Sei sulla pagina 1di 4

MINUTES OF PRE-BID MEETING HELD ON I5TH JANUARY, 2014

Package-4: Construction of River Training & Protection Works (Consisting of


Guide Banks, Gunda Bunds and Cunette) of Shaheed Benazir Bhutto Bridge
over River Indus Connecting Chachran Sharif with Kot Mithan
01.
A Pre-Bid Meeting was held in NHA Auditorium, HQ, Islamabad at 1100 hours on 15th
January 2014 to discuss the tender documents issued to bidders and to clarify the points, if any,
raised by them. The following attended the meeting:

National Highway Authority


i.
ii.
iii.
iv.
v.
vi.

Mr. Parvez Iqbal Sulehri


Mr. Asim Amin
Mr. Zulfiqar Ali Janjua
Mr. Parkash
Mr. Nand Kumar Soofi
Mr. Asad Rahat

General Manager (P&CA)


General Manager (Design)
Director (Design)
Director (P&CA)
Director (QS)
Deputy Director (P&CA)

Design Consultant (M/s EA Consulting)


i.
ii.

Mr. Hans Aqil


Mr. Siddiq Sulemani

General Manager (Technical)


Head of Highways

Bidders
i.
ii.
iii.
iv.
v.
vi.
vii.
viii.
ix.
x.

Mr. Sajid Mehmood


Mr. Mudasar Yousaf
Lt. Col. (R) Mohsin
Mr. Amir Mehmood
Mr. Abid Farooqi
Mr. Ghulam Hasan
Mr. Naseer Akhtar Shafai
Engr. Bilal Hussain
Mr. Fateh Ali Tipu
Mr. Tahammul Abbas

M/s Sachal Engg. Works


M/s Matracon Pakistan
M/s RMC
M/s Mishal Sania
M/s Usmani Associates
M/s Habib Construction Services
M/s FWO
M/s Techno Time Construction Co.
M/s Chaudhry Engineers Associates
M/s Sadaat Enterprises

The said meeting was started with welcome to all participants by General Manager
2.
(P&CA) and General Manager (Design). All the participants were asked to introduce themselves
and their Companies on behalf of which they are attending the meeting.
General Manager (Design) explained the Project Package-wise details of Shahed Benazir
3.
Bhutto Bridge i.e the Main Bridge i.e. Package-II is under construction by M/s FWO, and Road
from Zahir Pir to Chachran Sharif i.e. Package-III is under construction by M/s RMC. Bids for
construction of Road from Kot Mithon to N-55 i.e. Package-I were opened on 9th January 2014
for which the Technical Evaluation is under process and it is expected that the said Package-I will
be awarded in next two months period. Whereas the procurement of remaining packages i.e.
Package-2A Road from Chachran Sharif to left Abutment of Main Bridge and Package-2B Road
from right abutment of Main Bridge to Kot Mithon will be initiated soon. So the timely
completion of subject Package-4 River Training Works (Left and Right Guide Bunds, Cunette and
Gunda Bund) is very important due to nature of work further timely completion of this project is
required to operationalize the bridge.

Page 1 of 3

General Manger (Design) further explained the subject project location and requirements
04.
of NHA as following:All the bidders are instructed to carefully prepare their bids. Prior to prepare the bid, visit
a.
the site location and as this project is of difficult nature. It involves number of creeks and
hauling distance to project work area is also difficult. Further, the River Indus at the
specific location has its unique dynamics during the flood seasons. Thus all these
conditions has to be taken care during construction therefore the bids have to be
synchronized with these and rates must be rationalize and workable.
There is no chance to commence the work on site before this year's flood season. The
b.
activities can be commenced at site after September 2014. NHA requires that the
Contractor during this period prepare their plan, mobilization and stocking / arranging the
materials i.e. stone, as huge quantity of stone shall be required for protection work.
After September, the Contractor is required to achieve raising of river training works upto
c.
high flood level before the next flood season (Year 2015) including rip rap. The
Contractor is required to complete the remaining works by 2nd working season or before
on set of Year 2016 flood seasons. NHA intends to operationalize the bridge by December
2016. In case of failure of above, NHA will not entertain any claim in this regard.
Due to difficult nature of the project, it was agreed that on 20th January 2014 all the
d.
bidders may jointly carryout site visit. Director (Design), Design Consultant and Project
Authorities shall be available at site to assist them.
After the above discussion, the bidders were asked to come forward with their questions /
05.
queries and the bidders raised certain questions / queries regarding subject works. Questions /
queries alongwith replies / answers of the same are as per following details:
Sr.
Questions / Queries
No.
Questions of M/s FWO:
i.
Appendix C in specified material
list, "Cement" may be included.
ii.
Right of Way SP-I (1.1) It may
be confirmed that Guide Banks,
Cunette and Gunda Bund are
within the Right of Way.
iii. Trainee Engineers SS-29 As per
supplementary specifications, 02
No. Trainee Engineers are to be
provided by the Contractor. This
item may be included in the BoQ.
iv. The condition for experience of
Rs. 1,300 Million is very stringent
and may be reviewed by adding
holding of spec Eqpt / Manpower
and Financial Health / etc.
Questions of M/s Mishal Sania
v.
In Bidding Documents, PEC
requirement for this project is CA,
whereas it JV total requirement of
PEC is the cost of project which is
available in C-1 kindly clarify.
vi. In BOQ there is no Engineer's
facility, kindly clarify?

Replies / Answer
Not accepted as the quantity of Cement is less than
5% and PEC do not allow it.
There is no land issue.

Not accepted.

Please see addendum No. 01.

Not accepted.

Contractor is not required to provided the Engineer's


facility.
h;
ig s-.._
Page 2 of 3

Project completed amount is 1300 Please see addendum No. 01.


Million of similar nature. Whereas
in Pakistan no Contract of similar
nature done by any Contractor.
Kindly reduce this criteria and
allow any Contractor who have
experience of this type of project.
viii. Appendix C there is only two Not accepted as NHA requires stocking / arranging of
items for change of rate whereas stones before commencement of works.
stone is a very huge quantity in
this project this item should also
include.
ix. This project is on River Indus Not accepted. It should be included in other items
which is a very huge river in rates of BOQ.
Pakistan so extra cost for doing
work of bund should also add in
bid.
Questions of M/s Habib Construction Services:
x.
Requirement of Technical Staff is Not accepted.
too high?
Structure Please see Addendum No. 01.
xi. Requirement
of
Engineer is it required?
xii. The fuel factor for price variation Not accepted, as PEC Price Adjustment Procedure
has been followed.
should be increased.
xiii. Price variation for stone may be Not accepted.
added.
vii.

06.

In addition to above, Director (P&CA) also clarified the following to the Bidders:

a.

In case of Foreign JV, the proposed staff for the subject works must be present at site
during construction phase and it will be considered as default of the Contractor if the
proposed staff be replaced or not present at site. Furthermore, the condition of JV is very
much clear for bidders.
No excuse will be accepted from the Contractor in case of stoppage of work due to
delayed / non payment of IPCs, as the Contractor was qualified for award of subject works
as the firm was evaluated Financially Capable to complete the works.
The bidders must read the Bidding Documents carefully before the submission of bids and
no excuse whatsoever will be accepted from bidders that the period of bid security is less
or the bid security is in Financial Bid Envelope etc. The Technical and Financial Bids
must be submitted as per the Instructions to Bidders of the Bidding Document.

b.

c.

07.
Please note that in case of any further questions / queries required to be clarified after this
meeting, the bidders may forward the same to undersigned in writing. Reply will be responded to
the respective bidders and accordingly it will also be uploaded on NHA website for information of
all the interested bidders.
08.

The meeting concluded with a vote of thanks to al] the participants.


---oo0oo---

Page 3 of 3

ADDENDUM NO. 01
Package-4: Construction of River Training & Protection Works
(Consisting of Guide Banks, Gunda Bunds and Cunette) of Shaheed Benazir
Bhutto Bridge over River Indus Connecting Chachran Sharif with Kot Mithan
The following amendments have been made in the Bid Document under this Addendum, which
shall be read and construed as an integral part of Bid Document and shall take precedence in case
of any conflict / ambiguities in the Bidding Document and other provisions of the Bidding
Document.
1. Bidding Data:
Refer page-22, ITB Clauses 3.1a(i), second and fourth line, constructor's category "C-A" be
replaced with "C-B".
2. Bidding Data:
Refer page-23, ITB Clauses 3.1a(ii), the whole para be replaced with the following:
"Firm that has completed one or more than one project with accumulated cost not less than
Rs. 1,300/- Million in last five (05) years of similar nature and complexity. In case of more
than one Project, the minimum value of each Contract should not be less than Rs. 500 Million.
Experience of firms against the requirement of similar size and nature project as a subcontractor will not be considered for evaluation."
3. Bidding Data:
Refer page-30, ITB Clauses 11.1(C) contains heading General and Similar Experience
(Appendix N to bid) of Similar Works, the words "1 Contract" at second line be replaced
with words "one or more than one Contracts".
4. Bidding Data:
Refer page-31, ITB Clauses 11.1(C) contains heading Qualification of Key Staff (Appendix
0 to bid) under serial No. b, the words "roadway Bridges" at the end of lines 3 and 6 be
replaced with "River Training / Protection Works".
5. Bidding Data:
Refer page-35, ITB Clauses 20.1(a) and 23.1, the dates be changed as 136 February 2014.
6. Appendix-N to Bid:
Refer page-62, Para-2) Contracts of Similar Size and Nature, the whole para of requirement
be replaced with the following:
"Participation as contractor or management contractor within last five (05) years with
accumulated value of Rs. 1,300 Million or with minimum value of Rs. 500 Million each that
have been successfully or are substantially completed and that are similar to the proposed
works. The similarity shall be based on the physical size, complexity, methods, technology or
other characteristics as indicated in these Bidding Documents."
7. Special Provisions:
Refer page-103, second line at paragraph-3 of Clause-1.1 of SP-1, the words "for the above
facilities" be replaced with "for their own facilities".
8. Other terms and conditions shall remain same.
X

Potrebbero piacerti anche