National Highway Auth"ilty (Procurement and Contract Administration Sectionf 28 Mauve Area, Sector G-gll, Islamabad (| Phone: +92-Sl-9;O32727, Fax: +92 -SL-926O419

[Pr[rro'Yri$rl.n Avs

DOCUMENTS FOR SUBMISSION

TO

PUBLIC PROCUREMENT REGULATORY AUTHORITY

FOR consultancy senrices for Design Review and Construction Supenrision for Dualization & Improvement of Karak to Section of N-SS 167Kml

November,2OL9 I t ATTACHMENT.I (See requlation 2) PUBLIC PROCUREM ENT REG U LATORY AUTHORITY (PPRA) I CONTRACTAWARD PROFORMA. I To Be FilledAnd Uploadedon PPRAWebsite in Resoectof All PublicContracts of Works. T Services& GoodsWorth Fifty Million or more NAMEOF THE ORGANIZATION/DEPTT, National HiqhwavAuthoritv

FEDERAUPROVINCIALGOVT. FederalGovt (AutonomousBody) I TITLEOF CONTRACT ConsultancyServices for Design Review and Construction Supervisionfor Dualization& lmprovementof Karakto Kohat Sectionof IndusHighway N-55 (67 Km) I TENDERNUMBER 6(462) BRIEFDESCRIPTION OF THE CONTRACT The scope of the project is dualizationand improvementof existingIndus Highway (N-55) from Sarai Gambilato Kohat (at N-80, Rawalpindi- Jand - Kohat road).The projectroad starts from Sarai Gambila, passes through Topai, Ambiri I Krapa, , Kala, Lawagarh, Mandoori and connects Rawalpindi- Jand - Kohat road (N-80).The project has gained significancedue to inaugurationof China Pakistan Economic Corridor (CPEC) projects. The CPEC (western I alignment)traversing between lslamabad and D.l. Khan connectsN-55 near Yarak, D.l.Khan and N-55section, Yarak - Kohatand Peshawarwill also connectwith CPEC(Western I Corridor)

TENDERVALUE Pak,Rs. 99.196.893

I ENGINEER'SESTIMATE (for civil Works only) NotApplicable

ESTIMATEDCOMPLETION PERIOD (39months) I WHETHERTHE PROCUREMENTWAS INCLUDEDIN ANNUAL PROCUREMENTPLAN? Yes No t (i) PPRAWebsite (Federal Agencies) Yes No X

(ii) NewsPapers Yes No X

TwoDAILIES'ROZNAMA EXPRESS'AND "THE NEWS" (lf yes,give namesof newspapersand date) I sTHJANUARY,2O18 DATED

TENDEROPENED ON (Dateand Time) TECHNICALBIDS OPENEDON 23RDJANUARY, 2018 I I FINANCIALBIDS OPENED ON lOTHMAY.2O18 NATUREOF PURCHASE Procurementof EngineeringServices I EXTENSIONIN DUE DATE (if any) Yes X No NUMBEROF TENDERDOCUMENTS SOLD NHA WEBSITE FOR PROPECTIVE BIDDERS TO (Attach list of Buyers) DOWNLOAD I WHETHERQUALIFICATION CRITERIA WAS INCLUDEDIN BIDDING/TENDERDOCUMENTS (lf yes enclosea copy) (COPYOF QUALIFICATIONCRITERIA ATTACHED)

WHETHERBID EVALUATIONCRITERIA WAS INCLUDEDIN Yes No X I BIDDING/TENDERDOCUMENTS (if yes enclosea copy) OF EVALUATIONCRITERIA IS ATTAC I I ' I Page1 of3 I I

I ATTACHMENT.I (See requlation 2) PUBLIC PROCUREMENT REGULATORY AUTHORITY (PPRA) I CONTRACTAWARD PROFORMA - I I To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works, - a)slNcLE SrAGE oNE ENVELoPEPRocEDURE l-i----_l -rwo pRocEDURE I b)STNGLE srAcE ENVELoeE l-----l c)TWo STAGEBIDDING PRoCEDURE I x------l d) rwo srAGE - TWo ENVELoeEBTDDING pRocEDURE l----T--l t - Pleasesoecifi/ jI any othermethod of procurementwas adopted with brief reasons C.e. Emergencv.Direct Contractino.Neqotiated N/A Tenderinqetc. . WHOIS THE APPROVING AUTHORIry NHAEXECUTIVE BOARD I > WHETHER APPROVAL OF COMPETENT AUTHORITY WAS OBTAINED FOR USING A METHOD OTHER THAN OPEN COMPETITIVEBIODING t > NUMBEROF BIDSRECEIVED > WHETHERTHESUCCESSFUL BIDDERWAS Yes No X LOWESTBIDDER (HighestRanked Bidder) I > WHETHERINTEGRITY PACTWAS SIGNED Yes No X I I I I l I I T t I I Page2 of 3 I I

I ACH I CONTRACT AWARD PROFORMA. II t To Be FilledAnd Uploadedon PPRAWebsite in Respectof All PublicContracts of Works, Services& GoodsWorth Fiftv Million or more I > NO.OF BIDDERSPRESENT AT THE TIME OF OPENINGOF BIDS Six(06) > NAME& ADDRESSOF SUCCESSFULBIDDER M/s zeeruk International (Pvt.) Ltd. in JV l with M/s Kasib Associates Address: Times Square Plaza, 3rd Floor, I Sectorl-8 Markaz,lslamabad, Pakistan RANKINGOF SUCCESSFULBIDDER IN EVALUATIONREPORT HighestRanked Bidder I (i.e.1"t,2nd, 3'o EVALUATED BID) > NEEDANALYSIS (Why the procurementwas necessary?) In recentyears, the IndusHighway has been unable to cope with the increasingtraffic volumeand largersize of vehiclessufficiently due to the lack of road capacity and I deteriorationof the road surface.As a result, traffichas becomeexcessively concentrated on N-5,causing frequent traffic jams. ln order to address above said problems,National I HighwayAuthority developed program for up- gradation/improvement of IndusHighway (N- 55) for being the major trade route for countryon western bank of .In I this connection,N-55 (lndus Highway) is alreadyunder up-gradationphase and has alreadybeen upgradedto four lane highway I in varioussections.

IN CASEEXTENSION WAS MADEIN RESPONSETIME, WHAT NA I WERE REASONS(Briefly describe) WHETHERNAMES OF THE BIDDERSAND THEIR PRICES WERE Yesl { ltto X I READOUT AT THETIME OF OPENINGOF BIDS DATEOF CONTRACTSIGNING (Attach a copyof agreement) 16thJanuary, 2019 (Copyattached)

I CONTRACTAWARD PRICE Pak.Rs.99,196,893

WHETHERCOPY OF EVALUATIONREPORT GIVEN TO ALL I BIDDERS(Attach a copyof bid evaluationreport) ANY COMPLAINTSRECEIVED (lf Yes,result thereof) Yeslx

ANYDEVIATION FROM SPECIFICATIONS GIVEN IN THE TENDER Yesl x lt',to t NOTICE/DOCUMENTS (lf yes givedetails)

I > DEVIATIONFROM QUALIFICATION CRITERIA (lf yes givedetails) Yesl x | ruo t > SPECIALCONDITIONS, IF ANY Brief Nil I Page3 of 3 I t T I t I t I I Evaluation I I I I aualification I t Criteria I I I T I t t I I Tender No, 6(462) t National Highway Authority I I I ll tnifrv'v ui$rnr.Arr gl REQUESTFORPROPOSAL 1l gl

1I Coxsur,TANCYSrnvrcns 1l FOR tr Dnsrcn Rnvrrw ANDCoNSTRUCTIoN SupgnusloNFoR Duar,rztTrox & tr IivrpnovEMENToF Kan,rK To Kouar SncuoN on lNous HrcHwAYN-55 tr (67 KM) lr .l I; (aagel to 128) I Janu.rnyo2018 T I I I I I I Table of Contents ! I Sr.# Description PageNo. 1. Letter of Invitation (LOI) (iD I t I Instructions to Consultants (Annex A) 01 I I 3. Data Sheet (Annex B) 08 4. Technical Proposal Forms t7 I t I f,. Financial Proposal Forms 33 I 6. Appendix A (Terms of Reference) 44 T I 7. Appendix B (Person-Months and Activity Schedule) 76 8. Appendix C (Client's Requirements from the 77 I I Consultants) 9. Appendix D @ersonnel,Equipment Facilities, and 78 I I other servicesto be provided by the Client) 10. Appendix E (Copy of Model Agreement) 79 I I I I T I t I I I t I t I iiI lT- tl GOVERNMENT OF' PAKISTAN NATIONAL IIIGIIWAY AUTIIORITY ll 28-MauveArea, C'-911,PostBox No. 1205, ISLAMABAD Ilated the ll Ref No. LETTER OF IIYVITATION ll To, All consultants tl Gentlemen! ll We extend wann welcome to you and invite you to participate in this project. We hope that you will live up to your reputation and provide us accurateirrformation so that the evaluation is carried out "just and transparenf'. Pleaseunderstand that the contents of this RFP, tl where applicablg shall be deemed part of the contract agreement,An example to this affect can be the contents of your work plan and methodology which you shall be subrnitting in your TechnicalProposal. Since that is the basis of the selection.therefore, it shall becomepart of the tl contract agreementsubjeot to approvaVrevisionsof the sarneby NHA during the negotiations. Similarly, all other services and the content contributing to services shall be deemed part of the contract agreementunless it is specifically mentioned for any particular item up-front in your Technical Proposal which obviously will make your Proposal a conditional proposal whereby, tl authorizing NHA to may or may not consider to evaluate your Proposal. Pleaseunderstand that if no such mention appearsup-front (i.e. on front page of Technical Proposal) then it shall be deemedthat the consultant is in 100% agreementto the above. You are also advised to kindly ll read the RFP thoroughly as it can drastically affect the price structure for various serviceswhich may not be appearing directly in the terms of refsrence. In the end, we appreciate your tl participationand hopethat you will feed a goodproposalto merit considerationbyNHA. particrilarly Your attentionis drawn towards paragraph1.10.3.1.1. subparagraph3.1.2 Ldt paraeraphs3,1.3. 3.1.5. 5.2.1 and 6.5 of Instructionsto Consultants(Annex A) as well as Il subparagraphs1.7 (v). 1.7(vii). 1.7(.vrii). 1.8 (g) and 1.8ft) in DataSheet (Arnex B) andNote tl Disqualificationl Rejection/ loosing marks/ Penaltv. tr (which Il shall be kept unopenedtill completeevaluation of Technical Proposals).No alteratlonin tr GeneralManager (P&CA) Telephone:+92 -5 1 -90327 27, Fax:+92-51,-9260419 E-mail: ggrpca.nha@ernail. com, Website:www.nha. gov.pk :lL: I I I I ATTACHMENTS

I Instructionsto Consultants(Annex A) I Data Sheet(Annex B) t TechnicalProposal Forms

I FinancialProposal Forms I I Appendix A (Terms of Reference) I Appendix B (Person-Months and Activity Schedule)

I Appendix C (Client's Requirementsfrom the Consultants) I I Appendix D (Personnel,Equipment, Facilities, and other servicesto be provided by the I Client).

T 9. Appendix E (Copy of Model Agreement) I I T I T I T I I I I I I I TI Ir oonex A TI INSTRUcrroNs ro coNsuLTANT, l. GENERAL

ll 1.1 Desiring consultants are invited to submit a technical and a financial proposal for consulting servicesrequired for the assignmentnamed in the attachedData Sheet (Annex B). The proposalscould form the basis for future negotiationsand ultimately a Conhact ll betweenthe selectedConsultant and the Client namedin the Data Sheet.

t.2 A brief descriptionof the assignmentand its objectivesare given in the Data Sheetwhich TI are elaboratedin Appendix A (Terms of Reference)to this RFP.

1.3 The assignment shall be implemented in accordancewith the phasing indicated in the It Data Sheet. (When the assignmentincludes severalphases, continuation of servicesfor the next phase shall be subject to satisfactory performanceof the previous phase, as tt determined by the Clien$. 1.4 The Client (NHA) has been entrustedthe duty to implement the Project as Executing Agency by GOP and funds for the project have been approvedand provided in the budget tl for utilization towardsthe cost of the assignment.and the Client intendsto apply part of the funds to eligible payments under the Contract tbr which this LOI is issued. tl 1.5 To obtain first-handinformation on the assigrmentand on the local conditions, you are encouragedto pay a visit to the Client before submitting a proposal and attend a pre- proposal conferenceif specified in the Data Sheet.Your representativeshall meet the It official namedin the Data Sheet.Please ensure that the official is advisedof the visit in advance to allow adequatetime for him to make appropriate arrangernents.You must fully inform yourself of local conditions and take them into accourfiin preparing your ll proposal. t.6 The Client shall provide the inputs speci{ied in the Data Sheet, assist the Consultants in obtaining licenses and permits needed to carry out the services, and make available ll relevantpmject dataand reports, ll t.7 It is notified that: i. The cost of preparingthe proposal and of negotiatingthe Contract,including visit Ir to the Client, arenot reimbursableas a direct costof the Assignment,and lr ii. The Client is not bound to acceptany or all of the proposalssubmitted. 1.8 An invitation to submit proposalshas been sent to the firms as listed/statedin the Data I Sheet. t 1.9 In ordorto avoid conflicts of interest: A firm that has beenengaged by the Client to providegoods, works, or non- consultingservices for a project,or anyof its Affiliates,shall be disqualifiedfrom I providingconsulting services resulting from or directlyrelated to thosegoods, works,or non-consultingservices. Conversely, a firm hired to provide consulting servicesfor the preparationor implementationof a project,or anyof its Affiliates, I PageI ofl2E t l I

I shall be disqualified from subsequently providing goods or works or non- I consultingservices resulting from or directlyrelated to the consulting servicesfor I such preparation or implementation.; and t ii. A Consultant(including its Experts and Sub-consultants)or any of its Affiliates shall not be hired foq any assignmentthat, by its nature, may be in conflict with t anotherassignment of the Consultantfor the sameor for anotherClient. t

1.10 A firm may submit its proposalfor the Assignment either as an independentConsultant I or as a Mernber of a JV Consuttantsbut participation of a firm occurring in more than I one proposal for the Assignmentis not allowed. In case a firm participatesin more than one proposal, all such proposals shall be disqualified and rejected. However this I condition doesnot apply for individual SpecialistSub-consultant(s). I I 2. DOCUMENTS T 2.1 To prepareaproposal, pleaseuse the attachedForms/Documents listed in the Data Sheet.

I 2.2 Consultants requiring a clarification of the Documents must notify the Client, in witing, T not later than Fourteen(14) days before the proposal submissiondate. Any request for clarification in writing, or by cable,telex or tele-fax shall be sentto the Client's address I indicated in the Data Sheet. The Client shall respondby cable, telex or telefax to such T requestsand copiesof the responseshall be sentto all invited corrsultants,

I 2.3 At any time before the submissionof proposals,the Client may, for any reason,whether I at its own initiative or in responseto a clarification requestedby an irwited consulting firni, rii.rtliiy tlie Ducufiicnis by arnendmerii. The arrrendmentsirall be seni in writing or ! by cable,telex or telefax to all invited consultingfirms and will be binding on them. The I Client nlay atits discretionextend the deadlinesfor the submissionofproposals.

I 3, PREPARATION OF PROPOSAL T

Desiring consultantswill submit a Technical and a Financial Proposal.The proposals I shall be written in English language. t I 3.f TechnicalProPosal T 3.1.1 The TechnicalProposal should be submittedusing the format specifiedand shall include I duly signed and stanped forms appendedwith the RFP. This is a mandatory requirement for evaluationof proposalsand needsto be filled up carefully. I I The proposalsshould be bound in the hard book binding form to deny the possibility of removal or addition of page(s).All the pagesof proposalsmust be signedand stampedin I original by aathorized representative of the firnr/JV. All the pages must be numbered T starting from first page to last. Any proposal found not adhering to these requirements maybe rejected at the time opening. I I 3.1.2In the Technical Proposal,the generalapproach and methodology shall be proposedfor carrying out the services covered in the Term of Reference, including such detailed T information as deemedrelevant together with consultant's appreciationof the Project from provideddetails and I Pase2 of 128 T TT tl A detailedoverall work programmeto be provided with timing of the assignment of eactrKey Personnelor other staff memberassigned to the Project.

H b. An estimate of the total number of person-monthsand Project duration required. c. Clear description of the responsibilitiesof eachKey Personnelwithin the overall ft work programme. The Curriculum Vitae of all Key Personnel and an Affidavit on stamp paper duly ll attestedby Oath Commissionerto the effect that the proposedpersonnel shall be availablefor the assignmentin the project durationand their presentplace of duty may also be mentioned. Failure to provide the Affidavit may result in to no It further evaluation of the proposal. The consultants are advised to suggest such namesthat shall be availablefor the Assignment. Il The Technical Proposalshall include duly filled in forms provided in this RFP: the name, background, and professional experience of each Key Personnel to be assignedto the Project, with particular referenceto his experienceof work of a ll naturesimilar to that of the proposedassignment. Current commitments and past performance are the basic criteria in evaluation of tl Technical Proposal. Consultants are required to provide the details of present cornmitments/ongoingjobs as referred in the Form TECH-9 of Technical Proposal. Further, the basis for consideringthe past performance is the report ll from Design Sectionand ConstructionWing of NHA. 3.1.3. -While.preparing-ttreTechnical Proposal.consultants are expectedto examine all terms and instructions included in the RFP. Failure to provide all tequested information shall Il be at consultant's risk and rnay result adversely in the scoring of the proposal. The proposalshould be preparedas p€r RFP and any suggestionor review of staff etc. should be clearly spelt out in Form TECH-4. This will be discussedat the time of negotiation ll meeting as and when called.

Penalty against non-compliance with the maximum page requirement based in the Ir 'CHECKLIST Of REQUIRED FORMS' provided in the Section of Technical ProposalFonns will be one (01) scorepoint per excesspage to be deductedfrom the total technical score. The consultants are instructed to submit the CVs of Key Personnel by tl truly following the format attachedat Form TECH-S. The CV's submitted on format in deviationto that specifiedare susceptibleof scorinelow.

ll 3.1.4 Dur{ng preparationof the Technical Proposal,consultants must give particular attention to the following:

tr Consultantmay utilize the servicesof expatriateexperts but only to the extent for which the requisite expertiseis not availablewith any Pakistani firm. In caseof JV, the proposal should state clearly partners will be "Jointly and Severally" tr responsiblefor performance under the Contract and One (Representative) parlner will be solely responsiblefor all dealingswith the Client on behalf of the JV. Its Power of Attorney on this accountis to be enclosed.The Representativepartner shall retain the responsibility for the perfonnance of obligations and satisfactory :: completion of the consultancyservices. PEC registersa foreign consulting firm for issuinglicense to provide consultancyservices in Pakistan,which is basedon formation of JV with the condition that the foreign consulting firm shall provide 5 Page3 of128 I t only that share of consultancy services by the JV for which expertise is not availablewith Pakistaniconsulting firms. A copy of JV agreementto be provided at the time of finalizing the contractdocuments with specific responsibilities and I assignmentsto be looked after by eachpartner.

ii. Subcontractingpart of the assignmentto the other consultantsis discouragedand I only individual Specialist Sub-Consultants(having unique experti$e which is not availablewith others)may be included.

I iii. The Key Personnelproposed shall preferablybe permanentemployees of the firm t unlessotherwise indicated in the Data Sheet. t iv. The estimated number of Key Personnel person-months required for the I Assignment is stated in the Data Sheet. The proposal should be based on a number of Key Persornel person-months substantially in accordance with the I above number. However consultantsmay propose changesin the light of their I experiencethrough particular commentson the TOR.

I v. Proposedpersonnel should have experiencepreferably under conditions similar to t thoseprevailing in the areaof the Assignment.The minimum requiredexperience I of proposedKey Personnelshall be aslisted in the Data Sheet. I vi. No altcrnative to Key Fersonnelmay be proposed,and only one curriculum vitae I (CV) may be submittedfor eachposition. I I vii. If the Data Sheet specifiestraining as a major componentof the Assignment, a t detailed description of the proposed methodology, staffing budger and monitoring is to be provided. I I 3.1.5 The Technical Proposal shall not include any financial information. The Consultant's comments,if any, on the data, servicesand facilities to be provided by the Client and I indicatedin the TOR shall be included in the Technical Proposal.A Technical Proposal I containing any financial information will be treated as non-responsiveresultins in to rejection of the proposal. T l 3.2 Financial Proposal T 3.2,1 The FinancialProposal should be submittedusing the format specifiedand enclosedwith t this RFP. This is a mandatory requirementfor evaluation of proposalsand needsto be filled up carefully. The total cost is to be mentionedin the Form FIN-7 and accordingly I I in Form FIN-1 too. 3.2.2 The Financial Proposal should list the costs associatedwith the Assignment. These t normally cover remuneration for staff in the field and at headquarters,per diem, housing, transportationfor mobilization and demobilization, services and equipment (vehicles, office, equipment, furniture, and supplies), printing of documents, surveys, and t investigations.These costs should be broken into foreign (if applicable)and local costs. The FinancialProposal should be preparedusing the formats attachedas Fonns FIN- 1 to FIN- 7. t 3.2.3 The Financial Proposalshall also take into accountthe professionalliability as provided underthe relevantPEC Bye-Laws and cost of insurancesspecified in the Data Sheet. I I Page4 of 128 t I rt-

n 3.2.4 Costsmaybe expressedin currency(s) listed in theData Sheet. ALS

4.1 Consultants shall submit one original Technical Proposal and one original Financial Proposal and the number of copies of each indicated in the Data Sheet. Each proposal n shall be in a separateenvelope indicating original or copy, as appropriate.All Technical Proposalsshall be placed in an envelopeclearly marked "Technical Proposal" and the Financial Proposalsin the one marked "Financial Proposal". These two envelopes,in IT turn, shall be sealedin an outer envelopebearing the addressand information indicatedin the Data Sheet.The envelopeshall be clearly marked, "DO NOT OPEN, EXCEPT IN fl PRESENCEOF THE EVALUATION COMMITTEE.' 4.2 In the event of any discrepancy between the copies of the proposal, the original shal1 govern. The original and each copy of the Technical and Financial Proposalsshall be ll prepared in indelible ink and shall be signed by the authorized representativeof the eonsultant.The representative'sauthorization shall be confirmed by a written power of attorneyaccompanying the proposals.All pagesof the Technicaland Financial Proposals tl shall be signedby the personor personssigning the proposal.

4.3 The proposalshall containno interlineationsor ovenvriting exceptas necessary to correct Il effors madeby the consultantsthemselves. Any such correctionsshall be initialed by the personor personssigning the proposal.

ll 4.4 The completedTechnical and FinancialProposals shall be deliveredon or before the tirne sheet*" t::*:n rorthe submission orproposals is - trir":ffitf?fi"T"H#" - +- 4.5 The proposalsshall be valid for the numberof days statedin the Data Sheetfrom the date of its submission. During ihis period, consultantsshall keep available the Key Personnel Il proposed for the Assignnlent. The Client shall make its best effort to complete negotiationsat the location statedin the Data Sheetwithin this period. Ir 5. PROPOSAL EVALUATION ll 5.1 Evaluation Procedure and Criteria 5.1.1 A quality cum cost basedprocedure shall be adoptedin ranking of the proposals.The technical evaluation shall be carried out first, followed by the financial evaluation. Firms tr shallbe rankedusing a combinedtechnicaUfinancial score. 5.1.2The evaluationcommittee will correct any computationaleffors in Financial Proposals. tr When correcting computational errors, in case of discrepancy (i) between a partial (2b- total) amount and the total amount, or (ii) between the amounts derived by multiplying unit price with quantity and the total price or (iii) between words and figures, the formers will prevail. However, items describedin the Technical Proposalsbut not priced, in the Financial Proposalsshall be assumedto be included in the prices of other activities or items and no correctionsar€ made to the FinancialProposal. ln casean activity or item is quantified in the Financial Proposal differently from the Technical Proposal, the evaluationcommittee shall correct the quantificationindicated in the