 11

Figure 1: Mineral Locations in Punjab

3.5 Coal Resource Mines & Mineral Department, Government of the Punjab, got conducted local coal resource estimation of the Salt Range & Surghar (Trans-Indus) Range areas on international JORC Standards through Australian Consultant, Snowden (2010-2013). The report has substantiated that Salt Range & Surghar Range has about 600 million tons of bituminous (Rank-D) coal resource & more than 800 small semi-mechanized operative coal mines. In addition, a good resource of coaly shales/high carbonaceous shales, suitable for power production as indicated through laboratory tests and ash fusion temperatures is also available.

Figure 2: Salt Range Zones for Coal Estimation Study

Page 12

Figure 3: Coal Mines in Salt Range and Surghar (Trans Indus) Range 3.6 Punjab Energy Corridor The Government of Punjab has been facilitating all such initiatives, which may lead to foreign investment especially in the domain of establishment of local coal based power plants. The mineral resource corridor of Punjab stretches from District Jhelum to District Mianwali in Salt Range, spreading approximately 200 Km in length from East to West and 25 Km wide from North to South covering an area of more than 5000 Sq. Km which may be segmented into zones (Figure 5) in terms of resource estimation and investment point of view. The area is rich in water availability, electric power grid stations and operational coal mines to cater for the consumption of local industry including coal based power plants.

Figure 4: Punjab Energy Corridor

Page 13

Figure 5: Integrated Zones within Energy Corridor

Figure 6: Proposed Power Plant Sites

Page 14

3.7 Local Coal Fired Power Plant China Machinery and Engineering Corporation (CMEC) has been granted LOI by Pakistan Power Infrastructure Board (PPIB) on 19th November, 2014 under its fast track policy for establishment of 1 × 300 MW local coal fired power plant on integrated mine-mouth model at a location near Khewra, tehsil Pind Dadan Khan, district Jhelum. The Mines & Minerals Department has initially granted a coal exploration license to the company which will subsequently be converted into mining lease. Financial component of the project will be around $ 800 million with $ 500 million as Power Plant Component and $ 300 million as mining component. In this regard, a facilitation agreement has been signed during the current visit of President of China to Pakistan. The project is included in the priority list of projects of China-Pak Economic Corridor (CPEC). The project is expected to achieve COD in March 2018.

4. The Client: Directorate General of Mines & Minerals, Punjab (DG)

The Client (DG) is an organization for promotion & regulation of minerals in Punjab Province. The main functions of Directorate General Mines & Minerals are:

 To supervise the Licensing/Regulation of the mineral activity in the Province and coordination for overall policy and strategies for the future of the mineral industry in the province.    To act as Appellate Authority for minor and major minerals (Small Scale Mining).   To perform duties as Licensing Authority for Large Scale Mining.    To coordinate private & public mineral exploration and development activities in the Province.    To represent the Province on Committees for the strategies, and coordinate activities with the Federal Government and Geological Survey of Pakistan and other allied Mineral Institutions.   5. Background of the Project

Pakistan is facing a serious energy crisis and is trying its best to overcome it through various initiatives for increased power generation. To achieve the objective, the Government of Punjab has been facilitating establishment of local coal based power plants. Mines & Mineral Department, Government of the Punjab, got conducted local coal resource estimation of the area on international JORC Standards through Australian Consultant, Snowden (2010-2013). The report has substantiated that Salt Rang has more than 600 million tons of bituminous coal (Rank-D) resources, apart from vast reserves of lignite coal, which is suitable for power production as indicated through laboratory tests and ash fusion temperatures.

Coal is being mined in the province for more than 100 years; however, due to the thin, tricky and unpredictable behavior of the coal seam, its mechanized mining remained a big challenge. Small mines are therefore developed with the installation of electric or diesel driven haulages for hauling of the produced coal and debris. The large scale productions from these mines have therefore never been achieved.

Page 15

The Directorate General of Mines & Minerals, Punjab regulates 346 Coal Mining Leases in the province from which an annual production of 0.6 million tons is being reported by the lessees. The recent initiatives of the Government of Punjab for the installation of mine mouth type 300 MW coal fired power plant in Salt Range has highlighted the need of construction of efficient and shortest possible road network for transportation of coal from coal mines to plant site to meet its coal supply needs. The existing road network is quite insufficient to accommodate the expected transport load, as the mines are scattered all around the proposed power plant site and are connected with main highways through 12 ft. wide metalled roads or even in many cases through jeep-able fair weather roads.

Following is the detail of existing metalled road network available within a radius of 30 kilometers of the proposed power plant site.

1) Basharat to Jutana via Chanu Wala. 2) Khokhar Bala to Dharyala. 3) Dalwal to Choi via Warala. 4) Buchaal to Lilla. Via Matton 5) Jalabe Chowk to Toba via Karuli. 6) Noori Parah to Dhok Kharli. 7) Mustfa Abad to Dalwal. 8) to road via Khajula

Mines & Minerals Department is responsible for Exploration, Development and Economic Exploitation of Mineral Resources of the Province along with the development of access roads to the mining fields. Punjab is endowed with 35 minerals including coal, rock salt, limestone, gypsum etc. The province is blessed with a resource of 600 million tons Bituminous Coal and abundant high carbonaceous shales/coaly shales resources. There are about 800 operational coal mines in the province of Punjab. The Coal resource of Punjab is spreading over an area of about 6000 sq km in the Districts of Jhelum, Chakwal, Khushab, and Mianwali: where 800 coal mines are operational. The condition of above said available road network is not conducive for transportation of coal. In order to facilitate the transportation of the coal, the road network from operational mines to the main roads and to the consumer industry is imperative to be improved via roads in the far flung hilly areas. DG has already engaged the Consultant M/s SST – Fugro (Consortium) for undertaking Underground Coal Mines Survey. Their report will conclude for clustering of coal mines for the establishment of power plant(s) at Salt Range of various capacities keeping in view the available coal resource in different coal leases, number of productive coal mines, production capacity of each coal mine, probable enhancement of coal production in existing coal mines and the potential of development of new coal mines in different coal leases.

Page 16

6. LOCATION The Salt Range is an east-north easterly trending mountain belt that curves to a

north westerly trend in the far west. It is situated in the north of the Punjab

province of the Pakistan. It forms the southern border of the hydrocarbon-bearing

Potwar Basin along the north western margin of the Indo-Pakistani Plate. The

southern face of the range is an escarpment that rises abruptly from the Punjab

Plaints. It is essentially an east-west oriented trough, bounded on the east by the

Jhelum River and on the west by the Indus River as shown in Figure 7

.

Figure 7: Location of the Trans-Indus Range and Salt Range

Page 17

The Salt Range, as interpreted in earlier studies and reported by GSP, is divided into three parts (Figure 8). The Eastern Salt Range covers the area from Jogi Tilla to Nilawahan, the Central Salt Range extends from Nilawahan to Warchha Mandi and the Western Salt Range occupies the area between Warchha Mandi and Mari Indus. Beyond the River Indus at Kalabagh, the Salt Range alters direction, becoming almost north-south.

Figure 8: Geographic Divisions of the Salt Range

6.1 Coal Mining in Salt Range Currently, coal mining within the Salt Range is carried out by a number of small to medium operators, mostly as smaller private excavations. There are some larger operations including those being run by PUNJMIN.

6.2 Access The Salt Range can be easily accessed either from Islamabad or Lahore via the Lahore-Islamabad Motorway (M2) and then further to the east and west by both metalled and non-metalled roads.

6.3 Physiography Landforms within the Punjab Province vary significantly from mountainous regions of the Salt Range to the flood plains of the Indus River. The coal mining areas located within the Salt Range are of the most interest. The range extends from the Jhelum River to the Indus River across the northern portion of the Punjab Province. This area consists mainly of steep limestone hills and cliffs, deeply incised by tributaries of the two main rivers, with shallow soil cover on the plateau areas and relatively deeper cover on the flood plains. The drainage patterns are

Page 18

mostly controlled by structure, with dendritic and trellis patterns dictated by the characteristics of the various surface rock types (Figure 9).

Figure 9: Physiography of the Salt Range, Punjab Province

6.4 Land usage

Land usage in the area consists of small-scale manual mining of coal and other minerals, large scale operations for mining salt, as well as subsistence level agriculture. Wilderness areas are few, mostly contained within the national parks which encompass both forest and desert areas. Native fauna of the Punjab Province include wild feline species such as caracal and sand cats, as well as a number of species of snakes, birds, rabbits and deer. Wild boars are still numerous in the Salt Range. Wilderness flora also varies greatly with the altitude and terrain, from reed beds and tamarisk bushes along the rivers to various pine and cedar species, with a preference for the higher range climates.

6.5 Climate

The climate of the region can be considered temperature to sub-tropical, dependent upon altitude. The mean rainfall is in the order of 400-600 mm in a year, as the Salt Range is within the monsoon zone, receiving maximum rainfall in July and August, whilst from October to the end of February there is little

Page 19

rainfall. The climate is semi-humid and sub-tropical with hot to moderate summers and severe winters. Due the higher altitude, the summer temperature is less than on the plains below, rarely exceeding 44 °C. Winter temperatures vary from 0 to 23 °C (refer Figure 10 and Figure 11).

Figure 10: Mean minimum and maximum temperatures of the Salt Range

Figure 11: Mean rainfall (mm) and mean maximum temperature of the Salt Range

Page 20

7. Trans-Indus (Surghar) Range The Trans-Indus or Surghar Range is a mountain belt that sharply changes in trend from north to east (Figure 12). The abrupt change in trend of the mountain belt is due to the thrusting from the north that has formed the anticlinal structure and thrust of the Kohat fold and thrust belt of what is now known as the Trans- Indus. To the east of the Trans-Indus Range is the Salt Range; together these form the southernmost mountain ranges that are associated with the Himalayan arc (Ahmad et. Al., 1999). The Salt Range is located to the east of the Trans- Indus Range with the Indus River separating them. The Kohat Plateau is to the north of the Trans-Indus Range, the Bannu Basin to the west and the Kurrum River is eroding the southernmost end of the Trans-Indus Range as it flows into the Indus River.

Figure 12: Generalized geological map of the Surghar Range

8. Project Objective

Services of consultant are required to conduct survey and feasibility study of road network to facilitate coal supply from mines to power plant with the following objectives:

8.1 Effective liaison with the Consultant M/s SST – Fugro (Consortium) conducting Underground Coal Mines Survey to have their input regarding clustering of coal mines for power plant(s) of various capacities at different localities in Salt Range. 8.2 Requirement of roads construction at various locations.

8.3 Identification and need for extension, of already available roads.

Page 21

8.4 Identification of road material by established engineering techniques. 8.5 Availability of road signs and proper road safety measures. 8.6 Evaluation of existing roads and its improvement to enhance its capacity. 8.7 Design preparation of cost estimate i.e. drawings, BOQ (Bill of Quantity) Documents tender procedure, and prequalification of contractors. 8.8 Study and proposals for most efficient and vehicle friendly road network.

9. Selection and Engagement of Applicant for Consultancy Services for the Project __ In the backdrop of above, the Client desires to engage a Consultant, possessing sufficient capabilities and relevant experience, through competitive Bidding Process to provide Consultancy Services for the Project. The Scope of Work of the Consultant is defined in Section B: Terms of Reference, of this PQD. Applicants, as part of submission of this PQD, are encouraged to propose any revisions / amendments in the proposed Scope of Work of the Consultant to make this function of Consultancy Services more effective and fruitful for the Project.

In this connection, DG intends to hold a pre-submission meeting with the prospective applicants to analyze any change(s) in scope of work that they would like to propose. The meeting would be convened at the Client office (Poonch House, Multan Road, Lahore, Punjab, Pakistan) at 11 AM on November 15, 2016.

Page 22

SECTION - B: TERMS OF REFERENCE

Page 23

1. Aims & Objectives of Projects Services of Consultant are required to conduct survey and feasibility study of road network to facilitate bulk daily coal supply (approximately 5000 tons per day) from coal mines to proposed location of the power plant, throughout the year, keeping in view but not limited to the following:

i. Requirements of roads construction at various locations. ii. Identification & need for extension, of already available roads. iii. Identification of road material by established engineering techniques. iv. Availability of road signs and proper road safety measures. . v. Evaluation of existing roads and its improvement to enhance its capacity. vi. Design preparation of cost estimates i.e. drawings, BOQ (Bill of Quantity) Documents tender procedure, and prequalification of contractors. vii. Study & proposals for most efficient and vehicle friendly road network. 1.2 SCOPE OF WORK

The breakup of the Scope of Work includes, but is not limited to the following:- (a) Study and review of the available road network in Ara & Dalwal Zones in district Chakwal), and Padhrar Zone in district Khushab. (b) Compiling a report on the outcome of review of above stated data and submit computer software aided plan / GIS Layers & design of proposed road network and infrastructure development in the said zones. The consultant would examine the existing network and requirement of additional links for transportation of mineral from the mining area(s) to market/destination and recommend the most viable and feasible options for addition of road/links. They may also consider the following links/road identified by stake holders: i. Basharat to Jutana via ChanuWala. ii. KhokharBala to Dharyala. iii. Dalwal to Choi via Warhala. iv. Buchaal to Lilla. Via Matton v. JalabeChowk to Toba via Karuli. vi. NooriParah to DhokKharli. vii. Mustfa Abad to Dalwal. viii. Dulmial to Chakwal road via Khajula.

(c) Provide the details of infrastructure and expenditure for the construction of following new proposed roads:

i. Dalwal to Bhelowal via Chittidand and DhokChapper. ii. DhokKharli to Katha Lillah road via Khyber Coal Company. iii. From DhokBurj to Khewra via DhokNila/Makrach and DhokChappar (foot hill road). iv. From Khewra to Jutana via Khura (foot hill road). v. Basharat to Khewra via Khura. vi. Link road to Malwal to Hayat ul Mir via Amin Collieries.

Page 24

(d) Time period for the completion of development of the each road along with its operational life. (e) Establish effective liaison with the Consultant M/s SST – Fugro (Consortium) engaged by DG for undertaking Underground Coal Mines Survey, to have their input regarding clustering of coal mines for power plant(s) of various capacities at different localities in Salt Range. 1.3 PREPARATION OF RCE AND PC-I ON THE BASIS OF SURVEY AND DESIGN

To develop a workable Master Plan of new alignments that shall include the following:

1. The layout & designs/ plans of proposed roads to facilitate to coal supply from coal mines to power plant and their proper construction to optimum value & sustainability and evaluation. 2. The layout & designs / plans of available and new roads, their extensions and repairing on X-section. 3. Road network to be non-biased i.e. providing equivalent opportunity for coal mine owners. 4. Topographic survey, contour mapping and preliminary soil investigation, all type design, structural design, traffic study etc. 5. The detailed Feasibility study shall include the following: i. Environmental impact assessment. ii. GIS report. iii. Economic and financial impact and evaluation / analysis, cost benefit ratio and internal rate of return. iv. Assumption and risks. v. Identification and development of interventions / initiatives. vi. Design of road thickness/pavement design and preparation of PC-I Document along with cost estimates. vii. Any other activity required for successful completion / commission of project. 1.4. Duties & Responsibilities Duties and responsibilities of Consultant will include but not limited to the following:

a. Conducting detailed Engineering Surveys, Preparation of Contour plan as well as site plan and geo technical investigation Tests/Reports, submitting their reports to Mines and Minerals Department on weekly basis. b. Preparation of traffic study, (design speed, traffic capacity of road). c. Provide detailed Geometric Design of road, structural design of culverts (box culvert or pipe culverts), small bridges (location, total length of bridge, number of spans, width, roadway and footpath, type of sub and superstructures, causeways, retaining walls, side drains and other related structures.

Page 25

d. Preparation of detailed structural drawings of all structural components of the project including all structural details which may be required for execution of works, and pavement design. Preparation of all bills of quantity, cost estimate, survey sheets, profile, L & X sections of the roads. e. Provide detailed estimate of widening/improvement/ rehabilitation of existing roads. f. In case of improvement of road with in urban area, separate traffic flow count within that area should be given. Brief information regarding traffic and pavement width etc. in adjoining sections should also be given. g. Provide the detail of road fixture i.e. fixing mile stone, P/F sign post, mandatory warning, informatory, chevron delineators and information board etc. h. Review of all the projects regarding its design, scope, feasibility study. i. Conducting environmental impact assessment of whole project. j. Conducting GIS survey for whole project. k. To analyze and propose methodology for the project completion. l. Preparation of PC-I of newly proposed roads rehabilitation/improvement of existing roads and tender documents for the project. 1.5 Requisite Qualification and Experience of the Consultant Project team shall comprise of the personnel as prequalified in the EOI submitted by the Applicant and the said team shall only be changed subject to the condition that their qualification / experience would not be less than the requirement specified in PQD and their EOIs and that prior written approval of the Client has been obtained. Without prejudice to the generality of the foregoing, the team leader proposed by the Firms / Consortia in the EOI shall not be replaced except with another individual having similar experience and belonging to the same Firm member as that of the replaced team leader. Moreover, the team leader will have to be available physically during critical meetings and will have to be present at the project site for most of the time. However, if team leader is physically not available, he / she will have to be available remotely as and when required for effective provision of services for the project till its completion. Furthermore, the Consultant shall ensure availability of appropriate manpower and other recourses for effective services for the project till its completion. In case, during the execution phase of the project, it is revealed to the client that the project team or any member thereof deputed by the consultant does not have the skill set required for effective services, the consultant shall forthwith replace such member of the project team with a member possessing the required skill set. 1.6 Time Lines for Completion of Assignment

The job will be completed within the period of three months from the commencement of date (to be defined in the project agreement).

Page 26

1.7 Deliverables to be submitted by the Consultant

The main Project Deliverables to be submitted by the Consultant will be as under:

Stage Scope of Services

1. Submission of computer software aided / GIS Layers topographic maps/drawings, contour plans, site plan and geotechnical investigation tests/ reports in soft as well as in hard to Directorate General of Mines and Minerals on weekly basis.

2 Submission of computer software aided plans / GIS Layers, designs for improvement of existing road network, proposal plan of new roads/ alignment and infrastructure development plan in the said zone in soft as well as in hard.

3. Submission of computer software aided / GIS Layers geometric design of road, structural design of culvert ( box culverts or pipe culverts), small bridges (location, total length of bridge, number of spans, width, road way, footpath, type of sub and superstructure causeway, retaining walls, side drains and other related structure in soft as well as in hard.

4. Submission of computer software aided master plan of improvement / widening of existing roads as well as newly proposed roads in soft as well as in hard.

5. Submission of traffic study data (design speed, traffic capacity of roads).

6. Submission of computer software aided / GIS Layers detailed structural drawings of all structural components of the project including all structural details which are required for execution of works and pavement design in soft as well as in hard. Submission of all bills of quantity, cost estimate, survey sheets, profile L & X- section of the road.

7. Submit the detail of road fixture i.e. fixing mile stone, P/F sign post, mandatory warning, informatory, chevron delineators and information board etc.

8. Submission of EIA and GIS based Maps.

9. Submission of PC-1 of newly proposed roads, rehabilitation & improvement of existing roads, etc. along with all relevant maps/drawings and tender documents for the project.

Page 27

The consultant shall undertake to complete services as stated in scope of work in all respects which include preliminary detailed drawings, pavement design and master plan etc., in 3 months for survey and feasibility studies. However, the consultant’s remuneration shall not exceed the amount of Agreement Price in any case. In case of failing of the consultant to complete assignment in time, a penalty of 0.1% per day up to the maximum of 10% of the Agreement Cost will be imposed. The release of payment shall be as per schedule provided. The extension in consultancy period can be granted by DG as per site constraints / difficult terrain and on justified reasons.

1. Inception Report. A report incorporating the outcome of the Consultant review of existing studies and data, setting out in detail the concept regarding planning and designing of new roads and widening and improvement of existing roads in hilly areas and execution plan of the project till its completion. Moreover, the entire work plan should clearly be elucidated on a standard Gantt chart. 2. Periodical Progress Report. The Consultant will furnish, throughout the course of project execution, fortnightly and monthly progress reports of all activities on a pre-agreed format, in accordance with work plan. 1.8 PROFESSIONAL LIABILITY CLAUSE

Professional liability as stated in the prevalent conduct and practice of consulting Engineers prescribed by PEC and as per rule of PPRA 2014 shall be applicable to the applicants/consultants.

1.9 MODE OF PAYMENT

a. The department will deduct 10% of each payment as security, to be released on completion of the assignment/ submission of final report. b. Final payment to the consultant shall be made only when the consultancy services have been completed satisfactorily and duly certified by Engineer Incharge. c. Each payment to the consultant will be made after the deduction of all applicable Government taxes.

Page 28

SECTION - C: INSTRUCTIONS TO APPLICANTS

Page 29

1. INSTRUCTION TO APPLICANTS

1.1. Language of EOI

The EOI and any related information will be written in English language for the ease of comprehension and comparability. Additionally, any original or pre- printed information (e.g. brochures) furnished by the Applicant may be written in native language, provided that it is accompanied by a certified translation of its pertinent passages in English.

1.2. Costs

The Applicant shall bear all costs and expenses associated with the preparation and submission of its EOI, including, without limitation, all costs and expenses related to Applicant's preparation of responses to questions or requests for clarification issued by the Client.

1.3. Evaluation Requirements

If the Applicant is a Consortium, it shall clearly indicate, in its EOI, which Consortium member(s) are to be evaluated for each such criteria. In case, it does not specify the same, the Lead Member of the Applicant will be considered for evaluation.

1.4. Applicant Lead Members

An Applicant may be a single entity or may take the form of a Consortium comprising of companies, firms, corporate bodies or other legal entities.

Each Consortium Applicant shall appoint and authorize one (1) lead member ("Lead Member"), through submission of duly executed Power of Attorney in the form set forth in Annexure 2 of Section - F of this PQD, to represent and irrevocably bind all members of the Applicant in all matters connected with the Prequalification Process, including but not limited to the submission of the EOI on behalf of the Applicant.

1.5. Consortium Participation Restrictions

No Applicant may prequalify if it owns more than five per cent (5%) of the shares (directly or indirectly, in terms of voting rights and/or rights to dividends) of another Applicant.

No Applicant may prequalify if it has any representative on the Board of Directors of another Applicant.

No Firm or Applicant member may prequalify if any of the Client’s advisors or external consultants holds any shares or has any representatives in the Board of Directors of the Applicant.

Notwithstanding the foregoing, an Applicant may prequalify if it can present evidence reasonably satisfactory to the Client that arrangements have been established such that any such cross shareholdings do not materially affect the independent decisions of the Applicant in which such cross shareholding exists.

1.6. Ineligibility of an Applicant

If an Applicant has been barred by any Central, State or local government or government instrumentality in Pakistan or in any other jurisdiction to which the Applicant belongs or in which the Applicant conducts its business, from

Page 30

Participating in any project, and the bar subsists as on the EOI Submission Deadline, such entity shall not be eligible to submit an EOI, either individually or as a member of an Applicant Consortium.

1.7. Prequalification Criteria

Each Applicant's general and particular experience, personnel and financial position, as demonstrated by the Applicant's responses in the prescribed forms will be evaluated as per prequalification criteria given in this PQD. The Client reserves the right to waive minor deviations, if these do not materially affect the capability of an Applicant to perform the contract.

Sub-Consultant(s) experience and resources shall not be taken into account for determining the Applicant’s compliance with the prequalification criteria.

1.8. Partnering between Prequalified Applicants

Any prequalified Applicant shall be precluded from partnering (directly or indirectly) with another prequalified Applicant without the express written approval of the Client, who shall be free to accept or refuse at its discretion, and in all cases taking into account the likely effects of the proposed partnering on the competitiveness of the Bidding Process. If the Applicant is a Consortium, the above procedure shall apply to all members of the Applicant.

1.9. Partnering Between Prequalified Applicant and Non-Prequalified Applicant

Non-prequalified Applicant shall not be entitled to partner with a prequalified Applicant.

Page 31

SECTION - D: SUBMISSION AND EVALUATION OF EOIs

Page 32

1. SUBMISSION OF EOI

1.1. Format and Signing of the EOI

The EOI shall be submitted in triplicate (one original and two copies) and placed in a sealed envelope clearly marked “EOI – Consultancy Services for the Project “Study for construction of road network to facilitate coal supply to power plant at PIND DADAN KHAN District JHELUM”.

The EOI shall be signed by a duly authorized representative of the Applicant. The EOIs shall include a Power of Attorney (Annexure - 1 of Section - F of this PQD) authorizing such representative to sign and submit the EOIs to DG on behalf of the Applicant. Authorized representative of Applicants shall make initials on each page of EOI.

The Applicant may modify, substitute or withdraw its EOI after submission, provided that written notice of the modification, substitution or withdrawal is received by DG prior to the EOI Submission Date. No EOI shall be modified, substituted or withdrawn by the Applicant on or after the EOI Submission Date. The modification, substitution or withdrawal notice shall be prepared, sealed, marked, and delivered with the envelopes being additionally marked “MODIFICATION”, “SUBSTITUTION” or “WITHDRAWAL”, as appropriate. Any alteration/ modification in the EOI or additional information supplied subsequent to the EOI Submission Date shall be disregarded.

1.2. Sealing and Marking of EOI

The Applicant shall seal the original EOI and each copy in separate envelopes and shall mark the envelopes as "Original" and "Copies" (all duly marked as required herein). The envelopes shall be sealed in an outer envelope. The inner and outer envelopes shall be addressed to the Client (DG) at the following address:

The Director General,

Directorate General of Mines & Minerals, Punjab, Poonch House, Multan Road, Lahore, Punjab, Pakistan

PH: +92-042-99212724, +92-042-99212740 FAX: +92-042-99212726, +92- 042-99213657

The inner and outer envelopes shall each bear the words: “EOI - CONSULTANCY SERVICES FOR THE PROJECT: “Study for the Construction of Road Network to Facilitate Coal supply to Power Plant at Pind Dadan Khan District Jhelum”"

The outer envelope shall indicate the name and address of the Applicant to enable the relevant EOI to be returned unopened in the event that it is declared "late".

If the outer envelope is not sealed and marked as required, the Client will assume no responsibility for any misplacement or premature opening of the EOI.

Page 33

1.3. Deadline for Submission of EOIs

EOIs shall be submitted to the Client at the address specified above no later than 14:00 hrs PAKISTAN TIME, November 30, 2016 (the "EOI Submission Date").

Any EOI submitted after the EOI Submission Date shall be rejected and shall be returned unopened to the Applicant.

DG may, at its discretion, extend the EOI Submission Date by amending the PQD, and in such case, all rights and obligations of DG and the Applicants subject to the previous deadline shall thereafter be subject to the deadline as extended.

1.4. Addendum

At any time prior to the EOI Submission Date of EOIs, the Client may amend the PQD by issuing addenda. Any addendum issued shall be part of the PQD and shall be communicated through email or other suitable means as decided by DG to all who have requested to obtain the PQD in pursuance to the Advertisement inviting EOIs.

2. EVALUATION OF EOI

2.1. Preliminary Examination of EOIs

The Client will carry out a preliminary examination of each EOI to determine whether it is complete, whether the documents have been properly signed, and whether it is generally in order.

Where the Client deems it convenient or necessary, it may request supplementary information or documentation from an Applicant for determining its eligibility for prequalification. Whenever such request is made, the Applicant shall provide the same to the Client by such date as may be specified by the Client.

Any EOI found to be non-responsive may be rejected by the Client and not included for further consideration.

2.2. Evaluation of EOIs

The Client will carry out a detailed evaluation of the EOIs that have not been rejected after the preliminary examination. Subsequently, the Client will examine the information provided by the Applicant in the EOI for its prequalification to be done in accordance with Prequalification Criteria specified in the following pages.

Applicant whose EOI is determined by the Client to be substantively responsive thereby meeting the prequalification criteria specified shall be invited to participate in the next stages of the Bidding Process.

Applicant whose EOI is determined by the Client to be substantively non- responsive thereby not meeting the Prequalification Criteria specified shall

Page 34

be disqualified from participating in the Bidding Process.

Verification of the information provided by the Applicant in the EOI submitted for prequalification may be made in such manner as the Client may decide.

2.3. Test of Responsiveness

Prior to detailed evaluation of EOIs, DG shall determine whether each EOI is responsive to the requirements of this PQD. An EOI shall be considered responsive only if:

(i). It is duly signed and each page is initialed on behalf of the Applicant by the duly authorized representative;

(ii). It is prepared and received as per the formats and Annexure given in Section – E and Section F of this PQD;

(iii). It is received by the EOI Submission Date including any extension thereof, if any;

(iv). It is sealed and bound together in hard cover and marked as stipulated in the above clauses;

(v). It is accompanied by the latest three years Audited Financial Statements in accordance with Form – 3 of Section - E of this PQD;

(vi). It is accompanied by the Power(s) of Attorney in accordance with Annexure – 1 and Annexure - 2 of Section - F of this PQD;

(vii). It is accompanied by the Affidavit in accordance with Annexure – 3 of Section - F of this PQD; and

(viii). It does not contain any condition i.e. it is unconditional.

DG reserves the right to reject any EOI which is non-responsive and no request for alteration, modification, substitution or withdrawal shall be entertained in respect thereof.

2.4. Invitation for Request for Proposal (RFP)

At the end of evaluation activity, the Client will issue RFP to the prequalified Applicants for participating in the next stages of the Bidding Process. Moreover, if the prequalified Applicant is a Consortium, it shall not change the structure of the Consortium for participating in the Bidding Process without the prior written consent of the Client.

3. PREQUALIFICATION CRITERIA

The maximum marks are 100 with the following weightage distribution.

(i). Weightage for technical criteria is 80%

(ii). Weightage for financial criteria is 20%

Minimum 50% marks for each section/segment of technical and financial criteria are required for prequalification. Cumulative/Aggregate (technical +

Page 35

financial) prequalifying marks after assigning above mentioned weightages will be 65%.

Final Score for prequalification shall be calculated as follows:

Prequalification Score

Marks obtained in Technical Criteria x (0.80) – A

Marks obtained in Financial Criteria x (0.20) – B

Total Score (A+B)

This score should be exceeding 65 for an Applicant to prequalify.

3.1. Technical Criteria.

The following technical criteria shall be used to prequalify the Applicants:

A. Applicant's Profile and Strengths

B. Relevant Experience

C. Profile of Proposed Team

D. Equipment and Software

Prequalification of Applicants will be done on the basis of score obtained out of 100 according to the following table:

Evaluation Areas Maximum Score Obtained Score A. Applicant's Profile and Strengths 25 B. Relevant Experience 30 C. Profile of Proposed Team 35 D. Equipment and Software 10

Total = 100

Minimum qualifying score in each sub section will be 50% for the Applicant to prequalify in technical criteria.

Page 36

A. Applicant's Profile and Total Marks = 25 Strengths

Criteria Range Max. Obtained Score Score Overall experience of consultancy Two (2) marks will be 20 services or executional services awarded for one year of (relevant to the scope of work) of the experience with a applicant regarding planning & capping of maximum 20 designing of new roads as well as marks. widening & improvement of existing Two & half (2.5) marks roads in hilly areas. will be awarded for one 5 year of international experience.

B. Relevant Experience Total Marks = 30 Maximum Obtained Criteria Range Score Score Evaluation of five (5) projects as selected/stated by the Applicant from its portfolio of projects, based on its relevance to scope of work i.e. planning & designing of new roads as well as widening & improvement of existing roads including 3D modeling in hilly areas including conducting study of financial viability of the project. For each project the Applicant will specify each of the

following activities undertaken. Accordingly, following marking scheme will be observed for marking each project mentioned:

Matrix for relevance of projects

Activity Marks a) Planning & designing of new roads 3 Each project widening & improvement of existing will carry six roads in hilly areas. marks b) 3D modeling 1.5

c) Financial analysis 1.5

Note 1: Each Applicant shall fill Form -1 to express its experience. Note 2: Each Applicant shall clearly demonstrate its experience of undertaking the project in the form of a completion / ongoing work certificate from the client to which services were rendered or being rendered in case of ongoing projects.

Page 37

C. Profile of Proposed Team Total Marks = 35

Criteria Range Max. Obtained Score Score TEAM LEADER holding minimum Master degree Education 10 or equivalent in Civil Engineering from recognized PhD - 2.0 marks institution, having at least 15 years of relevant Masters - 1.5 marks experience in planning & designing of roads in hilly Experience areas. 4 relevant projects; and each project will carry two marks with following marks:

i. Supervision of construction of a road or preparation of plan & design of a road. (1.5 Marks for each project)

ii. Preparation of feasibility of a road project. (0.5 Mark for each project) TRANSPORTATION ENGINEER holding Education 4 minimum Bachelor degree or equivalent in Masters – 2.00 marks Transportation Engineering from recognized Bachelor- 1.5 marks institution having at least 6 to 8 years of relevant Experience experience. 2 relevant projects; and each project will carry one mark. GEO-TECHNICAL ENGINEER holding minimum Education 4 Master degree or equivalent in geotechnical PhD – 2.00 marks engineering from recognized institution, having at Masters - 2.00 marks least 3 to 5 years of relevant experience. Experience 2 relevant projects of geotechnical investigations for construction of road and bridges; and each project will carry one mark.

STRUCTURAL ENGINEER holding minimum Education 4 Master degree or equivalent in Structural PhD – 2.00 marks Engineering from a recognized institution, having at Masters – 1.5 marks least 5 years of experience in the relevant field. Experience 4 relevant projects; and each project will carry one mark. ENVIRONMENTAL ENGINEER holding minimum Education 4 Master Degree in Environmental Engineering from PhD – 2.00 marks recognized institution having at least 5 years of Masters - 1.5 marks experience in relevant field. Experience 2 relevant projects of environmental impact assessment for construction of new road; and each project will carry one mark.

Page 38

GIS SPECIALIST Holding minimum Master Education 4 Degree in GIS with 5 years of experience in PhD – 2.00 marks relevant field. Masters – 1.5 marks Experience 2 relevant projects; and each project will carry one mark. Surveyor Holding DAE in surveying with 5 years of One mark per similar nature 3 experience of relevant field. project. CAD OPERATOR Holding Diploma in Auto CAD One mark per similar nature 2 with 3 years of relevant experience project.

Note: Each Team member shall fill Form -2 to demonstrate its experience.

D. Equipment/Software Total Marks = 10

Criteria Range Max. Obtained Score Score Planning & Designing Software for Roads 10 The ability of the Applicant to engage appropriate internationally acceptable software.

Note: Each Applicant shall fill Form -3 to demonstrate its Equipment capabilities.

3.2. Financial Criteria The following financial criteria shall be used to prequalify the Applicants: Prequalification of Applicants will be done on the basis of score obtained out of 100 according to the following table:

Evaluation Areas Maximum Score Obtained Score Applicant's Financial Strength: A. Average Net Worth 50 B. Average Gross Annual Revenue /Sales/Turnover 50 Total = 100 Minimum qualifying score in each sub section will be 50% for the Applicant to prequalify in financial criteria.

Page 39

Applicant's Financial Strength Total Marks = 100 Criteria Range Max. Obtained Score Score

A. Average Net Worth Total Marks = 50

Greater or equal to Pak 50 Rupees 20 million Greater or equal to Pak 40 Rupees 15 million but less Average Net Worth than Pak Rupees 20 million Greater or equal to Pak 30 Rupees 10 million but less than Pak Rupees 15 million

B. Average Gross Annual Total Marks = 50 Revenue/Sales/Turnover Average Gross Annual Revenue For the Applicant ranked/marked on net worth criteria, the applicants having higher annual revenues (as determined through their audited annual financial statements) would carry additional weightage as compared to the applicants ranked/marked on net worth basis but having lower annual revenues The Applicant ranked/marked on net worth criteria would be further evaluated as under: (a) The Applicant (among all applicants selected/ evaluated on the basis of net worth) would be further ranked on the basis of gross annual revenues/turnover/sales (as determined through their annual audited financial statements) in descending order. (b) Following would be the slabs for marking with reference to the annual revenues of the Applicant which have been arranged in descending order as elaborated just above at (a): i. Top 50% Applicant as ranked on gross 50 annual revenues. ii. Middle 30% Applicant as ranked on 40 gross annual revenues. iii. Lowest 20% Applicant as ranked on 30 gross annual revenues.

i. Net Worth means the value of total assets less total liabilities of the entity concerned at the end of a financial year The Applicant Firms/ shall provide information regarding the above, based on the audited annual financial statements for the latest three (3) full financial years, for which such statements are available, including the consolidated balance sheet, income statement,

Page 40

statement of cash flows and the accompanying notes. Further elaboration regarding financial capability has been given below. ii. Gross Annual Revenues/Turnover/Sales means the value of gross revenues/turnover/sales of the Applicant concerned for a given financial year as mentioned in its financial statement for that year. iii. Financial Capability - Submission of Evidence from Parent Company The Firm and if it is a then the relevant member, may choose to present financial statements of the Parent Company to satisfy financial criteria. For purposes of the above, “the Parent Company” means any corporate entity controlling the Applicant Firm, the relevant member, and "Control" means having, directly or indirectly, a majority of the voting securities and a majority representation in the Board of Directors (or other similar constituent body) of the given corporate entity. In case the Applicant Firm, or if the Applicant Firm is a the relevant member, chooses to present financial statements from a Parent Company, it shall submit, in addition to all other documentation required by this Prequalification Document with respect to the Parent Company. In such cases, the Parent Company shall guarantee to the Client the Applicant Firm's financial obligations under the Project Agreement. For purposes of the above, the Parent Company shall provide an executed letter of support in the form attached in Annex 4 (Parent Company Letter of Comfort). NOTE: (1) For Conversion of Net Worth and Annual Revenues of the Firm/Consortium into PKR (Pakistan Rupees), the Exchange Rate of USD 1 = PKR 105 would be applied. (2) The AVERAGE of latest three years for net worth and gross annual revenues, as determined from the audited annual financial statements of the firms (for the latest three years) would form the BASIS for marking/ranking during evaluation process. (3) Each Applicant shall fill Form - 3 to express its Financial Strength. 3.2. Financial Criteria

The following financial criteria shall be used to prequalify the Applicants:

Prequalification of Applicants will be done on the basis of score obtained out of 100 according to the following table:

Evaluation Areas Maximum Score Obtained Score

A. Average Net Worth 50

B. Average Gross Annual Revenue / Sales / 50

Turnover

Total = 100

Minimum qualifying score in each sub section will be 50% for the Applicant to prequalify in financial criteria.

i. Net Worth means the value of total assets less total liabilities of the entity concerned at the end of a financial year

The Applicant Firms/Consortia shall provide information regarding the above, based on the audited annual financial statements for the last three

Page 41

(3) full financial years, for which such statements are available, including the consolidated balance sheet, income statement, statement of cash flows and the accompanying notes. Further elaboration regarding financial capability has been given below. ii. Gross Annual Revenues/Turnover/Sales means the value of gross revenues/turnover/sales of the firm/consortium concerned for a given financial year as mentioned in its financial statement for that year. NOTE:

(1) For Conversion of Net Worth and Annual Revenues of the Firm/ Consortium into PKR (Pakistan Rupees), the Exchange Rate of USD1 = PKR 105 would be applied.

(2) The AVERAGE of last three years for net worth and gross annual revenues, as determined from the audited annual financial statements of the firms/consortia for the last three years would form the BASIS for marking/ ranking during evaluation process.

Applicant's Financial Strength Total Marks = 100

Max. Obtained Criteria Range

Score Score

A. Average Net Worth Total Marks = 50

Up to PKR 0.01 30

Billion Average Net Worth

Exceeding 50

PKR 0.01

Billion

B. Average Gross Annual

Total Marks = 50

Revenue/Sales/Turnover

PKR 0.10 30

Billion – 0.15

Average Gross Annual Revenue

Billion

Exceeding 50

PKR 0.15

Billion

Note: Each Applicant shall fill Form - 3 to express its Financial Strength.

Page 42

SECTION - E: FORMATS

Page 43

FORM – 1: RELEVANT EXPERIENCE

Applicants shall provide the details of projects completed or in progress using the Form below:

Details of Consultancy Services for Underground/Subsurface Mine Survey Projects

1. Name of Project:

Country of Execution:

Activities undertaken: Planning & Designing of new roads, widening & improvement of existing roads in hilly areas

2. Name and Contact Details of Procuring Agency:

3. Nature and scope of work executed:

4. Value of Services Provided in PKR for each component: Planning & Designing of new roads widening & improvement of existing roads in hilly areas.

5. Date of Award:

6. Date of Completion:

Page 44

FORM – 2: RELEVANT PROJECT PERSONNEL

Title of Position:

Personnel Name Date of birth

Information

Professional qualifications

Present Name of employer

Employment

Address of employer

Telephone Contact (Manager /

Personnel Officer)

Fax E-mail

Job title / Position Years with present

Employer

Please summarize professional experience in reverse chronological order. Indicate particular technical and managerial experience relevant to the proposed Project.

Serial Project From To Particulars # Name

1 Company Name: Position Held: Work Done on the project:

2 Company Name: Position Held: Work Done on the project:

Note: The Applicant shall not change the proposed team for the project while submitting its Technical Proposal except with prior written approval of the Client.

Page 45

FORM – 3: FINANCIAL STATUS a. Summarize the required financial data in the form below, based on audited financial statements for the latest three (3) financial years. b. For Conversion of Net Worth, Gross Annual Revenue/Turnover/Sale of the Applicant into PKR (Pakistan Rupees), the Exchange Rate of USD 1 = PKR 105 will be used.

Particulars Latest Year 1 Year 2 Year 3

1. Net Worth

2. Gross Annual Revenue

Note: The Applicant shall fill this table based on the audited financial statements, which statements shall be submitted by the Applicants with their EOIs duly translated in English language from a certified translator.

Page 46

FORM – 4: LITIGATION HISTORY

Applicants, including each of the members of an Applicant Consortium, shall provide information on any history of litigation or arbitration resulting from contracts executed in the last five years or currently under execution. A separate sheet should be used for each Consortium member. A consistent history (50% or more) of award against the Applicant or any member of a Consortium may result in rejection of the application.

A. Decided Litigation:

Year Award For or Name of client, cause Disputed amount Current Against Applicant of litigation and matter value Pak Rs. in dispute

B. Pending Litigation:

Value of Pending Value of Pending Year Matter in Dispute Claim in Pak Rs. Claim as a Percentage of Net Worth

Page 47

SECTION - F: ANNEXURE

Page 48

ANNEX-1 POWER OF ATTORNEY FROM APPLICATION IN FAVOUR OF ITS

AUTHORIZED SIGNATORY

Date:

Power of Attorney

Know all men by these presents. We name and address of the registered office) do hereby constituted, appoint and authorize Mr. / Ms. ______name and residential address) who is presently employed with us and holding the position of ______as our attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in connection with or incidental to our EOI for Prequalification of Application for the Provision of Consultancy Services for the Project “STUDY FOR CONSTRUCTION OF ROAD NETWORK TO FACILITATE COAL SUPPLY TO POWER PLANT AT PIND DADAN KHAN DISTRICT JHELUM”, including signing and submission of all documents and providing information / responses to the Director General of Mines & Minerals, Punjab (DG), representing us in all matters before DG, and generally dealing with DG in all matters in connection with our EOI for the said Consultancy Services Project. We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney pursuant to this Power of Attorney and that all acts deeds and thins done by our aforesaid attorney shall and shall always be deemed to have been by us.

Signature of Authorized Attorney

Name and Title of Attorney:

Name of Firm:

Address:

Note: to be executed by all the members in case of a Consortium. The mode of execution of the Power of Attorney should be in accordance with the procedure, if any laid down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 49

ANNEX - 2 POWER OF ATTORNEY BY APPLICANT MEMBERS IN FAVOUR OF LEAD APPLICANT MEMBER

Power of Attorney

Whereas, the Directorate General of Mines & Minerals, Punjab (DG) has invited EOIs from interested parties for the Prequalification of Applicant for the Provision of Consultancy Services for the Project “STUDY FOR CONSTRUCTION OF ROAD NETWORK TO FACILITATE COAL SUPPLY TO POWER PLANT AT PIND DADAN KHAN DISTRICT JHELUM”. Whereas, the undersigned members of the Applicant are interested in prequalification for the abovementioned Consultancy Services Project in accordance with the terms and conditions of the Prequalification Document (PQD). Whereas, it is necessary under the PQD for the members of the Applicant to designate one of them as the Lead Member with all necessary power and authority to do for and on behalf of the Applicant and its members, all acts, deeds and thins as may be necessary in connection with the Applicant’s EOI for the Project. NOW THIS POWER OF ATTORNEY WITNESSETH THAT: WE, M/S. ______M/s. and M/s. ______(the respective names and addresses of the registered office) do hereby designate M/s. ______being one of the members of the Applicant as the Lead Member of the Applicant, to do on behalf of the Applicant and all its members, all or any of the acts, deeds or thins necessary or incidental to the Applicant’s EOI for the Project, including submission of EOI, responding to queries, submission of information / documents and generally to represent the Applicant in all its dealings with DG, any other Government Agency or any person, in connection with the Consultancy Services Project until culmination of the process of prequalification. We hereby agree to ratify all acts, deeds and thins lawfully done by the Lead Member pursuant to this Power of Attorney and that all acts deeds and thins done by our aforesaid attorney shall and shall always be deemed to have been done by us/Applicant.

Dated this the ______Day of ______201____. (Executants) Signature of Authorized Attorney Name and Title of Attorney: Name of Firm: Address: (To be executed by all the members of the Applicant) Note: The mode of execution of the Power of Attorney should be in accordance with the procedure, if any lay down by the applicable law and the charter documents of the executant(s) and when it is so required the same should be under common seal affixed in accordance with the required procedure.

Page 50

ANNEX - 3 AFFIDAVIT

Date:

Director General Directorate General of Mines & Minerals, Punjab (DG) Poonch House, Multan Road, Lahore, Punjab, Pakistan

We, [insert name of Applicant] hereby represent and warrant that, as of the date of this letter [Name of Applicant / Lead Member of Applicant], and each member of Applicant (if applicable): a. is not in bankruptcy or liquidation proceedings; b. has not been convicted of, fraud, corruption, collusion or money laundering; and c. is not aware of any conflict of interest or potential conflict of interest arising from prior or existing contracts or relationships which could materially affect its capability to comply with the obligations in respect of the subject Project for which prequalification is being done.

We further represent and warrant that all information and documentation submitted as part of our Expression of Interest is true and accurate.

We have also attached a clearance certificate duly attested by the chamber of commerce / registration authority evidencing registration.

Yours sincerely,

Signature of Authorized Signatory

Name and Title of Signatory:

Name of Firm:

Address:

Page 51