Sei sulla pagina 1di 164

t

I (Seerequlation2)
PUBLICPROCU
REMENTREGULATORY
AUTHORIry(PPRA)
I CONTRACTAWARD PROFORMA. I
To Be FilledAnd Uploadedon PPRAWebsitein Resoectof All PublicContractsof

I Services& GoodsWorth FiftyMillionor more


NAMEOF THE ORGANIZATION/DEPTT.
FEDERAUPROVINCIAL
GOVT.
National Highway Autho.ity
FederalGovt (AutonomousBody)

I TITLEOF CONTRACT Design Review and ConstruclionSupervisionConsultants


for Central Asia Regional Economic CooperationCorddor
DevelopmentInvestmentProgram(T-l Plojects)

I TENDERNUMBER

BRIEFDESCRIPTION
OF THE CONTRACT
t
The Governmentof Pakistan(the Government)requested
the Asian DevelopmentBank (ADB) lo finance the Central

I Asia RegionalEconomicCooperationCorridorDevelopment
InvestmentProgram(the InvestmentProgram)undera Multi
tranche FinancingFacility (The Facilty). The Governmenl
requested the tirst tranche to be disbursed to finance
Tranche 1 of lhe lnvestment Program, lvhich aims to

t improve the 208 km of road for the three sectionsi.e. (i)


Dualization of Petaro-Sehwan Section (129 km); (ii)
Dualizationof Ratodero-Shikarpur Section(44 km); and (iii)
Rehabilitationof Dara Adam Khel-PeshawarSection (36
km). The CAREC road networkcorridorS & 6 will connect

I Pakistanwith ChinatowardsNorthand Afghanistantowards


West respeclively. Asian Development Bank lately
designatedN-55 sectionbelweenPeshawarto DG Khan as
an importantCAREC Link other than CorridorS & 6.
MoreoverN-55from Peshawarto Hyderabadis 1,228km in

I fength.On the right bank of river Indus, it is the shortest


north-south route between Peshawar and Karachi.
Governmentof Pakistanrealizingits importanceis already
workingon lhe improvement and dualization of this Roadin

I
varioussections.The projectwill rehabilitate,
reconstructand
construcladditionalcarriagewayof the followingin Tranche-
1 financing:

(i) Petaro-SehwanSeciion(Dualization)128 km

I
(ii) Ratodero-Shikarpur
Section(Dualization)
44 Km
(iii) Dara Adam Khel -PeshawarSection(Rehabilitation)
36
Km

I > TENDERVALUE US$1,757,307


and
Pak.Rupees249,520,060/-

I ENGINEER's

ESTIMATED
(forcivitWorksonty)
ESTIMATE

COMPLETION
PERIOD
NotApplicable

(39 months)

I WHETHERTHE PROCUREMENT
ANNUALPROCUREMENT

ADVERTISEMENT
WAS INCLUDEDIN
PLAN? Yes X No

I (i) PPRAWebsite(FederalAgencies)

(ii) News Papers


Yes

Yes
No

No
x
X

t
Noticewas publishedin the daily Dawn and daity
(lf yes,givenamesof newspapers
and date) on 22noMarch,2017.Corrigendum No. 1
in daily Dawn and Jang newspaperson 1Sth

I
> TENDEROPENEDON (DateandTime) SubmissionOate27h Aptil,2017
Proposalsopenedon 29hAugusl,2017;

> NATUREOF PURCHASE of

I
Page1 of2

I
t
I
I (See requlation 2)
PUBLICPROCU (PPRA)
I REMENTREGULATORY
AUTHORITY
CONTRACT AWARD PROFORMA . I
To Be FilledAnd Uploadedon PPRAWebsitein Respectof All PublicContractsof

I EXTENSION
Services& GoodsWorth FiftvMillionor more
lN DUEDATE(if any)

I N U M B E RO F T E N D E RD O C U M E N TSSO L D
(Attachlist of Buyers)
) Requestfor Proposalas approvedby ADB was issu
11thJuly,2017to allthe shortlisted (6 Nos
consuttants
(Copy of list of Shortlisted Consultants

I WHETHERQUALIFICATION
BIDDING/TENDER
CRITERIAWAS INCLUDEDIN

WHETHERBID EVALUATION
(lf yesenclosea copy)
DOCUMEN-fS

CRITERIA
WAS INCLUDED
IN
Yes
(COPYOF QUALIFICATION

Yes
No
CRITERIA
x
ATTACHED)

)<
No

I BIDDING/TENDER
DOCUIVENTS
(ifycs enctosea copy)
WHICHMETHODOF PROCUREMENT
WAS USED:-

a) SINGLESTAGE- ONEENVELOPEPROCEDURE
(COPYOF EVALUATIONCRITERIAATTACHEO')

I ET A G E- T W OE N V E L O P P
b ) S T N G LS

c) TWO STAGEBIDDINGPROCEDURE

d) TWO STAGE- TWO ENVELOPEBIDDINGPROCEDURE


ER O C E D U R E

t - Please specifv jJ anv gthe! net[ed of procurement


adoptedwilh briefreasonsCg Emerqencv.
NeootiatedTe0deri!g,etc.
Direct

t - WHO IS THEAPPITOVING
AI.JTHORITY

WHETHERAPPROVALOF COIV]PETENT
OBTAINEDFOR USINGA METHODOTHERTHAN
AUTHORITY
NHA'SEXECUTIVEBOARD

N/A

I C O M P E T I T I VI }EI D I ) I N G

N U I V I B EORF B I D SR E C E I V E D
WHETHER
T H ES U C C E S S F I .BJILD D E RW A S

I
LOWESTBIDDER

WHETHERlNTi:cltlTY PACI-WAS SICNED Yes x No

I
T
I
I
I
I
I
P a g e 2o f 2

I
I
I
l ATTACHMENT.II

t ENTREGULAT

CONTRACT - II
AWARDPROFORMA
T To Be FilledAnd Uploadedon PPRAWebsitein Respectof All PublicContracts
of Works.
Services& GoodsWorthFiftyMillionor more
I NO.OF BIDDERS
PRESENT
AT THETIMEOF OPENING
OF BIDS

I N A M E& A D D R E S O
S FS U C C E S S F U
BLI D D E R
M/s Dongil EngineeringConsultantsCo.,
Ltd. (Republicof Korea)Lead Firm in JV
with M/s DONGSUNGEngineeringCo.

t Ltd., M/s Techno.Consultlnternational


(Pvt.) Ltd. (Pak), M/s Loya Associates
(Pak)and M/s ElectraConsultants(Pak)

t Address: 7, 30-gil,Songi-ro,Songpa-gu,
Seoul,05800.Korea

I RANKING OF SUCCESSFUL
(i.e.1"t,2nd,3'd
EVALUATED
BIDDERIN EVALUATION
BID)
REPORT
HighestRankedBidder(1st)

I existingconditionof threeprojectsi.e.
S e c t i o n( D u a l i z a t i o n ) ' 1
Ratodero-Shikarpur

I ) 44 Km and DaraAdamKhel
Section(Rehabilitation)
poor and oftencausingdiscomfort
36

and other associatedissues.

I the CARECroadnetwork
& 6 will connect Pakistanwith Ch
North and Afghanistan
respectively.

l The beneficiaries of the project will


ies served by the road
althoughnot necessarilytravellingon

T new road, will benefitindirectlvfrom


road at lower cost and faste
services and thereby obtai

I
accessto economicopportuniti
socialservices.

t IN CASEEXTENSION
WAS MADEIN RESPONSE
WEREREASONS(Brieflydescribe)
TIME.WHAT
of the prospective
requestedfor extensionin deadline

I WHETHERNAMESOF THEBIDDERSANDTHEIRPRICES
WERE
submission

Yes
of EOl.

NO x
READOUTAT THETIMEOF OPENING
OF BIDS

I DATEOF CONTRACTStcNlNG(Attacha copyof agreement) th

(Copyattached)

I
P a g e1 o f 2

T
I
t
I ATTACH

I PUBLICPROCUREMENT
REGULATORY (PPRA)
AUTHORITY

t pRrcE
> coNTRAcrAWARD
CONTRACT . II
AWARDPROFORMA
and
lus$1'757'307
Pak.Rupees249,520,0601-

I > WHETHER COPYOF EVALUATION REPORTGIVENTO ALL


BIDDERS(Attacha copyof bidevaluation
report)
Yes X
(Copyof bid evaluation
No
reportattached)

t > ANYCOMPLAINTS

> ANYDEVIATION
(lfYes,resultthereof)
RECEIVED

FROMSPECIFICATIONS GIVENINTHETENDER
Yes

Yes
X

x
No

No

I NOTICE/
DOCUMENTS(lf yesgivedetails)

Yes X No

I > SPECIAL
CONDITIONS,
lF ANY(GiveBriefDescription) Nil

I
I
I
T
t
I
I
t
I
I
I
Page2 of 2

t
I
t
I
I
I
I
I
I
T
I
I List of Shortlisted
t Consultants
I
I
T
I
I
t
l
I
t
I
I
t
List of Shortlisted Consultants
I
M/s Kunhwa Engineering & consulting co., Ltd. (Korea Republic of)
l Lead Firm in association with:
a. M/s Partners in Development (Pakistan) JV;

t b. M/s EA Consulting (Pvt.) Ltd. (Pakistan) JV;

t ii. M/s DoNG IL Engineering consultants co., Ltd. (Korea Republic of)
Lead Firm in association with:
a. M/s Techno-consult International (pvt.) Ltd. (pakistan) JV;

T b.
c.
M/s LOYA Associates (Pakistan) JV;
M/s Electra Consultants (Pakistan) JV;

I 111. M/s Roughton International Ltd. (united Kingdom) Lead Firm in


association with;

I a.
b.
M/s Hunermand (Pvt.) Ltd. (Pakistan) JV;
M/s Republic Engineering corporation (pvt.) Ltd. (pakistan)

I c.
Sub-Consultant;
M/s Techniques consulting Engineers Islamabad (pakistan)
Sub-Consultant;
I lV. M/s Applus Norcontrol s.L.u (spain) Lead Firm in association with
M/s Saman Corporation (Korea Republic of) JV;
I v. M/s DOLSAR Engineering Ltd. (Turkey) Lead Firm in association
with;
I a' M/s Associated consulting
(Pakistan) JV;
Engineers - ACE (Fvt.) Ltd.

I b. M/s Engineering General consultants (pvt.) Ltd. (pakistan)


JV;

l c.
d.
M/s Finite Engineering (pvt.) Ltd. (pakistan) JV;
M/s CPM Engineering Consultants (pakistan) JV;

l v1. M/s Resources Development consultants Ltd. (sri-Lanka) Lead Firm


in association with;

T a. M/s Korea Engineering consultants corp (Korea Republic of)


JV;
b. M/s Umar Munshi Associates (pakistan) JV;
I c. M/s Indus Associated consurtants (pvt.) Ltd. (pakistan) JV

I
t
t
I
I
I
I
I
I
I
I Evaluation
I
I
I
I aualification
I
I Criteria
I
I
I
I
I
I
I
I Central Asia ReglonalEconomicCooperation(CAREC) Corridor Developmentprosram Tranche-1

I EOIs Short-ListineCriteria

o.r,*n*rt,.* u*! ro.


t "ili-ruo.**ron
Corridor "onru,run,r
InvestmentProsram (T-L) "o*""
I. ManagementCompetence (Weight: 20%)
t
- A. Lead Firm: (Max:20)
I l. Describestandardpolicies,procedures, andpracticesthat your entityhasto
r assurequality interactionwith clientsand outputs.Pleasestateif your companyis
ISO certified.
I
2. How will your firm/consortium handle complaints concerning the
performanceof expertsor quality of the reports submittedfor this assignment?
I
I What internalcontrolsarein placeto addressandresolvecomplaints?

I 3. How will you ensurethe quality of your firm's/consortium's


performance
I overthe life of this assignment?

4. Describestandardpolicies,procedures
and practicesthat your firm hasput
I
I orpersonner
and
toensure
thecontinuitv
or
ilitllff#::i*1:ffii'::1ffi;:s
5. Describewhat socialprotectionpracticesyou havein placeto safeguard
the
a well-beingof your proposedexperts?Specificallydescribearrangements you have
in placefor medical,accident,andlife insurance
coverageduringthe assignment.
I
I The informationprovidedwouldbe evaluated
as:
(i) Excellent(r00%) (ii) Good(80%) (iii) Average(60%).

I II. TechnicalCompetence (Weight: 60%)

The major indicatorsfor rankingthe Projectsundertaken


andcompletedduringlastten
r Years:

A. Lead Firm: (Max: 50)


I
Max pointsfor eachproject:25
Total no. of projectsto be rated:2
t
Distributionpercentage/rating
for eachproject:

r ll, fffffi?;.1Tilffry!i,11,:1" Qs%)


_ iii) _30 months(25%)
Durationof assignment

I Note: Proportionate/pro ratamarkswill be assignedfor subcriteriaA iD & A iii) for


projectspartiallycompliedwith the criteria.Relevanceof the projectis mandatoryand
I irrelevantprojectsshallnot be rated.
t

I
I Relevanceof Project:

t Excellent
Good
Average
100%
80%
70%

I B. Associate/ JV Firm: (Max: 10)

T Similarcriteriawill be appliedfor the evaluationof theAssociate(s)/JV firm(s).Minimum


no. of projectsto be ratedfor the Associate/fV firm is one (1) evenif Leadpartnermeet
the maximumrequirement.
I III. GeographicCompetence (Weight: 20%)

l A. Lead Firm: (Max: 15)

GeographicCompetence would be judged on the basisof numberof projectsbasedon

I generalexperience
undertaken

05 Projects
in PakistanorSouthAsia:

Excellent t00%

I 03 Projects
02 Projects
01 Projects
Good
Average
Belowaverage...
80%
70%
50%

t B. Associate/ JV Firm: (Max:S)

I Similarcriteriawill be appliedfor the evaluationof the Associate(s)


/JV firm(s).Minimum
no. of projectsto be ratedfor theAssociate/JV firms aretwo (02) evenif Leadpartner
meetthemaximumrequirement.

I
t
I
I
I
I
I
I
I
T
I
i
I
:l
,.1
I StandardRequestfor
t Proposals
t
I
l Selectionof Consultants
l
I

t
t
l
I
Asian DevelopmentBank

T
I JuIy 2017

I
l
I
I
L
I
I
I
This document is.subjectto copyright.

This documentmay be used and reproducedfor non-commercialpurposes.Any commercialuse,


t
including without limitation reselling, charging to access,redistribute, or for derivative works
such asunofficial translationsbasedon thesedocumentsis not allowed. I
I
I
t
I
I
I
I
i
i
t
T
I
I
I
I
I
I
I Master Document for Selectionof Consultants- Harmonized SRFP

l
T Foreword

t
1. This Standard Request for Proposals ("SRFP") has been prepared by the Asian
Development Bank ("Bank") and is based on the Master ProcurementDocument for
Selection of Consultants("Master Document"). The Master Document was preparedby

t
participating Multilateral Development Banks ("MDBs") and reflects what are
considered"best practices".

This SRFP follows the structure and the provisions of the Master Document, except

I where specific considerationswithin the respectiveinstitutions have required a change.

The text shown rn Italics is 'Notes to the Client". It provides guidanceto the entity in
preparing a specific RFP. 'Notes to the Client" should be deleted from the final RFP
I issuedto the shortlistedConsultants',.

This SRFP can be used with different selection methodsdescribedin the Guidelineson
i the Useof Consultantsby Asian DevelopmentBank and its Borrowers, including
Quality-
and Cost-Basedselection("QCBS"), euality-BasedSelection(,,eBS,'), Selectionunder
a Fixed Budget (ooFBS"),Least-Cost Selection ("LCS"), Consultants'Qualifications
I Selection("CQS") ; and Single-SourceSelection(,.SSS',).
The use of this SRFPis not required for selectionsconductedunder commercialpractice,

l selection of individual consultants and selections through ADB's online Consultant


ManagementSystem(CMS).

I Before preparing a Requestfor Proposals(RFP) for a specific assignment,the user must


be familiar with the Guidelineson the Use of Consultantsby Asiin DevelopmentBank
and its Borrowers, and must have chosen an appropriatemethod and the appropriate

I contract form' The SRFP includes two standardforms of contract: one for time-based
assignmentsand the other for lump-sum assignments.The prefacesto thesetwo contracts
indicatethe circumstancesin which their use is most appropriate.

I 7. Use of a single RFP for multiple selectionsresulting in multiple contract awards is not
permissible.

l Clients are advised to reconfirm identity and eligibility of the consultantssubmitting


proposalsto ensurei) no transfer of invitation to anotherparty and ii) legal capacity
the consultantsto enterinto binding and enforceablecontracts,if selected.
ol

I 9. Clients are advisedto follow ADB Guide on Evaluationof Financialproposal availableat


http://www.adb.ors/site/business-opportunities/operationa
l-

t procuremenVconsulti nq/documents

,L
it llt

iI
il
I
Master Document for Selection of Consultants - Harmonized SRFP
T
SUMMARY DESCRIPTION
I
I
STANDARDREQUESTFOR PROPOSALS
I
PART I _ SELECTION PROCEDURES AND REQUIREMENTS

Section 1: Letter of Invitation (LOf)


t
This Sectionis a templateof a letter from the Client addressedto a shortlisted consulting firm
inviting it to submit a proposal for a consulting assignment.The LOI includes a list of all I
shortlistedfirms to whom similar letters of invitation are sent, and a referenceto the selection
method and applicableguidelinesor policies of the financing institution that govern the selection
and awardprocess.
T
Section 2: Instructions to Consultants. I)ata Sheet. Summarv and Personnel Evaluation
Forms and Grounds for Disqualification of the Experts
t
This Sectionconsistsof two parts: "Instructions to Consultants"and"Data Sheet". "Instructions
to Consultants" contains provisions that are to be used without modifications. "Data Sheet"
t
containsinformation specific to each selectionand correspondsto the clausesin "Instructionsto
Consultants" that call for selection-specificinformation to be added. This Section provides
information to help shortlistedconsultantspreparetheir proposals.Lrformation is also provided
t
on the submission,opening and evaluation of proposals,contract negotiation and award of
contract. Information in the Data Sheet indicates whether a Full Technical Proposal (FTP),
Simplified TechnicalProposal(STP) or Biodata TechnicalProposal(BTP) shall be used.
T
Summary and PersonnelEvaluation Forms and Groundsfor Disqualification of the Experts are
attachedas well
t
Section3: TechnicalProposal- Standard Forms

This Section includes the forms for FTP, STP and BTP that are to be completed by the
I
shortlistedconsultantsand submittedin accordancewith the requirementsof Section2.

Section4: Financial Proposal- Standard Forms


I
This Sectionincludesthe financial forms that are to be completedby the shortlistedconsultants,
including the consultant's costing of its technical proposal, which are to be submitted in
T
accordancewith the requirementsof Section2.

Section5: Elieible Countries


t
This Sectioncontainsinformation regardingeligible countries.
I
I
t
I
Master Document for Selectionof Consultants- Harmonized SRFP

Section6: Bank's Policv - Corrupt and Fraudulent Practices

This Sectionprovides shortlistedconsultantswith the referenceto the Bank's policy in regard to


corrupt and fraudulent practices applicable to the selection process. This Section is also
incorporatedin the standardforms of contract(Section 8) as Attachment 1.

Section 7: Terrqs of Reference (TORs)

This Section describes the scope of services, objectives, goals, specific tasks required to
implementthe assignment,and relevantbackgroundinformation;provides details on the required
qualifications of the key experts; and lists the expecteddeliverables.This Section shall not be
usedto over-write provisions in Section2.

I PART II - CONDITIONS OF CONTRACT AND CONTRACT FORMS

Section8: Standard Forms of Contract

I This Sectionincludes two types of standardcontract forms for large or complex assignments:a
Time-Based Contract and a Lump-Sum Contract. Each type includes General Conditions of

I Contract ("GCC") that shall not be modified, and Special Conditions of Contract ("SCC"). The
SCC include clausesspecific to eachcontractto supplementthe GeneralConditions.

t Each standardform of contract incorporates"Bank's Policy - Corrupt and Fraudulentpractices,'


(Section6 of Part I) in a form of Attachment l.

i
l
l
I
L
L
I
il
l;
t-2

SELECTION OF CONSULTANTS

REQUEST F'ORPROPOSALS

RFP No.: CS

Selectionof Consulting Servicesfor: DesignReview and Construction


SupervisionConsultantsfor CAREC Corridor Investment Program (T-l
Projects)

Client: National llighway Authority (NHA)

Country: Pakistan

Project: Central Asia RegionalEconomic Cooperation(CAREC) Corridor


DevelopmentProgram Tranche-l

Issuedon: July llr 2017

v1
I
\

I
i Preface

I This Request for Proposals ("RFP"; has been prepared by National Highway
Authority and is basedon the StandardRequestfor Proposals("SMP") issuedby the Asian

I DevelopmentBank ("the Bank"), datedOctober 2011.

The SRFP reflects the structure and the provisions of the Master Procurement

I
I
Document for Selection of Consultants ("Master Document") prepared by participating
Multilateral Development Banks (MDBs), except where specific considerationswithin the
respectiveinstitutionshave requireda change.

t
i
I

I
I

I
l

I
I
I
I

I
t
t
I
jt
I vll

t
lg
T
I
TABLEOF CONTENTS t
. Section 1 - Letter of lnvitation
T
o Section 2 - Instructions to Consultants and Data Sheet t
Section3 - TechnicalProposal- StandardForms I
Section4 - FinancialProposal- StandardForms
I
o Section5 - EligibleCountries

. Section6 - Bank Policy - Corrupt and FraudulentPractices


I
o SectionT - Terms of Reference I
. Section 8 - Conditions of Gontract and Contract Forms T
t
I
i
a
I
I
T
I
vru I
I
T
I
i
I TABLE OF CLAUSES

I PART I

I Section 1. Letter of Invitation


Section2. Instructions to Consultantsand Data Sheet
A. GeneralProvisions

I 1. Definitions
2.Introduction

I 3. Conflict of Interest
4. Unfair CompetitiveAdvantage

I 5. Comrpt and FraudulentPractices


6. Eligibility

I B. Preparationof Proposals
7. GeneralConsiderations

I 8. Cost of Preparationof Proposal


9. Language

I
I
10.DocumentsComprisingthe Proposal
11.Only OneProposal

I 12. ProposalValidity
13.ClarificationandAmendmentof RFP
14.Preparationof Proposals- SpecificConsiderations
T 15.TechnicalProposalFormatand Content
' 16.FinancialProposal
t C. Submission,Opening and Evaluation
17. Submission,Sealing,and Marking of Proposals

I 18.Confidentiality
19. Openingof TechnicalProposals

I 20. ProposalsEvaluation
21. Evaluationof TechnicalProposals

I 22.FinancialProposalsfor QBS
23. Public Openingof FinancialProposals(for QCBS,FBS, andLCS methods)

I 24. Conectionof Errors

I IX

I
t
I
I
25. Taxes I
26. Conversionto SingleCurrency
27. CombinedQuality and Cost Evaluation T
28.Negotiations
29. Conclusionof Negotiations I
30. Award of Contract
D. Negotiationsand Award I
E. Data Sheet
Appendix 1 - Summaryand PersorurelEvaluationSheetfor Full Technical Proposal I
Appendix 2 - Summary and PersonnelEvaluation Sheetfor Simplifred Technical
Proposal
Appendix 3 - Summary and Personnel Evaluation Sheet for Biodata Technical
I
Proposal
F. Disqualificationof an Expert I
Section3. TechnicalProposal- Standard Forms
Checklistof RequiredForms
I
Form TECH-I
Form TECH-2 I
Form TECH-3
Form TECH-4 (For Full TechnicalProposalsOnly)
Form TECH-4 (For Simplified TechincalProposalsOnly)
I
Form TECH-5
Form TECH-6 I
Section4. Financial Proposal- Standard Forms
Section5. Eligible Countries
I
Section6. Bank Poticy- Corrupt and Fraudulent Practices
Section 7. Terms of Reference
I
PART II
I
Section8. Conditions of Contract and Contract Forms
Time-BasedForm of Contract
t
Preface
I. Form of Contract t
I
t
T
l-xi

II. GeneralConditionsof Contract


III. SpecialConditionsof Contract
IV. Appendices

Lump-Sum Form of Contract


Preface
I. Form of Contract
II. GeneralConditionsof Contract
III. SpecialConditionsof Contract
IV. Appendices
I
I
I
I PARTI

SectionL. Letter of Invitation


I
I RFPNo. CS, ProjectNo. 48404-003-PAK
Islamabad,July 1l, 20t7

M/s Kunhwa Engineering & Consulting Co., Ltd. (Republic of Korea) as Lead Firm in JV
I with Mls Partnersin Development(Pakistan),Iv{/sEA Consulting(Pvt.) Ltd. (Pakistan);
Address: Kunhwa BLDG, 38-25 Samsung 2-dong Gangnam-ga,Seoul 135-867 Korea,

I Republic of;
Email address:winning798@msn.com

I Dear Mr./Ms.:

1 . The National Highway Authority (hereinafter called "Client" has applied for financing
from the Asian DevelopmentBank (the "BanK') in the form of a loan toward the cost of
I Central Asia Regional Economic Cooperation(CAREC) Corridor DevelopmentProgram
Tranche-l. The National Highway Authority, an executing agency, intends to apply a
portion of the proceedsof this loan to eligible paymentsunder the contract for which this
I Requestfor Proposalsis issued.Paymentsby the Bank will be madeonly at the requestof
the Client and upon approvalby the Bank, and will be subject,in all respects,to the terms
and conditions of the loan agreement.The loan agreementprohibits a withdrawal from the
I loan account for the purpose of any payment to personsor entities, or for any import of
goods, if such payment or import, to the knowledge of the Bank, is prohibited by a
decision of the United Nations Security council taken under ChapterVII of the Charterof
I the United Nations. No party other than the Client shall derive any rights from the loan
agreementor have any claims to the proceedsof the loan.

,l 2 . The Client now invites proposalsto provide the following consulting services(hereinafter
called 'oservices"): Design Review and Construction Supervision Services for CAREC
Corridor Investment Program (T-1). More details on the Servicesare provided in the
t Terms of Reference(Section7).

This Request for Proposals (RFP) has been addressedto the following shortlisted
I Consultants:

(i). M/s Kunhwa Engineering & Consulting Co.o Ltd. (Republic of Korea) as
:l Lead Firm in JV with M/s Partners in Development (Pakistan), Mis EA
Consulting (Pvt.) Ltd. (Pakistan);

I (iD. M/s DONG IL Engineering Consultants Co., Ltd. (Republic of Korea) as


Lead Firm in JV with M/s Techno-Consult International (Pvt.) Ltd.

I
t
t
t
I
(Pakistan), M/s LOYA Associates (Pakistan) and M/s Electra Consultants
(Pakistan);
I
(iiD. M/s Roughton International Ltd. (uK) as Lead Firm in w with I\{/s
Hunermand (Pvt.) Ltd. @akistan) and in associationwith i\[/s Republic
t
Engineering Corporation @vt.) Ltd. (Pakistan) (Sub-Consultant) and IWs
TechniquesConsulting EngineersIslamabad (Pakistan)(Sub-Consultant); T
(iv). IWs Applus Norcontrol s.L.U (Spain) as Lead Firm in w with M/s saman
Corporation (Republic of Korea); I
(v). I\[/s ResourcesDevelopment consultants Ltd. (sri-Lanka) as Lead Firm in
w with M/s Korea Engineering consultants corp @epublic of Korea),IWs l'
Umar Munshi Associates@akistan) and M/s Indus AssociatedConsultants

(vD.
(Pvt.) Ltd. @akistan);

1![/sDoLSAR Engineering Ltd. (Turkey) as Lead Firm in w with lws


t
Associatedconsulting Engineers - ACE (pvt.) Ltd. (pakistan)oiws
Engineering General Consultants EGC (Pvt.) Ltd. @akistan),lV[/s Finite I
Engineering (Pvt.) Ltd. (Pakistan) and M/s CPM Engineering Consultants
(Pakistan);

4. It is not permissible to transfer this invitation to any other firm, such as Consultant's
I
parent companies,subsidiariesand affiliates. The Client will reject a Proposal if the
Consultantdrops a JV partner without the Client's prior consent,which is given only in
exceptionalcircumstances,such as debarmentof the JV partner or occunence of Force
I
Majeure.

5. A firm will be selectedunder QCBS procedureand in a Full Technical Proposal(FTP)


I
format as describedin this RFP, in accordancewith the policies of the Bank detailedin the
Guidelineson the Use of Consultantsby Asian DevelopmentBank and its Borrowers -
which canbe found at the following website:www.adb.org.
I
6. The RFP includesthe following documents: I
SectionI - Letter of Invitation
Section2 - Instructionsto Consultants,Data Sheet,Summaryand Personnel I
EvaluationForms, and Groundsfor Disqualification of the Experts
Section3 - TechnicalProposalFTP - StandardForms
Section4 - FinancialProposal- StandardForms I
Section5 - Eligible Countries
Section6 - Bank's Policy - Comrpt and FraudulentPractices
Section7 - Terms of Reference I
Section8 - StandardForms of Contract:Time-Based

I
I
I
I
I
t l-3

i
'l
7. Pleaseinform us by July 18,2017,in writing at addressgivenbelow, by facsimile +92-51-
9260419or by E-mail gmpca.nha@gmail.com:
I
'l
(a) whetheryou intend to submit a proposalor not
and, if affirmative
I
,l
(b) whetheryou intend to enhanceyour experienceby requestingpermissionto
associatewith other frrm(s) (if permissibleunder Section2, Instructionsto
Consultants (ITC),DataSheet14.1.1).
I
"\
8 . Detailson the proposal'ssubmissiondate,time and addressareprovidedin Clauses17.7
and,17.9of the ITC.
I I
Yours sincerely,
I Imtiaz Ahmad Khokhar
GeneralManager(P&CA)
I
Telephone:+92-5I -9032727,
I Fax: +92-51-9260419
E-mail: empca.nha@.grnail.com,
T Website:www.nha.qov.pk
I
I I

I
I

I
I

I
I

I
I
i
I
I
I
il
I
i 2-l

i Section2. Instructionsto Consultantsand Data Sheet


I A. General Provisions
i 1. Definitions (a) "Affiliate(s)" meansan individual or an entity that directly or
indirectly controls, is controlled by, or is under common

i control with the Consultant.

(b) "Applicable Guidelines" means the policies of the Asian

i Development Bank governing the selection and Contract


awardprocessas set forth in this RFP.

i (c) "Applicable Law" meansthe laws and any other instruments


having the force of law in the Client's country, or in such
other country as may be specifiedin the Data Sheet, as they

i (d)
maybe issuedand in force from time to time.

"Bank" meansthe Asian DevelopmentBank.

i (e) "Borrower [or Recipient or Beneficiary]" means the


Govemment, Govemment agency or other entity that signs
the financing [or loan/ueditlgrant/project] agreementwith

I (0
the Bank.
ooClient"means the
[implementing/ executing agency] that

I (g)
signs the Contract for the Services with the selected
Consultant.

i
"Consultant" means a legally-established professional
consulting firm or an entity that may provide or provides the
Servicesto the Client underthe Contract.

i (h) "Contract" meansa legally binding written agreementsigned


between the Client and the Consultant and includes all the
attached documents listed in its Clause I (the General

I Conditions of Contract (GCC), the Special Conditions of


Contract(SCC), and the Appendices).

I (D "Data Sheet" means an integral part of the Instructions to


Consultants(ITC) Section 2 that is used to reflect specific
country and assignmentconditionsto supplement,but not to

I CI)
over-write, the provisions of the ITC.

"Day" meansa calendarday.

I (k) "Experts" means, collectively, Key Experts, Non-Key


Experts, or any other personnel of the Consultant, Sub-

t
I
it
I
I
consultantor Joint Venturemember(s). I
0) "Govemment" means the government of the Client's
country. I
(m) 'oJointVenture (JV)" meansan associationwith or without a
legal personality distinct from that of its members,of more
than one Consultantwhere one member has the authority to
t
conduct all businessfor and on behalf of any and all the
members of the W. and where the members of the JV are
jointly and severallyliable to the Client for the performance
t
(n)
of the Contract.

"Key Expert(s)" means an individual professional whose


t
skills, qualifications, knowledge and experienceare critical
to the performanceof the Servicesunder the Contract and
whoseCV is takeninto accountin the technical evaluationof
I
the Consultant'sproposal.

(o) "ITC" (this Section2 of the RFP) meansthe Instructionsto


Consultantsthat providesthe shortlistedConsultantswith all
I
(p)
information neededto preparetheir Proposals.

"LOI" (this Section 1 of the RFP) means the Letter of


I
lnvitation being sent by the Client to the shortlisted
Consultants. I
(q) "Non-Key Expert(s)" means an individual professional
provided by the Consultantor its Sub-consultantand who is
assignedto perform the Servicesor any part thereof under
I
(r)
the Contractand whoseCVs are not evaluatedindividually.
ooProposal"meansthe Technical Proposal and the Financial
Proposaiof the Consultant.
i
(s) '.RFP" meansthe Requestfor Proposalsto be preparedby the
Client for the selectionof Consultants,basedon the SRFP.
I
(t) "SRFP" means the StandardRequest for Proposals,which
must be used by the Client as the basis for the preparationof
I
the RFP.

(u) 'oservices"meansthe work to be performed by the Consultant


I
pursuantto the Contract.

(v) "Sub-consultant"means an entity to whom the Consultant I


intends to subcontract arry part of the Services while
remaining responsibleto the Client during the performanceof
I
I
I
I
I
i 2-3

t the Contract.

I (w) "TORs" (this Section 7 of the RFP) means the Terms of


Reference that explain the objectives, scope of work,
activities, and tasks to be performed, respective

I responsibilitiesof the Client and the Consultant,and expected


resultsand deliverablesof the assignment.

t 2. Introduction The Client named in the Data Sheet intends to select a

I Consultant from those listed in the Letter of Invitation, in


accordancewith the method of selection specified in the Data
Sheet.

I The shortlisted Consultants are invited to submit a Technical


Proposaland a Financial Proposal,or a Technical Proposalonly,
as specified in the Data Sheet, for consulting servicesrequired

I for the assignmentnamedin the Data Sheet.The Proposalwill be


the basis for negotiating and ultimately signing the Contract with
the selectedConsultant.

I The Consultants should familiarize themselves with the local


conditions and take them into account in preparing their

l Proposals,including attendinga pre-proposalconferenceif one is


specified in the Data Sheet. Attending any such pre-proposal
conferenceis optional and is at the Consultants'expense.

I The Client will timely provide, at no cost to the Consultants,the


inputs, relevant project data, and reports required for the

I Conflict of
preparationof the Consultant's Proposalas specified in the Data
Sheet.

The Consultantis requiredto provide professional,objective, and

I Interest impartial advice, at all times holding the Client's interests


paramount,strictly avoiding conflicts with other assignmentsor
its own corporateinterests,and acting without any consideration

I for future work.

The Consultant has an obligation to disclose to the Client any

I situationof actualor potential conflict that impacts its capacityto


serve the best interest of its Client. Failure to disclose such
situationsmay lead to the disqualification of the consultant or the

I terminationof its Contractand/orsanctionsby the Bank.

Without limitation on the generality of the foregoing, and unless

I statedotherwise in the Data Sheet, the Consultant shall not be


hired under the circumstancesset forth below:

I
I
I
I
1A
I
a. Conflicting (i) Conflict between consultins activities and procurementof I
activities goods. works or non-consulting services: a firm that has
been engagedby the Client to provide goods,works, or non-
consulting services for a project, or any of its Affiliates, I
shall be disqualified from providing consulting services
resulting from or directly related to those goods, works, or
non-consultingservices.Conversely,a firm hired to provide I
consulting servicesfor the preparationor implementationof
a project, or any of its Affiliates, shall be disqualified from
subsequentlyproviding goods or works or non-consulting
I
servicesresulting from or directly related to the consulting

b. Conflicting (ii)
servicesfor suchpreparationor implementation.

Conflict amons consultine assiqnments: a Consultant


I
assignments (including its Experts and Sub-consultants)or any of its
Affiliates shall not be hired for any assignmentthat, by its
nature, may be in conflict with another assignmentof the
I
Conflicting
Consultantfor the sameor for anotherClient.

(iii) Relationshipwith the Client's staff: a Consultant(including


t
that has a close businessor
relationships its Experts and Sub-consultants)
family relationship with a professional staff of the
[Borrower or the Client or the Recipient or Beneficiary] or
I
of the fimplementing/executingagency] or of a recipient of
apart of the Bank's financing who are directly or indirectly
involved in any part of (i) the preparationof the Terms of
I
Referencefor the assignment,(ii) the selectionprocessfor
the Contract, or (iii) the supervisionof the Contract, may
not be awarded a Contract, unless the conflict stemming
I
from this relationship has been resolved in a manner
acceptableto the Bank throughoutthe selectionprocessand i
the executionof the Contract.

(iv) Any other types of conflicting relationshipsas indicated in


the Data Sheet.
a
4. Unfair
Competitive
Fairnessand transparencyin the selectionprocessrequire that the
Consultants or their Affiliates competing for a specific I
Advantage assignmentdo not derive a competitive advantagefrom having
provided consulting services related to the assignment in
question.To that end, the Client shall indicate in the Data Sheet I
and make available to all shortlisted Consultantstogether with
this RFP all information that would in that respect give such
Consultant any unfair competitive advantage over competing I
Consultants.

5. Corrupt and
Fraudulent
5.1 The Bank requires compliancewith its policy in regard to
comrpt and fraudulent/prohibitedpractices as set forth in
I
I
I
I
t 2-5

l Practices Section6.

I 5 .2 ln further pursuanceof this policy, Consultant shall permit


and shall cause its sub-consultantsand sub-contractorsto
permit ADB or its representativesto inspect the accounts,

I"l records and other documentsrelating to the submissionof


the Proposaland executionof the contract,in caseof award,
and to have the accounts and records audited bv auditors
appointedby the ADB.

'l 6. Eligibility 6 . 1 The Bank permits consultants (individuals and firms,


including Joint Ventures and their individual members)
from the eligible countries as stated in Section 5 to offer
consultingservicesfor B ank-financedproj ects.

I Furthermore,it is the Consultant'sresponsibilityto ensure


that its Experts, joint venture members, Sub-consultants,

I agents(declaredor not), sub-contractors,serviceproviders,


suppliers and/or their employees meet the eligibility
requirements as established by the Asian Development

I Bank in Guidelines on the Use of Consultants by Asian


DevelopmentBank and its Borrowers, which can be found
in the following website:www.adb.org.

i a. Sanctions
6.3 As an exceptionto the foregoing Clauses6.1 and 6.2 above:
6.3.1 A firm or an individual sanctionedby the Bank in

I
)
accordancewith the aboveClause5.1 or in accordance
with Guidelines on the Use of Consultantsby Asian
Development Bank and its Borrowers shall be
ineligible to be awardeda Bank-financedcontract, or
l to benefit from a Bank-financed contract, financially
or otherwise, during such period of time as the Bank
t
shall determine. The list of debarred firms and
l individuals is available at the electronic address
specifiedin the Data Sheet.

I
I
I
I
I
I
I
2-6
I
b. Prohibitions 6.3.2 Firms and individuals of a country or goods I
manufactured in a country may be ineligible if so
indicatedin Section5 (Eligible Countries)and:

(a) as a matter of law or official regulations, the


I
Borrower's/Beneficiary's country prohibits
commercialrelationswith ttrat country, provided
that the Bank is satisfied that such exclusion
I
does not preclude effective competition for the
provision of Servicesrequired; or t
(b) by an act of compliance with a decision of the
United Nations Security Council taken under
ChapterVII of the Charter of the United Nations,
t
the Borrower's Country prohibits any import of
goods from that country or any paymentsto any
country, person?or entity in that country.
I
c. Restrictions
for
6.3.3 Government-ownedenterprisesor institutions in the
Borrower's country shall be eligible only if they can
I
Government- establish that they (i) are legally and financially
owned
Enterprises
autonomous,(ii) operate under commercial law, and
(iii) that they arenot dependentagenciesof the Client. t
d. Restrictions
for public
6.3.4 Governmentofficials and civil servantsmay only be
hired under consulting contracts,either as individuals
I
employees or as membersof a team of a consulting firm, if they
(i) are on leave of absencewithout pay; (ii) are not
being hired by the agency they were working for
I
immediately before going on leave; and (iii) their
employmentwould not createa conflict of interest). I
B. Preparation of Proposals
i
7. General 7.I In preparing the Proposal, the Consultant is expected to
I
Considerations examine the RFP in detail. Material deficiencies in
providing the information requestedin the RFP may result
in rejection of the Proposal.
I
8. Cost of
Preparation of
8.1 The Consultant shall bear all costs associatedwith the
preparation and submissionof its Proposal, and the Client
shall not be responsibleor liable for those costs,regardless
I
Proposal
of the conduct or outcome of the selection process.The
Client is not bound to acceptany proposal, and reservesthe I
I
I
I
t
'\ 2-7

I right to annul the selection process at any time prior to

t I 9. Language
Contract award, without thereby incurring any liability to
the Consultant.

9 . 1 The Proposal,as well as all correspondenceand documents

I relating to the Proposal exchangedbetween the Consultant


and the Client, shall be written in the language(s)specified
in the Data Sheet.

t 10. Documents
Comprising the
1 0 . 1The Proposalshall comprisethe documentsand forms listed
in the Data Sheet.

t Proposal
t0.2 If specifiedin the Data Sheet,the Consultantshall include a
statementof an undertakingof the Consultantto observe,in

I competing for and executinga contract,the Client country's


laws againstfraud and comrption (including bribery).

1 0 .3The Consultant shall furnish information on commissions,

t gratuitiesand fees,if any, paid or to be paid to agentsor any


other party relating to this Proposal and, if awarded,

t
Contract execution, as requestedin the Financial Proposal
submissionform (Section4).

11.Only One 1 1 . 1The Consultant (including the individual members of any

t Proposal Joint Venture) shall submit only one Proposal,either in its


own name or as part of a Joint Venture in anotherProposal.
If a Consultant, including any Joint Venture member,

t I
submits or participatesin more than one proposal, all such
proposalsshall be disqualified and rejected.This does not,
however, preclude a Sub-consultant,or the Consultant's

I staff from participating as Key Experts and Non-Key


Experts in more than one Proposal when circumstances
justify and if statedin the Data Sheet.

i t
12. Proposal
Vatidity
12.1 The Data Sheet indicates the period during which the
Consultant's Proposalmust remain valid after the Proposal
submissiondeadline.
I 12.2 Dting this period, the Consultantshall maintain its original
Proposal without any change,including the availability of
I the Key Experts,the proposedratesand the total price.

12.3 If it is establishedthat any Key Expert nominated in the

i Consultant's Proposal was not available at the time of


Proposal submission or was included in the proposal
without his/her confirmation, such Proposal shall be

I disqualified and rejectedfor further evaluation,and may be

I
I

T
I
I
2-8
I
subjectto sanctionsin accordancewith Clause5 of this ITC. t
a. Extensionof
Validity Period
12.4 The Client will make its best effon to complete the
negotiationswithin the proposal'svalidity period.However,
should the needarise,the Client may request,in writing, all
I
Consultants who submitted Proposals prior to the
submissiondeadlineto extendthe Proposals'validity. I
12.5 If the Consultant agrees to extend the validity of its
Proposal,it shall be done without any changein the original
Proposaland with the confirmation of the availability of the
t
Key Experts.

12.6 The Consultanthas the right to refuse to extend the validity


t
of its Proposal in which case such Proposal will not be
further evaluated. T
12.7 It any of the Key Experts become unavailable for the
b. Substitution
of Key Experts
at Validity
extended validify period, the Consultant shall provide a
written adequatejustification and evidence satisfactoryto
I
the Client together with the substitution request. In such
Extension
case, a replacementKey Expert shall have equal or beffer
qualifications and experiencethan those of the originally
I
proposed Key Expert. The technical evaluation score,
however, will remain to be based on the evaluation of the
CV of the original Key Expert.
I
12.8 If the Consultantfails to provide a replacementKey Expert
with equalor betterqualifications,or if the provided reasons
t
for the replacementor justification are unacceptableto the
Client, such Proposalwill be rejectedwith the prior Bank's
no objection.
t
l-

c. Sub-
Contracting
I2.9 The Consultant shall not subcontract the whole of the
Servicesunlessotherwiseindicatedin the Data Sheet.
I
[3. Clarification
and
13.1 The Consultantmay requesta claifrcation of any part of the
RFP during the period indicated in the Data Sheet before
the Proposals' submission deadline. Any request for
I
Amendment of
RFP clarification must be sent in writing, or by standard
electronic means,to the Client's addressindicated in the
Data Sheet. The Client will respond in writing, or by
I
standardelectronic means,and will send written copies of
the response(including an explanation of the query but
without identifying its source)to all shortlistedConsultants.
I
Should the Client deemit necessaryto amendthe RFP as a
result of a clarification, it shall do so following the I
I
I
I
2-9

I proceduredescribedbelow:

I 13.1.1 At any time before the proposal submission


deadline,the Client may amend the RFP by issuing
an amendmentin writing or by standardelectronic

t means. The amendment shall be sent to all


shortlistedConsultantsand will be binding on them.
The shortlisted Consultants shall acknowledge

i receipt of all amendmentsin writing.

13.I.2 If the amendment is substantial, the Client may

I extend the proposal submissiondeadline to give the


shortlisted Consultants reasonabletime to take an
amendmentinto accountin their Proposals.

I 13.1.3The Consultantmay submita modified Proposalor a


modification to any part of it at any time prior to the

I proposal submission deadline. No modifications to


the Technical or Financial Proposal shall be
acceptedafter the deadline.

l 14. Preparation of
Proposals-
Specific
14.1 While preparing the Proposal, the Consultant must give
particular attentionto the following:

I
I
Considerations l4.l.l If a shortlisted Consultant considers that it may
enhance its expertise for the assignment by
associatingwith other consultantsin the form of a

l Joint Venture or as Sub-consultants,it may do so


with either (a) non-shortlisted Consultant(s),or (b)
shortlisted Consultants if permitted in the Data

I Sheet.In all suchcasesa shortlistedConsultantmust


obtain the written approval of the Client prior to the
submissionof the Proposal. When associatingwith

I non-shonlistedfirms in the form of a joint ventureor


a sub-consultancy,the shortlistedConsultantshall be
a lead member. If shortlisted Consultantsassociate

I with eachother, any of them can be a lead member.

14.1.2 The Client may indicate in the Data Sheet the

I estimated Key Experts' time input (expressedin


person-month)and the Client's estimatedtotal cost
of the assignment.This estimateis indicative and the
Proposalshall be based on the Consultant'sown
l estimatesfor the same.

14.1.3 If stated in the Data Sheet, the Consultant shall

i include in its Proposal at least the same time input


(in the sameunit as indicated in the Data Sheet) of

I
I
I
I
2-t0
I
Key Experts, failing which the Financial Proposal I
will be adjusted for the purpose of comparison of
proposalsand decisionfor award in accordancewith
the procedurein the Data Sheet. I
14.I.4 Total availablebudget,with an indication whether it
is inclusive or exclusive of taxes, is given in the
Data Sheet, and the Financial Proposal shall not
I
15. Technical
exceedthis budget.

15.1 The Technical Proposal shall not include any financial


I
information. A Technical Proposal containing material
Proposal
Format and
Content
financial information shall be declarednon-responsive. I
15.2 Depending on the nature of the assignment,the Consultant
is required to submit a Full Technical Proposal (FTP), a
Biodata TechnicalProposal(BTP) or a Simplified Technical
l
Proposal(STP) as indicatedin the Data Sheet and using the
StandardFormsprovided in Section3 of the RFP.

16.1The Financial Proposal shall be prepared using the


I
L6. Financial
Proposal StandardForms provided in Section 4 of the RFP. It shall
list all costs associatedwith the assignment,including (a)
remuneration for Key Experts and Non-Key Experts, (b)
t
other expenses,(c) provisional sums when applicable and
(d) contingencyindicatedin the Data Sheet. I
a. Price
Adjustment
I6.2For assignmentswith a duration exceeding 18 months, a
price adjustmentprovision for foreign and/or local inflation
for remunerationratesappliesif so statedin the Data Sheet.
l
b. Taxes 16.3The Consultant and its Sub-consultantsand Experts are
responsiblefor meeting all tax liabilities arising out of the
I
Contract unless stated otherwise in the Data Sheet.
Information on taxesin the Client's country is provided in
the Data Sheet.
i
t
I

c. Currency 16.4 The Consultantmay expressthe price for its Servicesin the
ofProposal crurency or curencies as stated in the Data Sheet. If
indicated in the Data Sheet, the portion of the price
representing local cost shall be stated in the national
cluTency. T
d. Currency
of Payment
16.5 Paymentunder the Contractshall be madein the curency or
currencies in which the payment is requested in the
Proposal.
I
I
I
I
t
I
t
I
I 17. Submission,
Sealing,and
C. Submissiono
Openingand Evaluation
t 7 . rThe Consultantshall submit a signedand completeProposal
comprising the documents and forms in accordancewith

i
'1
Marking of
Proposals
Clause l0 (Documents Comprising Proposal). The
submissioncan be done by mail or by hand. If specified in
the Data Sheet,the Consultanthas the option of submitting

I its Proposalselectronically.

1 7 . 2An authorizedrepresentativeof the Consultantshall sign the

t original submissionletters in the required format for both


the Technical Proposal and, if applicable, the Financial
Proposals and shall initial all pages of both. The

I authorization shall be in the form of a written power of


attorneyattachedto the TechnicalProposal.

I 17.2.1 A Proposal submitted by a Joint Venture shall be


signedby all membersso as to be legally binding on
all members,or by an authorizedrepresentativewho

l has a wriffen power of attorney signed by each


member'sauthorizedrepresentative.

l 17.3 Any modifications, revisions, interlineations, era$ues, or


overwriting shall be valid only if they are signedor initialed
by the personsigning the Proposal.

I 17.4 The signed Proposal shall be marked "ORrcrNAL,',and its


copies marked "Copy" as appropriate. The number of

i copies is indicated in the Data Sheet. All copies shall be


made from the signed original. If there are discrepancies
between the original and the copies, the original shall

I
prevail.

17.5 The original and all the copies of the Technical proposal
shall be placed inside of a sealedenvelopeclearly marked
I "TEcHNICAL PRoposAL", "fName of the Assignment]..,
referencenumber, name and addressof the Consultant,and
with a warning "I)o Nor OprN uNTrL [rrsrnr rHE DATE
I AND TIIE TIME OF THE TECHNICI,
DEADLTNEI."
PNOPOSAL SUBMISSION

I 17.6 Similarly, the original Financial Proposal(if required for the


applicable selection method) shall be placed inside of a
sealed envelope clearly marked ,,FININCIaL pRoposAl,,,

I followed by the name of the assignment,referencenumber,


name and addressof the Consultant, and with a warning

I
I
I
a la
L-lz
I
"Do Nor OpnNWIrn Tnp TocnNrcAL PRoposAL." I
17.7 The sealed envelopes containing the Technical and
Financial Proposalsshall be placed into one outer envelope
and sealed.This outer envelope shall bear the submission
I
address,RFP referencenumber,the name of the assignment,
Consultant's name and the address, and shall be clearly
marked "Do Nor OruN Bnnonp [insert the time and dateof
I
the submissiondeadlineindicatedin the Data Sheet]".

17.8 If the envelopesand packageswith the Proposal are not


I
sealed and marked as required, the Client will assumeno
responsibility for the misplacement, loss, or premature
openingof the Proposal.For QCBS, FBS and LCS, if the
I
Technical and Financial Proposals are not submitted in
separatesealedenvelopesas required,the Client shall reject
the Proposal.
t
I7.9 The Proposal or its modifications must be sent to the
addressindicated in the Data Sheet and received by the
I
Client no later than the deadline indicated in the Data
Sheet, or any extensionto this deadline.Any Proposalor its
modification receivedby the Client after the deadlineshall
I
be declared late and rejected, and promptly returned
unopened. I
18. Confidentiality 18.1 From the time the Proposalsare opened to the time the
Contract is awarded,the Consultant should not contact the
Client on any matter related to its Technical and/or
T
Financial Proposal.Information relating to the evaluationof
Proposals and award recommendations shall not be
disclosedto the Consultantswho submittedthe Proposalsor
to any other party not officially concernedwith the process,
t
e=

until the publicationof the Contract award information.

18.2 Any attemptby shortlistedConsultantsor anyoneon behalf


t
of the Consultantto influence improperly the Client in the
evaluation of the Proposals or Contract award decisions
may result in the rejection of its Proposal, and may be
T
subject to the application of prevailing Bank's sanctions
procedures. l
18.3 Notwithstandingthe aboveprovisions, from the time of the
Proposals' opening to the time of Contract award
publication, if a Consultantwishes to contact the Client or
I
the Bank on any matter related to the selectionprocess,it
should do so only in writing. I
I
I
I
I
I 2-13

I 19. Opening of 19.1 The Client's evaluation committee shall conduct the
Technical opening of the Technical Proposalsin the presenceof the
I Proposals shortlisted Consultants' authorized representatives who
choose to attend (in person, or online if this option is
offered in the Data Sheet). The opening date, time and the
I addressare statedin the Data Sheet.The envelopeswith the
Financial Proposalshall remain sealedand shall be securely
stored with a reputable public auditor or independent
I authority until they are opened in accordancewith Clause
23 of the ITC.

I 19.2 At the opening of the Technical Proposals the following


shall be read out: (i) the name and the country of the
Consultant or, in case of a Joint Venture, the name of the

I Joint Venture, the name of the lead member and the names
and the countries of all members; (ii) the presence or
absence of a duly sealed envelope with the Financial

I Proposal; (iii) any modifications to the Proposal submitted


prior to proposal submission deadline; and (iv) any other
information deemedappropriateor as indicated in the Data

I 20. Proposals
Sheet.

20.1 Subject to provision of Clause 15.1 of the ITC, the

I Evaluation evaluatorsof the Technical Proposalsshall have no access


to the Financial Proposalsuntil the technical evaluation is
concluded and the Bank issues its oonoobjection", if

l applicable.

20.2 The Consultant is not permitted to alter or modify its


Proposalin any way after the proposal submissiondeadline
l except as permitted under Clause 12.7 of this ITC. While
evaluating the Proposals, the Client will conduct the
evaluation solely on the basis of the submitted Technical
I and Financial Proposals.

20.3 From the time the proposalsare receivedby the Client to the

I time that the Contract is awarded, the Client shall not


requestthe Consultantto provide clarification on any matter
related to the Consultant'sTechnical or Financial Proposal.

I The Client may, however, request clarification on an


expert's eligibility, specifically items (ii) to (vi) of Form
TECH-6 with prior approval from ADB. Any request for

l 21. Evaluation of
clarification must be sentand respondedto in writing.

21.1 The Client's evaluation committee shall evaluate the

I Technical
Proposals
Technical Proposalson the basis of their responsivenessto
the Terms of Reference and the RFP, applyng the
evaluation criteria, sub-criteria, and point system specified

I
I
I
I
in the Summaryand PersonnelEvaluation Sheetattachedto
the Data Sheet. Each responsiveProposal will be given a
t
technical score.A Proposalshall be rejectedat this stageif
it does not respondto important aspectsof the RFp or if it
fails to achievethe minimum technical score indicated in
I
22. Financial
the Data Sheet.

22.1 Following the ranking of the Technical Proposals,when the


I
Proposalsfor QBS selection is based on quality only (QBS), the top-ranked
Consultantis invited to negotiatethe Contract. I
22.2If Financial Proposals were invited together with the
Technical Proposals,only the Financial Proposal of the
technically top-rankedConsultantis openedby the Client,s
I
evaluation committee. All other Financial Proposals are
returned unopened after the Contract negotiations are
successfullyconcludedand the Contractis signed.
I
23. Public Opening of
Financial
23.7 After the technical evaluation is completed and the Bank
has issued its no objection (if applicable), the Client shall
I
Proposals(for notify those Consultantswhose Proposalswere considered
QCBS, FBS, and
LCS methods)
non-responsiveto the RFP and TOR or did not meet the
minimum qualifying technical score (and shall provide
I
information relating to the Consultant's overall technical
score,as well as scoresobtainedfor each criterion and sub-
criterion) that their Financial Proposalswill be returned
t
unopened after completing the selection process and
Contract signing. The Client shall simultaneouslynotify in
writing those Consultantsthat have achievedthe minimum
I
overall technical score and inform them of the date, time
and location for the openingof the Financial Proposals.The
opening date shouldallow the Consultantssufficient time to
make arrangeme,nts for attending the opening. The
t
Consultant's attendanceat the opening of the Financial
Proposals(in person,or online if such option is indicatedin I
the Data Sheet)is optional and is at the Consultant'schoice.

23.2 The Financial Proposalsshall be opened by the Client's


evaluation committeein the presenceof the representatives
I
of those Consultants whose proposals have passed the
minimum technicalscore.At the opening, the namesof the
Consultants,and the overall technical scores,including the
I
break-downby criterion, shall be read aloud. The Financial
Proposalswill then be inspectedto confirm that they have
remained sealedand unopened.These Financial Proposals
I
shall be then opened,and the total prices read aloud and
recorded. Copies of the record shall be sent to all I
I
I
I
I
I 2-15

I Consultantswho submittedProposalsand to the Bank.

I 24. Correction of
Errors
24.1 Activities and items describedin the Technical Proposalbut
not priced in the Financial Proposal,shall be assumedto be
included in the prices of other activities or items, and no

I a. Time-Based
correctionsare madeto the Financial Proposal.

24.1.1 If a Time-Basedcontract form is included in the

I Contracts RFP, the Client's evaluation committee will (a)


correct any computational or arithmetical errors, and
(b) adjust the prices if they fail to reflect all inputs

I included for the respectiveactivities or items in the


Technical Proposal.In case of discrepancybetween
(i) a partial amount (sub-total) and the total amount,

I or (ii) betweenthe amount derived by multiplication


of unit price with quantity and the total price, or (iii)
betweenwords and figures, the former will prevail.

I In case of discrepancy between the Technical and


Financial Proposalsin indicating quantitiesof input,
the Technical Proposal prevails and the Client's

l evaluationcommittee shall correct the quantification


indicated in the Financial Proposalso as to make it
consistent with that indicated in the Technical

I Proposal, apply the relevant unit price included in


the Financial Proposalto the correctedquantity, and
correctthe total Proposalcost.

I b. Lump-Sum
Contracts
24.2 If a Lump-Sum contract form is included in the RFP, the
Consultant is deemed to have included all prices in the
Financial Proposal, so neither arithmetical corrections nor
l price adjustnentsshall be made.The total price, net of taxes
understoodas per Clause nC 25 below, specified in the
Financial Proposal(Form FIN-I) shall be consideredas the
l 25.Taxes
offered price.

25.1Except as set out in Sub-clause25.2, all taxes are deemed


l included in the Consultant's Financial proposal, and,
therefore,includedin the evaluation.

I 25.2Any local identifiable indirect taxes levied on the contract


invoices (such as salestax, VAT, excise tax, or any similar
taxes or levies) and income tax payable to the Client's

l country on the remunerationof non-residentExperts for the


servicesrenderedin the Client's country are dealt with in
accordancewith the instructionsin the Data Sheet.

I 26.Conversionto
SingleCurrency
26.1For the evaluationpurposes,prices shall be convertedto a
single currency using the selling rates of exchange,source

t
I
I
I
2-16
t
and date indicatedin the Data Sheet. I
27. Combined Quality
and Cost
Evaluation
t
a. Quality- and
Cost-Based
27.1 ln the case of QCBS, the total score is calculated by
weighting the technicaland financial scoresand adding them
I
Selection(QCBS) as per the formula and instructions in the Data Sheet. The
Consultant achieving the highest combined technical and
financial scorewill be invited for negotiations.
t
b. Fixed-Budget
Selection(FBS)
27.2 In the case of FBS, those Proposalsthat exceed the budget
indicatedin ClauseI4.1.4 of the Data Sheetshallbe rejected.
I
27.3 The Client will select the Consultant that submitted the
highest-rankedTechnical Proposal that does not exceedthe T
budget indicated in the RFP, and invite such Consultant to

c. Least-Cost
negotiatethe Contract.

27.4 In the case of Least-CostSelection(LCS), the Client will


I
Selection(tCS) select the Consultant with the lowest evaluatedtotal price
among thoseconsultantsthat achievedthe minimum technical
score,and invite suchConsultantto negotiatethe Contract.
I
I
D. Negotiationsand Award
I
28. Negotiations 28.1 The negotiationswill be held at the date and addressindicated
in the Data Sheet with the Consultant's representative(s)
who must have written power of attorney to negotiate and
t
sign a Contracton behalf of the Consultant.

28.2 The Client shall prepare minutes of negotiations that are


t
a. Availability of
signed by the Client and the Consultant's authorized
representative.

28.3 The invited Consultant shall confirm the availability of all


t
Key Experts Key Experts includedin the Proposalas a pre-requisiteto the
negotiations, or, if applicable, a replacementin accordance
with Clause 12 of the ITC. Failure to confirm the Key
t
Experts' availability may result in the rejection of the
Consultant's Proposaland the Client proceedingto negotiate
the Contractwith the next-rankedConsultant.
t
28.4 Notwithstandingthe above,the substitutionof Key Expertsat I
I
I
I
t
t 2-17

I the negotiations may be considered if due solely to

t circumstances outside the reasonable control of and not


foreseeableby the Consultant, including but not limited to
deathor medical incapacity. In suchcase,the Consultantshall
offer a substitute Key Expert within the period of time
I specified in the letter of invitation to negotiatethe Contract,
who shall have equivalent or better qualifications and
experiencethan the original candidate.
I b. Technical 28.5 The negotiations include discussions of the Terms of
negotiations Reference (TORs), the proposed methodology, the Client's
I inputs, the specialconditions of the Contract, and finalizing
the "Description of Services" part of the Contact. These
discussionsshall not substantiallyalter the original scope of
T servicesunder the TOR or the terms of the contract,lest the
quality of the final product, its price, or the relevanceof the
initial evaluationbe affected.

I c. Financial
negotiations
28.6 The negotiations include the clarification of the
Consultant'stax liability in the Client's country and how it

I shouldbe reflectedin the Contract.

28.7 lf the selection method included cost as a factor in the

t evaluation, the total price stated in the Financial Proposal


for a Lump-Sum contractshall not be negotiated.

29. Conclusionof 29.1 The negotiations are concluded with a review of the
I Negotiations finalized draft Contract,which then shall be initialed by the
Client and the Consultant'sauthorizedrepresentative.

l 29.2If the negotiations fail, the Client shall inform the


Consultant in writing of all pending issues and
disagreements and provide a final opportunity to the

I Consultant to respond. If disagreementpersists,the Client


shall terminatethe negotiationsinforming the Consultantof
the reasonsfor doing so. After having obtainedthe Bank's

t no objection, the Client will invite the next-ranked


Consultant to negotiate a Contract. Once the Client
commencesnegotiations with the next-ranked Consultant,

I the Client shall not reopenthe earlier negotiations.

I 30. Award of
Contract
30.1 After completing the negotiationsthe Client shall obtain the
Bank's no objection to the negotiated draft Contract, if
applicable;sign the Contract;publish the award information
I as per the instructions in the Data Sheet; and promptly

I
I
I
2-t8

notify the other shortlistedConsultants.

30.2 The consultant is expectedto commencethe assignmenton


the date and at the location specifiedin the Data Sheet.
I
T 2-19

I
I E. Data Sheet

I A. General
ITC Clause

I Reference

I (c) Laws of Islamic Republic of Pakistan

t 1(k)to'
(definitions)
ADB differentiatesbefweenInternationaland National Experts.
International experts mean experts who are citizens of an ADB mernber

I country.
National expertsmeanexpertswho are citizensof the Client's country.
Nationals of a DMC who possessthe appropriateinternationalexperiencemay

t be consideredfor assignmentsthat require international expertise,whether in


the national'sown country or in other DMCs. The internationalexperiencethat
is required for a particular assignmentwill be defined and described in the

I 2.1
pertinentTOR.

Name of the Client: National Highway Authority, Pakistan

t Method of selection:QCBS asper


Applicable Guidelines; Guidelines on Use of Consultants by ADB and Its
Borrowers available on http://www.adb.org/documents/zuidelines-use-
I consultants-asian-development-bank-and-its-borrowers?reFlsite/business-
g
opportunities/operational-procurement/consultin

l 7' Financial Proposalto be submitted together with Technical Proposal:Yes

The name of the assignmentis: Design Review and ConstructionSupervision


I Consultantsfor CAREC Corridor InvestmentProgram(T-l)

2.3 A pre-proposal conferencewill be held: Yes


l Date of pre-proposalconference:Aug 02,2017
Time: 1100hrs
Address:NHA Auditorium, 28 Mauve Area, G-911,Islamabad,Pakistan
I Telephone:+92-51-9032727 Facsimile:+92-51-9260419
E-mail: smpca.nha@email.com

l coordinator: lmtiaz Ahmad Khokhar (General


Contactperson/conference

I ADB ConsultingServicesGuidelines1.3.
'I Citizenshipis determined
from the passportthe expertholdsor other legaldocumentin the case of national
expertsin certain countrieswho do not have passports.

I
I
I
2-20
I
ManagerP&CA)
t
2.4 The client will provide the following inputs, project data, reports, etc. to
facilitate the preparation of the Proposals:
t
Pleaserefer to Section7. TOR

4.1 Not Applicable


I
6.3.1 A list of debarred firms and individuals is available at the Bank's external
website http://www.adb.org/Integritv/sanctions.asp t
B. Preparation of Proposals I
9.1 This RFP hasbeen issuedin the English language.
Proposalsshall be submittedin English language.
I
All correspondenceexchangeshall be in English language.

10.1 The Proposal shall comprisethe following:


I
FoT F]ULL TECHNICAL PROPOSAL GTP):
l.'t Inner Envelopewith the Te"hnical proposal:
t
(1) Power of Attorney to sign the Proposal
(2) Proof of Legal Status and Eligibility
(3) TEcH-l(including statement of Undertaking if required under Data
I
Sheet10.2below)
(4) TECH-Z
(s) rEcH-3 1
t
(6) TECH-4 i
(7) rECH-5
(8) rECH-6
I
I
AND I
2"dInner Envelopewith theFinancialProposal(if applicable):
(1)FrN-1
(2) FrN-2
I
(3) FrN-3
(4) FrN-4 I
Proofof legalstatusestablishConsultant's legalcapacityto enterinto binding
andenforceable contractsandmaybe supported
oCertificateof incorporation
by:
in anADB membercountry.
I
oPartnershipsduly organized in anADB membercountry
oUniversities,institutions,publicsectororganizations,
andNGOsthatarenot I
I
t
I
T
I
t legally incorporatedshall provide other documentationthat establishestheir

t legal capacityto enterinto binding and enforceablecontractswith the Client


(such as charter,statute,etc.).

t 10.2
Pleaserefer to CHECKLIST OF REQUIRED FORMS in Section3

Statementof Undertaking is required: Yes

t If Yes, make sureto include paragraph(h) in Form TECH-I1

t 11.1 Participation of Sub-consultants,Key Experts and Non-Key Experts in more


than one Proposalis permissible:Yes

l t2.r Proposals must remain valid for 180 calendar days after the proposal
submissiondeadline(i.e.,until: Feb 21, 20 18).

t 12.9 Outsourcingof the whole servicesis not allowed.

l 13.1 clarifications may be requestedno later than 14 days prior to the


submissiondeadline.

l The contactinformation for requestingclarifications is:


GeneralManager(P&CA)

I National Highways Authoriry (NHA)


28, Mauve Area,G-911,
Islamabad,Pakistan

I Facsimile:+92-5|- 9260419E-mail: snpca.nha@smail.com

l t4.t.l Shortlisted Consultants may associatewith

(a) non-shortlistedconsultant(s):Yes

I (b) other shortlisted Consultants: No

14.1.2
l Estimated input of international Key Experts' time-input: Not Applicable
Estimated input of national Key Experts' time-input: Not Applicable
AND/ OR

I t4.1.3
Estimated total cost of the assignment:us $3.456million inclusive of
provisional sum and contingenciesexcluding indirect local taxes.

I for time-
Minimum time-input of international Key Expertsn is: 67 person-months.

I
I
I
I
based Minimum time-input of national Key Experts' is: 345.5person-months
T
contractsonly
For the evaluation and comparisonof Proposalsonly: if a Proposalincludes
less than the required minimum time-input, the Client will adjust the proposal
t
price following the Guidance Note for Financial Evaluation:
http://www.adb.org/site/business-opporn:nities/op
procurement/consultingy'do cuments
erational- t
Proposalsthat quotedhigher than the requiredminimum of time-input will not
be adjusted.
T
t4.1.4
(QCBSwith
Not Applicable.
I
maximum
budget)

14.1.4 and Not Applicable.


I
27.2
usefor Fixed
Budget
I
method

15.2 The format of the TechnicalProposalto be submittedis: Full Technical


I
Proposal(FTP)

Pleaserefer to Checklist of RequiredFormsin Section3


t
Submission of the Technical Proposal in a wrong format may lead to the
Proposalbeing deemednon-responsiveto the RFP requirements.
T
16.r Financialproposal shall includethe following costs;
L Reimbursableexpensewill include;
i
(1)
(2)
Local and IntemationalAir Travel;
Perdiem Local and Intemational Staff;
i
(3)
(4)
SupportStaff Salaries;
Office Running Cost (Stationary Printing & Publication, Lrternet
connectivityetc.);
t
(5) Office Rent;
(6) Vehicle Rent and POL for TL and lnternational Staff;
(7) Cost of Utility Services(Electricity Water & Gas).
T
II. ProvisionalSum (USD 61,308)includesexpenditurefor Office Equipment
III. Contingency(USD 167,719).
t
16.2 A price adjustment provision appliesto remuneration rates: Yes I
I
t
T
l
i 2-23

t 16.3 o'Informationon the Consultant'stax


oblieationsin the Client's countrvcan be

I 16.4
found at www.fbr.qov.pk."

The Financial Proposal shall be stated in the following currencies:

I Consultant may express the price for their Servieesin any fully convertible
crurency,singly or in combinationof up to three foreign currencies.

t The Financial Proposal should state local costs in the Client's country
currency (local currency): Yes

t 17.1
C. SubmissionoOpening and Evaluation

The Consultants"shall not" have the option of submitting their Proposals


i electronically.

t
17.4 The Consultant must submit:

(a) Technical Proposal: one (1) original and three (3) copies to the
Client, plus 1 copy each to ADB Headquarters,Manila and ADB

I ResidentMission in the country as indicatedin Data Sheet17.9;

(b) FinancialProposal:One (1) original to the Client.

l 17.9 The Proposalsmust be receivedat the addressbelow no later than:


Date: August 26,2017

l Time: 1100hrs local time

I The Proposal submissionaddressis:


GeneralManager(P&CA)
National Highways Authority (NHA)
I 28, Mauve Area,G-911,
Islamabad,Pakistan.

t Proposalsubmissionon or beforethe deadlineshall be recordedby the Client


when the Client receivesthe original Proposalsthat comprisesTechnical and
Financial proposalsin accordancewith 2.2 and,17.9.

I The Consultantis requestedto submit copiesof the TechnicalProposalat the


sametime to ADB HQ in Manila and ADB ResidentMission:

T
I For ADB HO. Manila:

I
I
t
T
c/o Director,OSPI, ADB
T
6 ADB Avenue, Mandaluyong,Metro Manila 1550 Philippines

For AI)B ResidentMission in the Countrv:


I
PakistanResidentMission
Level 8, North Wing
I
SerenaOffice Complex
Khayaban-e-Suhrawardy
G-5, Islamabad,Pakistan
t
19.1 An online option of the openingof the Technical Proposalsis offered: No T
The opening shall take placeat:

NHA, Auditorium,
I
National Highway Authority (NHA)
27,Mauve Area,G-91I,
Islamabad,Pakistan
I
Date: August26,2017
Time: 1130hourslocal time I
19.2 In additiono the following information will be read aloud at the opening of
the Technical Proposals:
Confirmation that invitation to submit proposal was not transferredto another
I
20.2
party.

The Client will follow the Guidance Note for Financial Evaluation:
T
http://www. adb.org/site/business-opportunities/operational-
procurement/consultingy'documents i
2t.l D The evaluationcriteria, sub-criteria,and point systemare specified
in the Summaryand PersonnelEvaluation Sheetsthat are attached
i
to the Data Sheet.

The minimum technicalscore(St) required to passis: 750 (on a scale


I
23.r
of I to 1000)

An online option of the openingof the Financial Proposalsis offered: No


I
23.1and23.2 The Client will read aloud only overall technical scores.

25.2 For the purpose of the evaluation, the Client will exclude: (a) all local
t
identifiable indirect taxes,including VAT, on the contract invoices; and (b) all
additional local indirect tax on the remunerationof servicesrenderedby non-
I
t
I
I
T
i 2-25

I resident experts of the Consultant in the Client's country. At contract

t negotiations,all applicable indirect local taxes will be discussedand agreed


(using the itemized list as guidance but not limiting to it) and added to the
contract amountin a separateline, also indicating which taxes shall be paid by

t the Consultantand which are withhold and paid by the Client on behalf of the
Consultant.

t 26.1 The singlecurrency for the conversionof all prices expressedin various
currencies into a single one is Pakistani Rupees (PKR)
The official source of the selling (exchange)rate is: TT/OD (Selline Rate)

I from the website:http://www.forex.com.pk/


The date of the exchangerate is: 28 days prior to the submissiondeadline
of the proposals

I 27.1
[a. QCBS
The lowest evaluatedFinancial Proposal (Fm) is given the maximum
financial score(Sf) of 1000.

I
onlyl
The formula for determining the financial scores(Sf) of alt other
Proposals is calculated as following:

I Sf : 1000x Fm/ F, in which "Sf is the financial score,"Fm" is the lowest


ETP [EvaluatedTotal Price (ETP) which is equalto the Adjusted Total Price
(ATP) lessNon-competitiveComponent,i.e., provisional sumsand
I contingency],and "F" is the ETP of the proposalunder consideration.

The weights given to the Technical (T) and Financial @) Proposalsare:


I T:90, and
P: 10

I Proposalsare ranked accordingto their combinedtechnical(St) and financial


(Sf) scoresusing the weights (T: the weight given to the TechnicalProposal;
P: the weight given to the FinancialProposal;T + P: l) as following: S : St
l xTYo+SfxP%.

D. Negotiations and Award


l 28.1 Expected date and addressfor contract negotiations:
Date: January,2018

I Address: Office of GeneralManager(P&CA)


National Highway Authority
28 Mauve Area, G-9/1, Islamabad,Pakistan.

I 30.1 The publication of the contract award information following the


completion of the contract negotiations and contract signing will be done

I as following : www.nha.sov.pk.

I
I
L
I
2-26
T
The publication will be donewithin 10 days after the contract signing.
T
30.2 Expecteddate for the commencementof the Services:
Date: March,2018 at IslamabadPakistan
t
I
I
t
t
I
I
T
I
i
i
t
I
I
I
t
T
T
T
i aaa

I Insert the Summaryand PersonnelEvaluationSheetbasedon the tlpe of Proposalused.

t Appendix I - Summarvand PersonnelEvaluation Sheetfor Full Technical Proposal


No.-Country:
Title

t
t
i
I
I

T
I
l
I
I
i :ace[ent100%VeryGood:90-99%AboVeAve'age:80-89%@

t
P|ease-rofertoF.D|squa|iflcationofan&pert,sgction2,RFP'
: lbxirTum
weig!!x Rathg/ 100 r*ThgTeamLeadermuit be tdeniliiedamonqthe

l
I
I
I
I
t
t
2-28
T
ASIANDEVHOPMENT
BANK
CONFIDENTIAL
T
PERSONNEL
EVALUATION
SHEET
I
{ame of Firm:

POSITION/AREAOF
O(PERTISE
A
General
Qualifications
B

Rperience
c
froject-Related (Jverseas/Country
ftperience
TOTAL
SCORE
T
,ti1o ,i50h

I
7@/o (A+B+C)
(ey Experb (lniernational) NAilE Rating Score Ratlns Score Rating Score
f'eam *
Leadershio
hoineer
hief Resident
h ;eniorhverEnt &sign hgineer
Bridge/Structure
)enior Brgineer
d. ieniorSoflsandltftterbls&qineer
ieniorl-lydrologist
I
f ieniorContract
Specialist
SeniorGeotechnical
BEineer
n . SeniorGeoretricDesignhgineer
T
SeniorErvironflEntal
Specialist
bad SafetvAuditor
A
General
B
Roject-Related
c
w/
Erperience TOTAL
I
Qualifications Bperience ht|.Oo. SCORE

&v Experts
{National)
K. )eputyTeam
Leader/Senior
Residenl
Blgineer
NAME Ratinq
lgh
Score
7OYo
Rating Score
'wto
Ratins Score
IA+B+Cl
I
t. lesidentElgineerl
m lesidentB|gineer-2
n. bsidentB|gineer.3
hqineer-1
\ssistantResident
t
\ss'rstant
Resident
q . \ss'rstant
hgineer-2
Resident
hqineer-3
hgineer-1
*idqe/Sbucture
t
i
hgineer-2
lridge/Structure
Elgineer-3
t. lridge/Structure
hoineer-1
iofl/ft&terial

a
Btgineer-2
ioil/l,hterial
hgineer-3
ioil/irbterial
X ilvironmntalSoecialist
Specialist
v. locurenpnUoontract
Rating: Bcellenl10070 VeryGood:90- 99% 80- 890/o Average:
AboveAverage: 70- 7970 BelowAverage:1 - 690/0 00/o
|bn-conplying:
Pleaserefer to F.olsqualificatlonof an EeErt, Sectiona RFP,. :
x percentage
Score: Rating assigned to criterion " Th6TeamLeadErmust be identifiedamongthe erperts.
t
'

I
I
t
I
I
I
I
t 2-29

I
I F. Disqualification of an Expert

t Zero (0o/o)rating resulting in disqualification will be given to a


nominated expert in particular circumstances:
Reference

t I The expert is not a citizen (determined from the passportthe


expertholds or other legal documentin the caseof national
rrc 6.1/2

I expertsin certain countrieswho do not havepassports)of an


ADB membercountry.

I
I
2. The expert is proposedfor a nationalposition but is not a citizen
of that country.

3 . The expert failed to statehis citizenshipon the CV.


TTC6.2

ITC 6.1/2,
I Section6,
TECH-6
4. The expert'sCV is not signed.
l 5 . The expert is a current employeeof the Client.
TECH-6

ITC 6.2/6.3.4,

I
I
6. The Consultantand the expert failed to discloseany situationof
an actualor potential conflict of interestaboutthe expert.
TECH-6
rTC3/6.2,
Section6

I
i
I

T
l
I
I
I
I
I
L
I
I 3-l

i
Section 3. Technical Proposal - StandardForms
I {Notesto Consultanl shown in brackets{ } throughoutSection3 provide guidanceto the

I Consultantto preparethe TechnicalProposal;they should not appearon the Proposalsto be


submitted.)
Cnncrr,rst or Rnqurnnu Fonprs

I Requiredfor tr'TP,
STP or BTP. ({)
FORM DESCRIPTION Page Limit

t FTP STP BTP


TECH-1
TECH.1
Technical ProposalSubmissionForm.
Proof of legal statusand eligibility

i "r/" If applicable
Attachment
TECH-I
Attachment
If the Proposalis submittedby a joint
venture,attacha letter ofintent or a

I
copy of an existing afreement.
Power of No pre-set format/form. In the caseof a
Attomey Joint Venture, several are required: a
power of attomey for the authorized
"r/" If applicable
l representativeof each fV member, and
a power of attorney for the
representativeof the lead member to

l F'TP STP BTP


TECH-2
representall W members

Consultant's
Organization
and
F'TP STP BTP

l TECH-2A
Experience.

A. Consultant's
Organization 2 nla nla

l
TECH-2B B. Consultant'sExperience 20 nla nla

TECH-3 Commentsor Suggestionson the Terms [Seefootnotef


of Referenceand on CounterpartStaff

l and Facilities to be provided by the


Client.
TECH-3A A. On the Terms of Reference

I
wa ila nla
TECH.3B B. On the CounterpartStaff and 2 n/a NA
Facilities
TECH-4 Descriptionof the Approach, 50 l0 I

I TECH.5
Methodology,and Work Plan for
Performing the AssiErment
Work Scheduleand Plannins for nla nla nla

I ./ TECH-6
Deliverables
Ieam Composition,
andattached
Key ExpertsInputs,
CtrriculumVitae (CV)
5 5 5

I For the FTP, the total number of pagesfor combinedforms TECH-3(FTP) and TECH-4 (FTp) should not
exceed50. A pageis defined as one printed side of A4 or letter-sizepaper.

i
I
L
T
3-2
t
Foniu TECH.I
t
TncnNrcAL PRoposAL SUBMISSIoNFonu
I
{Location, Date}
I
To: GeneralManager(P&CA)
National Highway Authority 28 Mauve Area,G-9/I, Islamabad,Pakistan.
I
Dear Sirs:
t
We, the undersigned,offer to provide the consultingservicesfor "Design Review and
Construction Supervision Consultants for CAREC Corridor Investment Program (T-1)" in
T
accordancewith your Request for Proposalsdated flnsert Date] and our Proposal. We are
hereby submitting our Proposal, which includes this Technical Proposal and a Financial
Proposalsealedin a separateenvelope.
I
{If the Consultant is a joint venture, insert the following: We are submitting our
Proposalin a joint venture with: {Insert a list with full name and the legal addressof each
I
member,and indicate the lead member). We have attacheda copy {insert: "of our letter of
intent to form a joint venture" or, if a JV is alreadyformed, "of the JV agreement")signedby
every participatingmember,which detailsthe likely legal structureof and the confirmation of
I
joint and severableliability of the membersof the saidjoint venture.

OR
I
insert the following: We are submitting
If the Consultant'sProposalincludes Sub-consultants, i
our Proposalwith the following firms as Sub-consultants:{Insert a list with full name and
country of eachSub-consultant.

We herebydeclarethat:
)
a
(a) All the information and statementsmade in this Proposal are true and we
accept that any misinterpretation or misrepresentation contained in this
t
Proposal may lead to our disqualification by the Client and/or may be
sanctionedby the Bank. I
(b) Our Proposalshall be valid and remainbinding upon us for the period of time
specifiedin the Data Sheet,Clause12.1. I
We have no conflict of interestin accordancewith ITC 3.
(c)

(d) We meet the eligibility requirementsas statedin ITC 6.


I
I
I
t
I
I
-t
J-J

I
-l
(e) Neither we, nor our JV/associatepartners/ sub-consultantsor any of the
I proposedexpertspreparedthe TOR for this consultingassignment

(0

I
Except as statedin the Data Sheet,Clause I2.1, we undertaketo negotiate a
Contract on the basis of the proposed Key Experts. We accept that the
substitutionof Key Experts for reasonsother than those statedin ITC Clause
12 andITC Clause28.4 may lead to the terminationof Contractnegotiations.

I (g) Our Proposal is binding upon us and subject to any modifications resulting
from the Contractnegotiations.

i (h) In competing for (and, if the award is made to us, in executing)the Contract,
we undertake to observe the laws against fraud and comrption, including

I
,}
bribery, in force in the country of the Client.

We undertake, if our Proposalis acceptedand the Contract is signed, to initiate the

I Servicesrelated to the assignmentno later than the date indicatedin Clause 30.2 of the Data
Sheet.

I We understandthat the Client is not bound to accept any Proposal that the Client
receives.

l We remain,

Yours sincerely,

I 1
Authorized SignatureUn full and initials):
Name and Title of Signatory:

tI
Name of Consultant(company'snameor JV's name):
In the capacityof:

T Address:
Contact information (phoneand e-mail):
I

T {For a joint venture, either all membersshall sign or only the lead member, in which
casethe power of attorneyto sign on behalf of all membersshall be a6ached)

l
I
t
I
I
N
t
3-4
I
Fonu TECH-2 (ron Full TpcnNrcar.Pnopos.q,L
ONLv) I
CoNsur,rANT' s OncaNzLrloN AND ExpERIENcE I
Form TECH-2: a brief description of the Consultant's organization and an outline of the
recent experienceof the Consultantthat is most relevant to the assignment.In the caseof a
t
joint venture,information on similar assignmentsshall be provided for eachpartner.For each
assignment,the outline should indicate the namesof the Consultant's Key Experts and Sub-
consultantswho participated,the duration of the assignment,the contract amount(total and, if
t
it was done in a form of a joint venture or a sub-consultancy,the amount paid to the
Consultant),and the Consultant's role/involvement. I
A - Consultant's Organization

1. Provide here a brief description of the backgroundand organizationof your company,and


I
- in caseof a joint venture- of eachmemberfor this assignment.
I
2. lnclude organizationalchart, a list of Board of Directors,and beneficial ownershipa.
I
B - ConsultanttsExperience
I
1. List only previoussimilar assignmentssuccessfullycompletedin the last Ten (10) years.

2. List only those assignmentsfor which the Consultantwas legally contractedby the Client
as a company or was one of the joint venfure partners. Assignments completed by the
I
Consultant'sindividual expertsworking privately or through other consulting firms cannotbe
claimed as the relevant experienceof the Consultant,or that of the Consultant'spartnersor
sub-consultants,but can be claimed by the Expertsthemselvesin their CVs. The Consultant
i
should be preparedto substantiatethe claimed experienceby presenting copies of relevant
documentsand referencesif so requestedby the Client. I
t
I
I
a
Beneficial ownershipshows all owners and major shareholdersof the company, including any personor entity
who enjoys the benefit of ownership including, but not timited to power of control and influence of the
businessiransactions,receiving dividends or profit share.This includes direct or indirect ownership of
company(e.g. ownershipby close relatives).
the I
I
I
I
I
't

I
i
"-l

I
-1
Duration Assignmentname/& brief
descriptionof main
Nameof Client&
Country of
Approx. Contract
vafue (in llSSor
Role on the
Assignment

I deliverables/outputs Assignment EURO)/ Amount


paid to vour firm

t
-l
{e.9., {e.g.,"lmprovement
Jan.2009- qualityof...............":
Apr.2010) designedmasterplanfor
{e.g.,Ministrvof
......,
country)
{e.g.,USSl
milr/usso.smill)
{e.g.,Lead
partnerin a JV
A&B&C)

I
'l
rationalizationof ........;

{e.g.,Jan- {e.g.,"Supportto sub-


)

{e.g.,municipality {e.g.,USS0.2 {e.g.,sole

I May
2008)
nationalgou"rnr"nt....."
draftedsecondarylevel
of.........,
country) mil/USS0.2
mil) Consultant)

i
i t

I
!

I i

I
l
i)

I
I
I
I
I
ll
I
I
I
Fonu TECH-3 (ron Fulr, Tncnxrcal, Pnorosnr,)

CouvrnursAIIDSuccnsrloNsoNTHETnnus or RnnnnENcE, Couxrnnplnr


I
Srltr'tr',aNuFacTLITIES
ro BEPnovrnnoBy rHE Cr,rnNr

Form TECH-3: comments and suggestionson the Terms of Referencethat could improve the
I
quality/effectivenessof the assignment;and on requirementsfor counterpartstaff and facilities,
which are provided by the Client, including: administrative support, office space, local
transportation,equipment,data,etc.
I
A - On the Terms of Reference
t
I
{improvementsto the Termsof Reference,if any}
t
B - On Counterpart Staff and Facilities
I
{Include commentson counterpartstaff and facilities to be provided by the Client. For
example,administrativesupport,office space,local transportation,equipment,data,
backgroundreports,etc., if any)
I
I
i
:

T
I
I
t
I
I
T
I
I
r.l
I J-l

I
Fonvr TECH-4 (ron Full TncuNrclr, pRoposal ONlv)
i
""1
DnscnrpuoN oF Arpno,q.cn,METHoDoLocy, ANDwoRr( pr,.lN rN
RrspoNuNG To rnn TnRursor RBnnRENCE
I
-l

I Form TECH-4: a descriptionof the approach,methodology and work plan for performing the
assignment,including a detailed description of the proposed methodology and staffing for
training, if the Terms of Referencespecifytraining as a specific componeni-oftn" assignment.

{Suggestedstructureof your TechnicalProposal(in FTp format):

I
'l
a) TechnicalApproach and Methodology
b) Work Plan
c) Or ganization and Staffi ng)

I a) Technical Aooroach and Methodoloev. {Please explain your understandingof the


objectives of the assignmentas outlined in the Terms of Reference (TORs), the

I technical approach,and the methodologyyou would adopt for implementingthe tasks


to deliver the expectedoutput(s),and the degreeof detail of such output. pleasedo not
repeat/copythe TORs in here.)

I b) Work Plan" {Please outline the plan for the implementation of the main
activities/tasks of the assignment, their content and duration, phasing and

i
)
interrelations, milestones (including interim approvals by the Client), and teitative
delivery dates of the reports. The proposedwork plan should be consistentwith the
technical approachand methodology, showing your understandingof the TOR and
ability to translatethem into a feasible working plan. A list of the final documents
I (including reports) to be delivered as final output(s) should be included here. The
workplan shouldbe consistentwith the Work ScheduleForm.)

i c) Oreaniz.ation and Staffine. {Pleasedescribe the structure and composition of your


team, including the list of the Key Experts, Non-Key Experts and relevant technical

I
and administrativesupportstaff.)

I
I
I
It
I
lI
I
t
PnoposL ONr,v)
Fonu TECH-4(ron Srurr,rrrppTncnNIcAL I
DnscnrpuoN oF AppnolcH, METHoDoLocY,LNp Wom Pr,aNron
PnnronnnlNc TIrEAssrcNvrpNr
I
por- 1BCH-4: a descriptionof the approach,methodology,and work plan for performing the
assignment,including a detailed description of the proposedmethodology and staffing for
I
training,if the Terms of Referencespecify training as a specific componentof the assignment.
I
{Suggestedstructureof your Technical Proposal}
a)
@eus" explain your understandingof the objectivesof the assignmentas outlined
in
I
the Terms of Reference (TOR), the technical approach, and the methodology you
would adopt for implementing the tasksto deliver the expectedoutput(s); the degree
of detail of such output; and describethe structure and composition of your team.
I
b)
Pleasedo not repeat/copythe TORs in here.)
Work Plan and Staffine. {Pleaseoutline the plan for the implementationof the main
I
of the assignment, their content and duration, phasing and
"cti.rritieyt"sks
interrelations,milestones (including interim approvals by the Client), and tentative
delivery dates of the reports. The proposedwork plan should be consistentwith the
I
technical approachand methodology,showing understandingof the TOR and ability
to translatethem into a feasibleworking plan and work scheduleshowing the assigned
tasksfor each expert. A list of the final documents(including reports)to be delivered
as final output(s)should be includedhere.The work plan shouldbe consistentwith the
t
c)
Work ScheduleForm.)
I
{Your suggestionsshould be concise and to the point, and incorporated
in your
proposal.pi"ur" also include comments,if any, on counterpartstaff and facilities to be
prouidtd by the Client. For example, administratle support, office space, local
i
hansportation,equipment,data,backgroundreports,etc.)
f
I
t
I
I
I
I
I
- 5 f f - -r -- r- r- r- r- r- r- r. d i r. d t- rr

Fonvr TECH-S(ron FTP, STPlNo BTp)

Wom Scnnuur,E ANDpLANNINGF,oRDELIvERABLES

NO
t (o-..)
Deliverables Months
I 2 3 4 5 6 7 8 9 n TOTAL
D-1 {e.g.,Deliverable
#1: ReportA
1)datacollection
2) drafting
3) inceptionreport
4) incorporating
comments
sl
6) delivery
of finalreportto Client)

D-2 {e.9.,Deliverable
#2:...........

List the deliverableswith the breakdownfor activitiesrequiredto producethem and other benchmarkssuch as the Client'sapprovals. For phased
assignments, indicatethe activities,deliveryof reports,and benchmarksseparatelyfor eachphase.
2 Durationof activitiesshallbe indicatedin a form of a bar chart.
3 . Includea legend,if necessary,to help readthe chart.
r I' r- - r. l- r - r- r- - T r. d i - - rj - r
3-10

Fonu TECH-6 (ron FTP, STP aNu BTP)

Tnlvr CovrposrrloN. AssrcNnnENT.


AtlD Kry ExprRTS' INpurs
Expert's input (in person/month)per each Deliverable(listed in TECH-S)
Total time-input
Name, Nationality
No (in Months)
and DOB
Position D-1 D-2 D-3 D-... Home Field Total
KEY :XPERTS
International
{e.g.,Mr. Abbbb, Team IHomel [2 month] t1.01 t1.01
K-1
PAK,15.05.1954) -eaderl IFieldl t0.5ml I2.sl t0l
e.g.,Mr. Xxxyyy,
K-2
usA,20.04.1969]
K-3
National

Subtotal
NON-KEYEXPERTS
lHomel
N-1
IFieldl

N-2

Subtotal
Total
3-11

1 for the samepositionsas requiredunderthe DataSheetlfC2L.L.


ForKeyExperts,the input shouldbe indicatedindividually

z One (1) month equalstwenty two (22)working(billable)days.Oneworking(billable)


Monthsare countedfrom the start of the assignment/mobilization.
dayshallbe not lessthan eight(8) working(billable)
hours.
3 "Field"work meanswork carriedout in the Client'scountryor any other country
"Home"meanswork in the officein the expert'scountryof residence.
outsidethe expert'scountryof residence,at Client'srequest.

I F u l l t i m ei n p u t
77777n Parttime input

IC I I I I I ItItI r f- I TI'IIII I
I
t 3-12

t Fonu TECH-6

I (CoNrrnunn)

CURRICULUMVITAE (CV)

I PositionTitle and No.


Nameof Firm
{e.g.,K-1,TEAMLEADER}
Insert name of/irm proposing the expert

I Name of Expert:
Date of Birth:
Citizenship
{lnsertfull name}
{day/month/year}

i Education: {List college/university or other specialized education, giving names of


educationalinstitutions,datesattended,degree(s)/diploma(s)obtained)

I
I Employment record relevant to the assignment: {Starting with present position, list in
reverseorder. Pleaseprovide dates,name of employing organizatron,titles of positions held,
typeof ernployment
full time,part time,contractual),types of activities performedand location of

t the assignment, and contactinformation of previous clients and employing organization(s)


who can be contactedfor references.Pastemployrnentthat is not relevant to the assignment
doesnot needto be included.)

I Period Employing organization


title/position.Contact
andyour Country Summaryof activities
performedrelevantto

I
informationfor references the Assignment
[e.9.,May [e.g.,Ministryof ......,
200s- advisor/consultant to...
presentl
I For references:
mai1......;
ministerl
Te1............/e-
Mr. Bbbbbb,deputy

I
I Membership in ProfessionalAssociationsand publications:

I Languageskilts (indicate only languagesin which you can work):

I Adequacy for the Assignment:

Detailed Tasks Assignedon Consultant's Reference to Prior Work/Assignments that

l Team of Experts: Best Illustrates Capability to Handle the


AssignedTaskp

I
I
I
t
3-r3
I
{List all deliverables/tasksas in TECII- 5 in
which the Exnert will be involved)
I
t
Experttscontactinformation: (e-mail.... phone...............) I
Certification:
certifyto thebestof my knowledgeandbeliefthat
I, theundersigned, I
(, This CV correctly describesmy qualificationsand experience
(ii) I am not a current employeeof the Executingor the ImplementingAgency
t
(iii) In the absenceof medical incapacity, I will undertakethis assignmentfor the duration
and in terms of the inputs specifiedfor me in Form TECH 6 provided team mobilization
l
takesplace within the validity of this proposal.
(iv) I was not part of the team who wrote the terms of referencefor this consulting services
assignment
T
(v) I am not currently debarcedby a multilateral developmentbank
(vi) I certifi that I have been informed by thefirm that it is including my CV in the Proposal
I
for the {name of project and contract}. I confirm that I will be available to carry out the
assignmentfor which my CV has been submitted in accordance with the implementation
arrangementsand scheduleset out in theProposal.
I
If CV is signedby thefirm's authorizedrepresentative:
I
(vii) [ as the authorized representativeof thefirm submitting this Proposalfor the {name of
project and contract], certify that I have obtainedthe consentof the namedexpert to submit
his/her CV, and that s/he will be available to carry out the assignmentin accordancewith the
implementationanangements and schedule set out in the Proposal, and confirm his/her
i
compliancewith paras (i) to (v) above.
I
describedherein may lead to my disqualificationor
I understandthat any willful misstatement
if engaged.
dismissal, I
Date:
[Signatureof expert or authorizedrepresentativeof thefirm Day/MonthfYear
I
Full nameof authorizedrepresentative:

I
o
This CV can be signed by a senior representativeof the Consultantprovided during proposal submission.If
the Consultant's proposal is ranked first, a copy of the CV signed by the expert and/or specialist must be
I
submittedto the Client prior to the commencementof contractnegotiations-

I
I
I
I
'l

I 4-l

I
r. "r---- - StandardForms
Section 4. Financial Pro$osal
I!
'l- {Notes to Consultanl shown in brackets { } provide guidance to the Consultant to prepare the
FinancialProposals;they should not appearon the Financial Proposalsto be submitted.)

t Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal
l- accordingto the instructionsprovided in Section2.

I
't NOTE: The authorized representativeof the Consultant who signs the Proposal is advised to
initial all pagesof the original FinancialProposal.
I

r FIN-I Financial ProposalSubmissionForm

FIN-2 Summary
of costs
I
1 FIN-3 Breakdownof Remuneration

r FIN-4 Other Expenses,Provisional Sumsand Contingency

i
i
I
I
i
I
I

I
t

I
I
i
I
I
4-3
t
Fonu FIN-I I
FuvlNctLl Pnopos,q,L Fonivr
SunvrrssroN
t
i
{Location,Date}

To: fName and addressof Client]


t
DearSirs:
I
We, the undersigned,offer to provide the consulting servicesfor flrsert title of assignment]
in accordancewith your Requestfor Proposaldated[tnsert Date] and our TechnicalProposal.
I
Our attachedFinancial Proposalis for the amount of {Indicate the correspondingto the
amount(s) currency(ies)) {Insert amount(s) in words and figures}, [Insert "including" or
T
I
"excluding"J of all indirect local taxes in accordancewith Clause 25.2 in the Data Sheet.The
estimatedamount of local indirect taxesis {Insert currency} {Lrsert amount in words and figures}
which shall be confirmed or adjusted,if needed,during negotiations. {Pleasenote that all amounts
I
shallbe the sameas in Form FIN-2).

Our Financial Proposalshall be binding upon us subjectto the modifications resulting from
I
Contract negotiations,up to expiration of the validity period of the Proposal,i.e. before the date
indicatedin Clause12.1of the Data Sheet.
I
Commissions,gratuities or fees paid or to be paid by us to an agent or any other party
relating to preparation or submission of this Proposal and Contract execution, paid if we are
awardedthe Contract.are listed below:
t
Name and Address
of Agent(s)/Otherparty
Amount and
Currency
Purposeof Commission
or Gratuity I
{If no paymentsare madeor promised,add the following statement:
'No commissions,gatuities I
or feeshavebeenor are to be paid by us to agentsor any other party relating to this Proposaland,
in the caseof award. Contractexecution.") I
We understandyou are not bound to acceptany Proposalyou receive.

We remain,
t
Yours sincerely,
I
AuthorizedSignature{In full andinitials}:
Name and Title of Signatory:
In the capacityof:
I
t
I
I
I
i 4-3

i
'l
***.,
E-mail:

rI rE^*^;
{For a joint venture, either all membersshall sign or only the lead member/consultant,in
"I which casethe power of attomeyto sign on behalf of all membersshall be attached.)

i
t
i
i
I
i
i
i
i
i
I
I
l
i
I
i
Fonu FIN-2 SuuvHnv oF Cosrs

Cost
{Consultant must statethe proposedCosts in accordancewith Clause 16.4 of the Data Sheet.
Paymentswill be made in the currency(ies)expressed.Delete columns which are not used.)
ltem
{InsertForeign {InsertForeign {Insert
{Insert Foreign Currency# 2, f Cunency# 3, tf Local Currency, if
Currency # 1) usedand/or
used\ usedj
ronrtirod /l 6 / Dntn

Competitive Components
Remrrneration-Kev E,xnerts
Remuneration.Non-Kev Experts
ReimbursableExoenses
Sub-Total
Non-Competitive Components
Provisional Sums
Continsencv
Sub-Total
6
Total Cost of the F'inancial Proposal

'
Indirect Local Tax Estimates
/i) {inserf fvne nf tax'e.o-- VAT or sales tax}
(ii){e.s.. income tax on non-residentexpertsi
(iii) {inserttwe of tax}
Total Estimatefor lndirect Local Tax:

o Should match the amount in Form FIN-I.


7 To be discussed and finalizd at the neeotiations if the Contract is awarded.

I - I II I I rII I I I I I I I I I I
I - I I I r rr r r r r r -r I r- rr r -
4-8

t
Fomr FIN-3 BREAKDowt'lor Rnuu*"*otroN
When used for Lump-Sum contract assignment,information to be provided in this Form shall only be used to demonstratethe basis
for the calculationof the Contract's ceiling amount; to calculateapplicabletaxes at contractnegotiations;and, if needed,to establish
payments to the Consultant for possibl" udditiorrul servicesrequestedby the Client. This Form shall not be used as a basis for
under Lu um contracts
Time Input in
Person/Month
(from TECH-6)
{Local
{Currency I- {Currency 2' {Currency 3- Currency- as
Time Input in as in FIN-2\ as in FIN-2| as in FIN-2|
in FIN-2]
Person/lVlonth
Position (as in TECII-6) (from TECH-6)

Sub-Total Costs

Sub-Total Costs
Total Costs: Key Experts flnternational and National

TOTAL COSTS:KEY AND NON-KEY EXPERTS

Form to addcolumnsto
In the caseof selectionsthat do not includecostas an evaluationfactor(i.e., QBS,cQs, andSSS),the Client mayusean expandedversionof this
requestsocialcharges,overhead,othercharges(suchaspremiumfor field assignments in difficult locations)andthemultiplier.
As identifiedin the SummarvandPersonnelEvaluationSheet'
4-3
coxsur,rlNr's REpnEsENTATIoNsRncanorNccosrs axo cruncns
(Exrannro FoRMro FrN-3- eBS, CeS, axn SSS)

@xrnnssnorx [rxsnnr NAMEoF cuRRENcy*l)


Personnel 1. 2 3 4 5 6 7 8
Bqsic
Remunerotion Awayfrom ProposedFixed ProposedFixed
Sociol Overhead
Nsme Position Rate per Subtotol Profit2 HomeOlfice Rateper Working
Chargesl
7 Rateper Working
Working Allowance Month/Doy/Hour Month/Day/Hour1
Month/Dqv/Year
Home Office

Client's Country

* If more than one cutrenq) is used,


we additional table(s), onefor eachcuwency
I. Expressedaspercentage of I

IIIIIIIIIIIIIIIIIII
I-r-r-r-r-r-----I - r- t tr'- r- r,r- - r-I
4-3

Sample Form

Consultant: Country:
Assignment: Date:

RegardingCostsand Charges
Consultant'sRepresentations

Weherebyconfirmthat:

(a) the basicfees indicated in the attachedtable are takenfrom thefirm's payroll records and reflect the current rates of the Experts
listed which havenot beenraised other than within the normal annualpay increosepolicy as applied to all the Consultant'sExperts;

(b) attachedqre true copiesof the latestpay slips of the Experts listed;

@ the away-from- homeffice allowancesindicatedbeloware thosethat the Consultanthasagreedto payfor this assignmentto the
Experts listed;

(d) thefactors listed in the attached table for social chargesand overheadqre basedon thefirm's averagecost experiencesfor the
latest threeyears as representedby thefirm'sfinancial statements;and

(e) saidfactorsfor overheadand social chargesdo not include any bonusesor other meansof profit-sharing.

[Name of CowultantJ

Signature of AuthorizedRepresentative Date

Name:
A'
+-J

Fonvr FIN-4 BnnnxnowN Or Ornnn ExrnNsns, Pnovrsroxlr, SunnsnNp CoxrrNGENcy


When used for Lump-Sum contract assignment,information to be provided in this Form shall only be used to demonstratethe basis
for calculation of the Contract ceiling amount, to calculate applicable taxes at contract negotiations and, if needed,to establish
payments to the Consultant for possible additional services requestedby the Client. This form shall not be used as a basis for
paymentsunder Lump-Sum contracts

Type ofExpenses, Provisional Sums and


Unit Currency Unit Price {Currency # 1- as {Currency # 2- as {Currency# 3- as {Local Cutency-
Contingency Quantity in FIN-2\ in FIN-2] in FIN-2| as in FIN-2]
Reimbursable Expenses
{e.g., Per diern allowances} {Dav}
{ e.g., Intern ationa I fligh ts} {RT}
{e.g., In/out airport transportation} Tripl
{ e.s.. Communication costs}
{ e.g., reproduction ofreports}
{e.g., Office rent}

Sub-Total: ReimbursableExpenses
Provisional Sums
Item I
Item 2

Sub-Total: Provisional Sums


Contingency
Total: Reimbursable Expenses* Provisional Sums + Continsency

* Provisional Sums and Contingency must be expressedin the currency indicated in the data sheet.

I I I I I -I I III}I I'I I'I..I I I I I I I


I
l 5-1

I
I Section 5. Eligibh Counties

I For the purpose of ITC6.1,


http
ttre list of current member countries is available at
asp
://www.adb.orgy'About/membershio.

I
\
In reference to ITC6.3.2o for the information of shortlistedConsultants,at the presenttime
firms, goodsand servicesfrom the following countriesare excludedfrom this selection:

I Under the ITC 6.3.2 (a): None

i Underthe ITC 6.3.2(b): None

l
I
I
l
I
i
I
I
I
I
I
,f
I
t
i 6-r

i
'l
section6. Bank Policy- corrupt and Frauduhnt practices
I ["Notes to the Client": this Section6 shall not be modified]

i ADB's anticorruption policy requires that borrowers (including beneficiaries of ADB-


financed activity), as well as consultantsunder ADB-financed contracts,observethe highest
standard of ethics during the selection process and in execution of such contracts. In

i pursuanceof this policy, in the contextof theseGuidelines,ADB

(a) defines,for the purposesof this provision, the terms set forth below as follows:

i (i) A "corrupt practice" is the offering, giving, receiving, or soliciting,


directly or indirectly, anything of value to influence improperly the

i (ii)
actions of another party;

A o'fraudulent practice" is any action or omission, including a

i misrepresentation,that knowingly or recklesslymisleads,or attemptsto


mislead, a party to obtain a financial or other benefit or to avoid an
obligation;

t l
(iii) A "coercive practice" is impairing or harming, or threateningto impair
or harm, directly or indirectly, any party or the property of the party to
influence improperly the actionsof a party;

I I
(iv) A o'collusivepractice" is an arrangementbetweentwo or more parties
designed to achieve an improper pu{pose, including influencing
improperly the actionsof anotherparty;
l (v) Abuse, this is theft, waste, or improper use of assetsrelated to ADB-

i
I (vi)
related activity, either committed intentionally or through reckless
disregard;

Conflict of interest,which is any situation in which aparty has interests

I
I
that could improperly influence a party's performanceof official duties
or responsibilities, contractual obligations, or compliance with
applicablelaws and regulations;

I (vii) "obstructivepractice" is a)deliberately destroying, falsifying,


altering or concealing of evidence material to the investigation or

i making false statementsto investigatorsin order to materially impedean


ADB investigation;b) making false statementsto investigatorsin order
to materially impede an ADB investigation;c) threatening,harassing,or

i
I
intimidating any party to prevent it from disclosing its knowledgi of
matters relevant to the investigationor from pursuing the investigation,
or d) materially impeding ADB's contractualrights of audit or accessto
information.
I Thesetermscollectivelyarecalled..integrityviolations.',

i
I
I
I
I
T
(b) will reject a proposal for an award if it determines that the consultant
recommendedfor the award has directly, or through an agent, engaged in
integrity violations in competingfor the contractin question;
I
(c) will cancelthe portion of the financing allocatedto a contractif it determines
at any time that representativesof the borrower of ADB financing engagedin
integrity violations during the consultantselectionprocessor the executionof
t
that contract,without the borrower having taken timely and appropriateaction
satisfactoryto ADB to remedythe situation; and I
(d) will sanction a firm or individual, at any time, in accordancewith ADB's
Anticomrption Policy and Integrity Principles and Guidelines (both as
amendedfrom time to time), including declaring ineligible, either indefinitely
I
or for a statedperiod of time, such consulting firm, individual or successor
from participation in ADB-financed or ADB-administered activities or to
benefit from an ADB-financed or ADB-administered contract, financially or
I
otherwise, if it at any time determinesthat the firm or individual has, directly
or through an agent, engaged in integrity violations or other prohibited
practices.
t
I
I
I
i
=

l
T
I
I
I
t
I
t
t
l 7-l

I
Section 7. Terms of Reference
I coNsuLTANCy SERVICES (DESIGN REVIEW AND CONSTRUCTION SUPERVISION)
FOR

I PAK: Central Asia Regional Economic Cooperation Corridor Development Investment


Program (T-I Projects)

I A.

1.
Background:

The Govemment of Pakistan (the Government) requested the Asian Development Bank
(ADB) to help finance the Central Asia Regional Economic Cooperation Corridor Development
I investmentProgram (the InvestmentProgram)under a Multitranche Financing Facility (The Facility).
The Government requested the first tanche to be disbursed to finance Tranche 1 of the Investment
program, which aims to improve the 208 km of road for the three sections i.e. (i) Dualization of

I Petaro-SehwanSection (t2g km); (ii) Dualization of Ratodero-ShikarpurSection (aa km); and (iii)
Rehabilitationof Dara Adam Khel-PeshawarSection(36 km). The CAREC road network corridor 5 &
6 will connect Pakistan up North to China and West through Afghanistan respectively. Asian

l DevelopmentBank lately designatedN-55 section between Peshawarto DG Khan as an important


CAREa Link other than Corridor 5 & 6. MoreoverN-55 from Peshawarto Hyderabadis 1,228km in
length. On the right bank of river lndus, it is the shortest north-south route between Peshawar and
Karachi. Govemment of Pakistan realizingits importance is already working on the improvement and
l dualization of this Road in various sections.The project will rehabilitate, reconstructand construct
additionalcarriagewayof the following in Tranche-l financing:

I Road Section
Petaro-SehwanSection(Dualization)
Length (km)
66

l Ratodero-ShikarpurSection(Dualization)
Dara Adam Khel-PeshawarSection(Rehabilitation)
44
36

I Total 146

The National Highway Authority (NHA) will be the Executing Agency and the Project
I
Z.
Implementation Unit (PIU) under (NHA) will be the Implementation Agency which will be
'(GM" (Employer's representative)as the head.NHA requires
establishedwith the General Manager
the servicesof Design Review and Construction SupervisionConsultantsto carry out design review,

l constructionsupervision & contract administration,implementation & monitoring of Environmental


Managementplans where required. ln undertaking the design review of the project, the consultant is to
take into account the procurement of the project's civil works will be proceeding in parallel with this

I consultantselectionprocess,with the objective that the consultant'sand the civil works contractscan
be sigrred at the same time. Accordingly, the consultant'sreview of the designs must reflect the
possible contractual impacts arising from recommending substantial changes to the designs, for
contracts that have already been procured. Where in the consultant's opinion such changes are
I essential,its recommendationsto the client must reflect the possible risks in terms of contractual
claims, delays,or other impacts.

I 3. Brief Description of Road Projects:


Brief description of the Tl project roadsunder is given below:

t
I
I
I
l T
T
Road Section Petaro-SehwanRoad Ratodero-Shikarpur Dara Adam Khel-

ConnectionPoints:
64+000) - Petaro- Aliabad Km
Road
Petaro (Start Point Km Ratodero (Start Point
334+000)
Peshawar Road
Peshawar (Km
1192+000;First bridge
t
- Khanote - Manjhand - Dakkan - Garhi
Lakha-Sann-Chhachhar - Kabalo - Karan -
Aamri
Yasin

Lakki Shah Shikarpur (End Point


location at Kohat Road,
i.5 Km away from
Ring Road, Peshawar)
I
Saddar Sehwan (End Km 378+200) - Badaber - Mattani -

Present Condition:
Point Km 130+384).

Fair to Poor
Dara Adam Khel (End
PointKm 1228+000)
t
Fair to Poor Fair to Poor
Functional since 1985
Existing 7.3 meter
carriageway (two Lane)
Functionalsince 1985
Existing 7.3 meter
carriageway (two
Functionalsince 1985
Existing 7.3 meter
dual-carriageway (dual
I
with 3.0 meter earthen
shoulderson both sides.
lanes) with 3.0 meter
earthen shoulders on
both sides.
lane on each direction)
with 2.0 meter outer
shoulder and 1.0 meter
I
Additional carriageway
shall be bituminous
road.
inner shoulder.
T
Proposed Proposed additional 7.3 Proposedadditional 7.3 HMA overlay has been
Improvement: meter carriageway (dual
carriageway) with 1.0
meter
(Dual
carriageway
Carriageway)
proposed.
New design of
I
meter inner teated with 1.0 meter inner shoulders has been
shoulder and 3.0 meter
outer earthenshoulder.
Additional carriageway
treated shoulder and
3.0 meter outer earthen
shoulder.
proposed.
I
Road
Classification:
shall be bituminousroad.
National Highway I
Right of Way: 16.50+ 16.50= 33meters 16.50 16.50
meters
33 L2.5+ 12.5:25 meters
(MinimumVariable) t
Alignment: Plain Plain Plain

Geo-graphical
Features:
Terrain: Level to Rolling Geo-graphical Terrain: Level to
I
Features: Rolling
Terrain:
Rolling
Level to
I
Climate: Hot. The annual maximum
temperature is higher than
45'C. The annualminimum
Climate: Hot. The
maximum temperature
generally goes up to
Hot to Cold. The
maximum temperature
remains below 40"C.
I
temperaturessometimesup
to l5oC.
50"C. The minimum
temperatures always
remainabove15oC.
The minimum
temperatures generally
remain below 0oC.
I
Benefits: The beneficiaries of the The beneficiariesof the The beneficiariesof the
project will be communities proiect will be proiect will be
I
I
I
I
t
l
I Road Section Petaro-SehwanRoad
Ratodero-Shikarpur
Road
Dara Adam Khel-
Peshawar Road

I served by the project road,


although not necessarily
travelling on the new road,
communities served by
the
although
project road,
not
communities served by
the
although
project road,
not

I will benefit indirectly from


the improved, lower cost
and faster transport services
necessarily travelling
on the new road, will
benefit indirectly from
necessarily travelling
on the new road, will
benefit indirectly from

I and
improved
thereby
access
obtain

economic opportunitiesand
to
the improved, lower
cost and faster
transport services and
the improved, lower
cost and faster
transport services and
obtain
l social services. thereby obtain thereby
Government and non- improved access to improved access to
government agenciesusing economic opportunities economic opporhrnities
the project road will and social services. and social services.

I improve their services


delivery due to improved
transportefficiency.
Government and non-
government agencies
using the project road
Govemment and non-
government agencies
using the project road

i Enhancement of socio-
economic activity of the
hi ghway traversed districts.
will improve their
servicesdelivery due to
improved transport
will improve their
servicesdelivery due to
improved transport

I efficiency.
Enhancementof socio-
economic activity of
the highway traversed
efficiency.
Enhancementof socio-
economic activity of
the highway traversed

I 4.
districts. districts.

The consultancyserviceswould be required for a period of 39 months including the defects

T notification period, which will be 12 months. Total input of 67 person-months lntemational and
345.5 person-months national consultantswould be required for the assignment.

t 5. The Consultantswill perform the duties of the Engineer specified in the FIDIC conditions of
contractand will be required to nominateResidentEngineersfor the contract(s)that will be a full-time
residentin the areasor located in the proximity of project areas.In addition to the primary role, the

I Consultantswill assist the Employer in the efficient administration and implementation of the sub-
projects, support and strengthenit in its tasks, monitor progress, financial management,social and
environmental safeguardsand gender mainsfreaming in the project. The Consultants will report to the
General Manager (GM) appointedby NHA. The Consultantswill work under the overall guidance,

l coordinationand directions of the GM.

B. Objective

I 6. The overall objectivesof theseTerms of Referenceare to:

l (i) Ensure that the detailed engineeringdesign is reviewed, and updatedif required, in
accordancewith the specified parameters/ standardsand best internationalpractices
prior to implementationof civil works confacts.

I (ii) Ensure that high quality construction is achieved in time within budget and that all
work is carried out in full compliance with the approved engineering designs,

I
.f
I
t
I
technical specifications,agreedwork schedule,and within the terms and conditions of
all other contractdocumentsand soundengineeringpractices;
I
(iii) Demonstratethe efficacy of contract administration and supervisionby independent
externalagencies;
t
(iv) Ensure safeguards management for tranche-r project i.e. updating, and
implementation of the LARPs, and incorporating EMPs in the works contracts.
I
preparationand implementationof site-specificEMPs which are fully consistentwith
the ADB's safeguardsrequirements.Monitor and evaluatethe implementation of
environmental management plan, resettlement plan and other sbcial safeguard
measuresto be takenby the contractorand Employer.
t
(v) Promote technology hansfer and the introduction of modem Contract Administration
practiceswithin NHA.
t
c. Scopeof Consultancy Services: I
7. GeneralDuties and Responsibilitiesof the Consultants.

(vi) Review (if required) Bid documentsfor the project and assistNHA in prequalification
of contractors, if required, evaluation of bids received and award of civil works
I
(viD
contracts;

The Consultantswill carry out a critical review of the detailed engineering design
t
prior to the commencementof works to identify anomalies or omissions that
constitutesinconsistencyin the designand completenessof works. This designreview
should be completedin three (3) months' time and the design review report will be
I
submitted within three (3) months. The design report should clearly indicate if any
section of the road requires adjustment in the horizontal and vertical alignment,
changesto the structuresand identify the LARP and non LARP areas.On completion
t
of the review, the consultant will prepare a rcport, setting out all findings and
recommendationsfor correctingany defectsor omissionsidentified. Notwithstanding
these,the Consultantwill immediatelyinform the employer of any defect or omission
that may have a substantialimpact on the Project at the time the defect or omission is
t
(viii)
uncovered.

Civil works will be carried out based on the FIDIC Conditions of Contract for
t
Construction,MDB HarmonizedEdition - June 2010. The consultantwill administer
the civil work's contracts, make engineering decisions, be responsiblefor quality
assurance,provide generalguidanceand furnish timely responsesto the contractorsin
T
all matters relating to the civil works, and ensure that all clauses of the contract
agreementbetween the civil works contractors and PIU are adheredto and respected.

(ix) The consultantswill advisePIU on all mattersrelating to the efficient and successful
execution of the civil works contracts,and will act at all times to protect the interests
of the project and will take all reasonablesteps to keep the construction costs to a
minimum, consistentwith soundeconomicand engineeringpractices;and will pre,pare
t
a "Contract Administration and ConstructionSupervisionManual" outlining routines
and standard operating procedures to be applied in contract administration and
constructionsupervision,basedon soundinternationallyrecognizedpractice.
I
I
I
I
I
I
I 8. Design Review: The Consultantwill review and validate on ground, the detailed engineering

l design including the design reports, design calculations and design drawings. Thereafter the Design
Review Consultantswill bear the professionalliability for the accuracy of the design, which will be
coveredunder this contract.The designreview shall include but not be limited to the following tasks;

I (i) Review & ensurethat the designmeetsall the standardsand parametersspecified


in theseToR for supervisionconsultants,NHA specificationsand best

I international practices.The designcriteria used are :

I Description
GeometricDesisr
PavementDesipn
A policv
Codes
on Geomefic Design of Hiphwavs and Streets201I AASHTO
Structures1993
AASHTO zuidefor Desisnof Pavement

I Highway SafetyDesign Manual of Uniform Traffic Control Devices, Highway SafetyWing,


Ministrv of Communication.Governmentof Pakistan.
DesigrrStandardsfor Bridges and CrossDrainageStructures:
-AASHTO LRFD (Latest Edition- 2012

i -PakistanHighway Code of Practicefor Bridges 1967


-UBC/IBC 2007: For Seismic zonins

i (ii) Review and ensurethat the geometricalignment particularly the horizontal curve and
vertical profile of National Highways as well as service roads, meets the minimum
specified criteria.

i (iii) Review and ensure that a cost effective embankment height, has been adopted
throughout the alignment, basedon the required capacify of soil, depth of water table

i (iv)
and drainage pattern ofthe surrounding area.

Review and ensurethat the pavementis most efficient and cost effective; design has

i been carried out on the basis of traffic studiesconductedby the Design Consultants,
characteristics of the proposed pavement materials, the calculated axle loading
(ESALs) and prescribeddesignlife.

i (") Review and ensure that the design parameters,calculation, location and layout of
hydraulic and other traffic engineering structures to include bridges, flyovers,
underpasses and culverts, on the basis of hydrology report, geotechnical

I investigations, soil analysis, drainagepattem, and site conditions, ensuring that safe
and cost effective designsare adopted.

I (vi) Review and ensurethat the designof road side drainageand cross drainagestructures
has been carried out as per the site requirement and flow patterns/calculationsof
runoff.

I (vii) Review and ensurethat the design,lay out and requirementof retaining walls, breast
walls, other retaining structures,and slope stability/ slide control measuresare as per
the geotechnicalrequirementand site conditions.

I
I
,f
I
I
T
(viit Review and ensure that the requirement for U furns, underpasses,overhead bridges,
Enttyl Exits, Servicelanes,and all other highway related works have beenincluded in
I
(ix)
the design.

Review existing soil reports provided by the Employer and suggestany additional
t
testing, if required;

(x) Carry out the Highway SafetyAudit as per internationalstandardsafter a detailedsite


I
visit. Consultants will ensure that all safety measures are taken without any
compromisein the design and recommendimprovement/missingsafety measures,if
any before execution of the road; Verify a highway safety audit to ensure that all
traffic signs,pavementmarking, and pavementstudshave beenprovided in the design
I
as per the requirement. Check proposed work zone safety requirements are in
accordancewith bestintemationalpractices; I
(xi) Based on the finding of Environment Impact Assessment (EIA), review the
environment study report. Ensure that adequate measures are incorporated in the
design to mitigate the adverseimpact including those likely to be encounteredduring
t
construction and recommendany improvement;

(xii) Based on design review, i) prepare social due diligence reports confirming project
I
road sections with and without LAR impacts, including clearly marking LAR and
non-LAR sectionsin the field and reflected in a linear plan and timelines for updating
of LARPs ii) and update the LARPs based on horizontal and vertical alignment
adjustments proposed/incorporated (if any) in design. Assist PIU in a) establishinga
I
LAR database,b) planning and implementation of public consultationsduring design
review and c) operationalizing Grievance Redress Mechanism (GRM) with
complaintsrecording,tracking, monitoring and community outreachsystems.
t
9. Contract Administration & Construction Supervision. The scope of construction
supervisionand contract administrationservicesof the Consultantshall include but will not be limited
I
to the following tasks:

1) prepare the Pre-Constructionmeeting agenda, and conduct the Pre-construction I


meeting,record and distributethe minutes;

2) appoint various members of the Engineer's construction supervision team as the


I
Engineer's Assistants(ResidentEngineers.Material Engineers,Inspectors,etc) and
notiff the Contractor and the Employer, and approve the Contractor's
Representative; I
3) verify whether the Performance Security complies with the form provided in the
Contract,whetherit is in the correct amount and currencies,and notify the Employer
accordingly;
I
4) advise the Employer whether to accept the Performance Security; I
s) if the Contractordoesnot submit the PerformanceSecurity on time, notify and advise
the Employer of the appropriatecontractualremedies;
I
t
I
I
I
ll
t 6) request the Contractor to increase the amormt of the Performance Security if the
Contract Price increasesand monitor the validity of the PerformanceSecurity until

t 7)
the issueof the PerformanceCertificate;

verify whether the bank guatanteefor advancepayment is in the form specified undel

t the Conhact and in the amount and currencies stated in the Particular Conditions of
the Contract;

verify whether the bank guarantee for advance payment conforms to the Contract
I 8)
requirements and that the guarantee is valid until the entire advance payment is
recoveredfrom the Contractor'scertificates;

t e) interpret the specific provisions of the Contractrelatedto the Employer's obligationlo


givi possession of the Site, and the Contractor's Work Program, assess the
iontractual consequencesof any specific land acquisition issue and advise the
I Employer on the appropriatemitigation measures;

l0) obtain the Parties' confirmation that all conditions in Sub-Clause8.1 of the Conditions
I of Contract are fulfilled;

I 1 1 ) issue instruction to the Contractor to commence the works and record the Parties
agreementaccordingto Sub-Clause8.1 of the Conditions of Contract;

I 12) verify whether the form and substanceof the evidenceof the Contractor's insurances
is satisfactory whether insurance premiums have been paid and the required
insurances are effective on the datesrequired by the Contract;

I 1 3 ) veriff that the terms of the Contractor's insurance policies fully comply with the
requirementsof the Contractincluding:

I a. whether both the Employer and the Contractorare adequatelycoveredas insured


Principals;
b. amounts insured and currenciesof payment, validity of the insurancepolicies,

I special conditions;
c. limits of insuranceper event and in aggrcgate,deductibles,excess,conditions
related to locations:
d. whether and which subcontractorsare covered by the insurances,and whether

l additional insurances will be required if the Contractor engages new


subcontractors.

.l r4) monitor whether the Contractor maintains adequate insurance in the course of
performanceof the Contract,particularly if the Contractor provides insurancesfor a
fixed period which is shorter than the period required under the Contract;

l t 5 ) advise the Employer on the appropriateaction and contractualremediesin casethat


the Contractor does not perform its insurance obligations in accordance with

t Contract:

t
t
I
I
I
16) without relieving the Contractorsof their obligations under the Contract, review and I
approvethe traffic managementand safetyplan, and ensurecompliancesuch that the
Works are carried out at all times in a safe and securemanner and damageor injury
I
to personsorpropertyis avoided; t

17) obtain the bench marks and other information from the NHA Design Section as
- I
required for commencementof constructionactivities;
t
18) ensure that the Contractors have all necessary data for setting out and check the
I
Contractors setting out including staking the right-of-way limits, centerline, and
gradeand confirm permanentmonumentsin the constructionarea; t

19) ensure that all land and all rights-of-way required for the Project and all project
facilities are made available to the Works contractor in accordancewith the
schedule agreed under the related Works contract and all land acquisition and
I
resettlement activities are implemented in compliance with (a) ail applicable
laws and regulations of the Borrower relating to land acquisiiion and
involuntary resettlement;(b) the Involuntary ResettlementSafeguards;and (c)
I
all measures and requirements set forth in the LARP, and any corrective or
preventativeactions plan set forth in a SafeguardsMonitoring Report;
I
20) Assist the PIU in notifying the contractors on LAR and non-LAR sections and
ensuring that works are conducted only in LAR-free areas and areas where
LARP implementationhas been completed; I
2I) Submit semi-annual reports during construction and annual reports thereafter with
separateenvironmental and social SafeguardsMonitoring Reports to ADB, and
disclose relevant information from such reports to affected people promptly upon
I
submission:
22) If any unanticipated environmental and/or social risks and impacts arise during
construction,implementationor operation of the Project that were not consideredin
I
the EIA, the CEIA, the EMP, the SSEMP or the LARP, promptly inform ADB of the
occulrence of such risks or impacts, with detailed description of the event and
proposedcorrectiveaction plan; I
23) Report any actual or potential breach of compliance with the measures and
requirements set forth in the EMP, the ssEMP or the LARP promptly after
becoming aware of the breach.provide NHA with a written notice of any
I
unanticipatedenvironmental,or resettlementor indigenouspeoplesrisks or impacts
that arise during construction,implementationor operationof the Project that were
not consideredin the EIA, the CEIA, the EMP, the SSEMPor the LARP;
I
24) Carry out the following duties related to environmental managementwith particular
reference to the technical requirements of sound environmental standards on the
I
basis of the EnvironmentalAssessmentand Review Framework (EARF), the Initial
Environmental Examinations (IEEs), and the Environmental Management Plans
during construction:(i) review and endorsesite specific EnvironmentalManagement
Plans (EMPs) for the projects sections,preparedby the Contractors;(ii) ensurethat
t
all the environmental mitigation measures required to be implemented are
incorporated into the contract documents;(iii) ensurethat the Contractorscomply
with the measuresand requirementsrelevant to the contractorsset forth in each IEE
I
I
I
t
I
i
I and EMP, and any corective or preventative actions set out in Environment
Monitoring Reports; (iv) conduct environmental monitoring and ensurethat the day-

I to-day construction activities are carried out in an environmentally sound and


sustainable manner; (v) prepare and submit semi-annual environmental monitoring
reports on the implementation of the
'Environmental managementPlan (EMP) to

I PIU within 14 days after a completion of the monitoring period; (vi) Prepare
additional environmentalimpact assessments, if required, compliant with ADB SPS,
2009 and ensurethat all required mitigation measuresare identified and acceptable;

I (vii) in the event of unanticipatedenvironmental and/orsocial risks and impacts,that


were not consideredin the applicable IEE, or EMP, promptly inform PIU and ADB
of the occurrenceof suchrisks or impacts, with detailed descriptionof the event and
proposedcorrective action plan; (viii) report to ADB/PIU of any actual or potential

I breach of compliance with the measuresand requirements set forth in the applicable
EMP promptly after becomingaware of the breach;

I 2s) with respect to the prevention of HIV/AIDs and Human Trafficking, monitor that the
contractors comply and carry out required actions as provided in the respective
contract documents, such as awarenessand education of laborers and workers;

I 26) ensure that the contractors do not involve child labor for the execution of the civil
works contractsin accordancewith the provisions of the contract agteement;

I 27) without relieving the Contractors of their obligations under the Contract, check and
approve the contractors' Working Drawings, Method Statementsand Temporary
Works proposals;

I 28) review the Contractor's Work Program and notify the Contractor if the program does
not comply with the Contract;

I 2e) monitor the progress against the Work Program and the cash flow estimate and
requestrevisions,if required;

i 30) report in the Consultant'sMonthly Report the work progressagainstthe Contractor's


Work Programand the cashflow estimate;

I
I
3 1 ) verify whether the progresschartsin the Contractor's Monthly ProgressReport reflect
the actual progressand correspondto the latest revision of the Work Program and
the cashflow estimate,and instruct the Contractorto correct the report, if required;

I 32) if required, determinethe Contractor's entitlementsto time extensionson the basis of


the Contractor's Work Program;

I 33) determine the Employer's entitlement to Delay Damages on the basis of the Work
Program and advise the Employer of the relevant contractual remedies if the
Contractor's progressis behind schedule;

l 34) verify the Contractor's Monthly ProgressReports and notify the Contractor of any
incorrect or inconsistentinformation;

I 3s) conduct regular weekly site meetings and monthly progressreview meetings,record
and distribute the minutes;

i
I
i
I
I
36) perform quantity take-offsfrom drawingsto verify Boe quantities;
I
37) issue regular notices to the Contractorsof intended field measurements,measurethe
Works, compute the quantities for payrnent, and determine the amounts due to the
I
Contractorwithin the period specifiedin the Contract;

38) carry out any subsequentdesign changes, and expeditiously issue supplementary
drawings, site instructions,variation ordersand day work ordersto avoid delay to the
t
works and to ensurethat the works are executedin accordancewith contract:

39) establish and maintain throughout the works contracts a structured system of
t
measurementrecords,supportingdocumentsand calculationsfor the payment of all
I
BoQ items, that is transparentfor auditing purposes; I

40) provide all necessaryassistanceto the Employer and external auditorsfor conducting
regular quarterly audits of the measurement records, supporting documents ani
calculationsfor the paymentof all BoQ items;
I
4L) verifi the sourcesof indices or prices for price adjustment,determine a provisional
value of an index/referenceprice until it is published, but, if the index is not
publishedin certainperiod(s),apply the last availablepublishedvalue;
I
42) establishwith the Contractora standardformat for the Contractor's Statementand the
Interim Paym.entCertificates;
I
43) issuethe interim certificatesto PIU for paymentto the Contractorsin accordancewith
Clause 14 of the Conditions of Contract,having regardto any confractualprovisions
t
for advancepa)ment, variation of price, and exchangerate fluctuatiott eic. Certify
the completion of the ActivitiesiWorks or parts thereof and processfinal paymentsto
the Contractors;
T
44) prepare and maintain the Estimatesof Cost of Works to Completion continuously,
update the Estimatesafter each Variation instruction or a Variation Order issue and
after each IPC, and presentthe latest Estimate in the Consultant'sMonthly Progress
i
Reports;

4s) initiate and processvariations promptly, when it is necessaryfor the construction of


I
I
the works;

46) requestthe Contractor'stechnical and cost proposal,as required,consult both parties


in all mattersin connectionto variation work;

47) value variations, obtain the Employer's approval of any variation, issue variations
under the Contract,keep record ofall variationsissuedunder the Contract and report
the summaryof the variationsin the Consultant'sMonthly ProgressReports;

48) dischargefully the Engineer's obligations with respectto approval of materials and
I
workmanship, approval and auditing of the contractor's Quality AssuranceSystem
and the QA Personneland the compliancetestingby the Engineer; I
I
I
I
I
I
I 49) inspect quarriesand borrow pits, and crushingplants, and order testsof materials and
ensureadherenceto specifications,and approvethe sourcesof materials;

I 50) without relieving the Contractorsof their obligations under the Contract, monitor the
Contractors' laboratory testing, evaluate the Portland cement concrete and

I bituminous mixture designs prepared by the Contractors, and recommend


improvements (if any) to ensure the desired performance, and accord approval
thereof;

I 51) cany out independent testing in the field and/or in the laboratory of the
"Engineer/ProjectManager" , and approve or disapproveand certify the works that
conform with the specificationsand maintain permanentrecords of results of all the

I testsmade;

52) give notice to Contractorsof any defects and deficiencies,and issue instructions for

I the removal and substitution of the improper works, where provided under the
conffact. If required, order suspensionof the work(s) and/or recommendto PIU other
recourse available under the Contract:

I 53) when the works are completedin accordancewith the Contract, issue a Taking Over
Certificate to the contractor(s);

I 54) undertakean inspectionof the works at the completion of the respectiveroad sections,
and certify the contractor(s)'final accounts;

I 55) obtain the Employer's specific approvalbefore taking any action for determinationof
extensionof time, additional costsand the Contractor's claims for additional time or
costs,for all eventsfor which the Employer's expressapproval is required under the

i Conditions of Contract;

56) assessobjectively the Contractor's claims and give professionaland objective advise

I to the Employer, consult both partiesbefore determiningan extensionof time;

57) determine Contractor's claims on the basis of the Contractor's Work Program, the
impact of the delay(s) event on the Critical Path and the particulars submitted by the

i Contractor,and not to act asthe Contractor'sadvisor in this matter;

58) preparestandardDaily Diary forms and ensurethat all supervisionstaff maintain daily

I diaries of Contractor'sand its own activities;

59) Assessminimum constructionequipment,plant and machinery requirements,by type

I and specification, and monitor, keep and regularly update a list of the Contractors'
equipment, plant and machinery in order to keep a check on the Contractors'
mobilization. Inspect and evaluate the Contractor's establishmentsincluding in
particular the laboratory facilities to ensure compliance with the terms and

i conditions of the Contract Agreement;

60) maintain an Events Log starting at beginning of Contract;

I
I
I
t
I
I
61) assist the parties establishDispute Board, provide all necessaryinformation to DB
members and attempt to facilitate amicable settlement of the dispute between the
I
Employer and the Conhactor;

62) establishand maintain an effective documentsmanagementsystemin the Engineer's


t
office, which provides for separatefiling of incoming and outgoing correspondence
and documents,as well as the filing by subjectmatter; I
63) carry out detailed igspections of the works during the Defects Notification Period and
preparedetailedinspectionand recommendationreports for the Employer after each
inspection; t
64) ensurethat the contractor(s)provide a safe workplace for their workforce, supervisory
personneland for membersof the public requiring accessthrough the sites in fulI
conformity with Health and Safetyregulations;
I
6s) ensurethat the contractor(s)comply fully with contractualobligationsrelating to care
of the environment(both specifiedand legislated)and provide all reports and obtain
I
all permits and permissionsrequired in relation to spoil areas,borrow areasquarries
and the like;
t
66) keep and maintain daily records of labor, equipment and weather conditions on the
site along with records of activity, progress and other events happening on the site
and having relevanceto the works; I
67) Ensure the receipt of and maintain as pennanent records of all warranties required
under terms and conditionsof the Contract Agreement for materialsincluding their
sourceand equipmentacceptedand incorporatedin the project;
I
68) undertake project performance monitoring and evaluation in accordancewith the
Project Framework and ADB's Project Performance Management System (PPMS)
I
Handbook including the baselinedata strrvey and the following annual survey and
reporting up to project completion;

6e) advise PIU on need for effective liaison with local authorities,police, landowners,
i
,_
utility owners, complainants,the public and other organizationsaffected by the
Works in order to minimize or avoid unnecessarydelays or disputes; I
70) maintain consolidatedproject accountsand assistNHA for settlementof Audit Para's
and objections raised, prepare replies related to project, and provide the entire
relevant documents/papers/lettersetc. to support the replies-until 1 year after
I
completion of works. The cost to be incurred may be built in the rates;

7r) develop training programs for EA staff and develop on the job training on innovative
I
consfuction methods,project managementand value engineering;
'72)
based on the design data provided, prepare revised PC-l for the project including
economicanalysisand EnvironmentalImpact Assessment(EIA) on Performaof PC-
T
I prescribedby PlanningCommission;
I
I
I
T
I
It
il 73) provide any other specialist services requested by PIU under conditions
proposed
to be
by the
mutually agreed to ensure that the construction methods as

ll u"to, ior carrying out the works are satisfactory, inspection


construction equipment; and safety of the works, property, personnel,
"ont
of contractor's
and general
public; the scheduleof mitigation measuresfor adverseenvironmentalimpacts;

1l 74) TheConsultantswill be responsiblefor the audit report, observation


necessaryreplies, report, and presentationto defend the
and will make the
department interest;
to the performanceof

rl D.
75) For any laps in quality, quantity, or financia^lirregularity related
theServices,theConsultantswillindemnifytheClient'

Team Composition and Qualification Requirements

il 10. 67 persons-monthslnternational and 345.5 person-monthsNational


construction supervision consultants are required to review the designs
of design review and
and assist in construction
compliance and
supervision / contract administration, financial management, safegUard

I implementationof the above mentioned projects. The consultalcy services


p"i"J
three ,.site
"i:q supervisionteams'f for three contractpackages.The staffs for each
would be required for a
months including the defectsniification period, which will be 12 months.
package
There will be
are expectedto

t mobilize on the date of actual commencement oi works by the contractors.


Team Leaderof the Consultantsis expectedto be full time during construction
project Site at least two months in advanceof the commencement of the
Consulting
Construction

works
Supervision
and be mobilized to the
in order to assistPIU
Services will be engaged
with activities leading up to mobilization of the Contractors.
I using Full Technical proposal (FTP) proceduresbased on quality
(20
method following ADB's Guid"iin"r- on the Use of Consultants I 3,
and
as
cost-based
amended
selection
from
invitation
time
(QCBS)
to
documents
time)'
and
itre provision, 6f ADB's Anticomrption Policy will be included in all
I contractsfor consultants.The tentativeteam compositionis as below:

(r) Experts flnternational and National)

I SA{o
,
Positions
Input (Person
.Months)
A. Inteinafional Experts
I Kev Exoerts

I
Team Leader / Chief Resident Engineer (Expert I 27

I Civil Engineer)
2 SeniorPavementDesign Engineer I
I
a
J

5
) Senior Bridge/Structure Engineer

I 4 Senior Soils and Materials Engineer


5 SeniorHydrologist
I
I
3.5
J

I 6 SeniorContract Specialist
SeniorGeotechnicalEngineer
I
I
8
6.5

I 8 SeniorGeometric Design Engineer


9 SeniorEnvironmental SPecialist
I J

I 1 0 Road Safetv Auditor


Sub-Total
I

l0
4
67

I
t
I
I
I
SA{o Expertise Positions Input @crson
I
Months)
B.
Key Experts
National Experts
I
-
I
Deputy Team Leader/
Senior ResidentEngineer
2 ResidentEngineer a
39 t
75
t
J
a
AssistantResidentEngineer(ARE)
J
J 54
4 Bridge/Structure
Engineer 24.5
5 SgiVMaterialEngineer
54
I
J

6 Environmental Specialist 1 26
7 Procurement/ C ontract Specialist I 36
Non Kev Lxperts
8 GeometricDesign
9
Fngineer
Pavement Design Engineer
I J
I
I

t
4
l 0 Hydrologist I J
llSocial Development/4esettlementSpecialist I 10
T2 Road Safety Specialist
I 3 GeotechnicalEngineer
Sub-Total
I
I 10 I
2l 345.5

(ii) Support Staff (Technical) I


sN.
1
Title
Chief Quantity Surveyor[0] positionJ
Fryfe$lional
Experience
Estimated
person-months t
10 Years 39
2

4
Chief Surveyor[03 Positions]
Quantity Surveyors[3 Positionsl
10Years
10Years
24
63
I
Surveyors[06 Positions] 5 Years r20
5
6
Road Inspector[07 Positionsl
StructureInspector[07 Positions]
5 Years
5 Years
r32
96
I
IVlatqqalInspector[07 Positionsl 5 Years 132
8
9
Lab. Technician[14 Positions]
ComputerOperator(04Nos)
5 Years
5 Years
264
90
I
l0
1l
t2
AutoCADOperator(01No)
Administration Assistant(04 Nos)
TraingeEngineer(06 Nos)
5 Years
5 Years
I2
81
'l
90
13 Project Coordinator(01 No)

Note. are to be the Key Experts only.


tbtalr
l0 Years 18
1.161 I
I
I
I
I
il
ll
1l
ll INTERNATIONAL EXPERTS

1. Title: Chief ResidentEngineer / Team Leader

il Experience:
15 yearsinternational experienceas Expert Civil Engineer in the relevant field and 10 years as
Team

I Leader/ Chief ResidentEngineeron major

Qualification:
road projects

B]achelor's degree in Civil Engineering - preferably Masters in Civil Engineering / Highway


I Engineering /lransportation Engineering / Construction Management / Project Management or
equivalent.

T Responsibilities:
Orr"tutt responsibility for the organization,conductand delivery of consultancyservicesand reporting
to NHA. Tire CRE (Team Leader) will head the Consultants'team and will work directly to manage

I the project and will maintain liaison with NHA.

Responsibilitiesof the CRE / Team Leader will include, but are not limited to the following:

I o
o
Assist the PIU in Project implernentation. r
Assume fulI responsibility for the consulting team and performance of services under the
consultancyconftact.
I o Ensure that the consulting team undertakes comprehensive review of the designs and
specificationswhich were preparedby the desigrrconsultant.
o Ensure that the consulting team undertakes comprehensive construction supervision and contract

I o
administrationof the inescapablecivil works.
Oversee the consultants activities ensuring compliance to details provided in the construction
drawingsand strict adherenceto constructionspecifications.

t o

o
Oversee and supervise construction of works in accordance with details provided in the
constructiondrawings ensuringstrict adherenceto constructionspecifications.
Ensure preparation of detailed and quantitative progress reports to support the contractor's

I .
requestsfor progresspayments.
Keep the Employer informed of technical issues and progress of all works both by informal and
formal meetings and correspondenceand assist in any project issue which the Employer may

I o
require.
Participate in the Dispute Board meetings to explain and discuss issues raised by the
Contractor/Employer or dispute board.
o Ensure implementation of environment and social safeguardsrequirements.
I o Assist the Employer in preparing responsesto audit objections and queries of the financiers or
other Government Authorities.
o Coordinatewith all concernedEmployer's organizationson project issues.
I o At the end of the construction activities, guide and ensure that the team preparesa comprehensive
ConstructionCompletion Report inclusive of "as-built drawings" as appropriate

I 2. Title:

Experience:
Senior Pavement Design Engineer

rl
I
I
I
15 years of international relevant professional experience
ydars desira6le, in major road construction works with
of which 6 yearspreferably, and,12
I
a focus on pavement engineering and
materialstesting. Relevantexperienceshould include: (i) supervising
with material specifications and testing; (ii) providing input'to the
materials; (iii) engineering design of flexible .{sphaltic
the contractoris compliance
d-esignteam to .our"" suitable
concrete (AC) pavements, (iv)
I
coordinating and supervising the work of field teams in supervising
and
accordance with contract conditions including acceptance standards ""rtiryirri "onstruction
source supply, establishingQA&QC procedures,setting up laboratories,
in
of -ui"ri"uls, approval of
mix designsand testing
t
procedures;(v) fluency in English; and (vi) regional explrience

Qualification:
Bachelor's degree in Civil Engineering - preferably Masters in
in central Asia
I
Civil Engineering / Highway
Engineering/ TransportationEngineeringor equivalent

Responsibilities:
I
le/she
will be responsiblefor checking the pavement design and providing
design review of pavementworks including proposedmaterial specification,
and concretemix desisns:
comments. Lead the
ind ,orrr""s and asphalt I
3. Title: Senior Bridge / Structure Engineer T
Experience:
12 years international relevant professional experience of which 6 years preferably
desirable' in structure bldse engineeringon major road projects. He shall
{
and 9 years
demonstiatea working
knowledge in: (i) the design and construction of bridges und-otho structuresfor
I
road proiects;
various structural designs and documentationsincluding the design of all requirJ-earttwori.,1ii)
retaining walls, drainage and any other required structures; and (iiij supervising
the work of field
teams in monitoring progress, assessingquality, and certifying construction in accordance
I
with
contractconditions.

Qualification:
I
Bachelor's degree in Civil Engineering - preferably Masters in Civil Engineering
Engineeringor equivalent
/ Bridge
I
Responsibilities: The Senior Bridge/StructureEngineer will be responsiblefor desigrrreview.
He/she
will assistthe Team during constructionsupervisibnof the project;s bridges and stirctures and
in ensuring that the Project is implemented in accordance with the iequired specifications
assist
approveddrawings. He/Shewill set up supervisionsystems,and train the consultant'snational staff
and
I
in
their use.
I
4. Title:

Experience:
Senior Soil / Material Engineer
I
12 years international relevant professional experience of which 6 years preferably and 9 years
desirable,as Material Engineer on major road projects, preferably two years' experigpgrojtasphalt
concretepix design in countrieshaving similar climate conditi6nbnd/or truck ou"i loffig probiems
like Pakistan
I
I
I
t
I
I
I Bachelor's degreein Civil engineering preferably Masters in Geo-TechnicalEngineering / Highway
Engineering/ Geology I Material Engineering/ PavementEngineering.

I Responsibilities:
Senior Soil/tr4aterial Engineer will assist the Team drning the design review and construction

i supervision of the Road, Bridges and structures and assist in ensuring that the subject project is
implemented in accordance with the required specification and approved drawings. The Senior
Soil/Material Engineer will set up quality control systems,testing procedures,preparation of JMF,

I train the national staffand ensurethat the systemis in place.

l
5. Title: Senior Ilydrologist

Experience:
12 years international relevant professional experience of which 6 years preferably and 9 years

I desirable,in hydrological designof roads and bridges.Minimum worked on 3 designprojects.

Qualification:

l Bachelor'sdegreein Civil Engineering-preferablyMastersin Hydrology or equivalent

Responsibilities:

I Senior Hydrologist will perform their duties under the guidance of the Team Leader. Work in the
survey and design team and will be responsiblefor collecting and assessingthe hydrological data,
frnalizing the design discharges for the required drainages, cross drainages, sub surface drainages.
Provide assistanceto the design team in designing the appropriate and cost effective design of

I drainage structures. Senior Hydrologist shall collect relevant field data and estimate the design
for various drainages structure for the design purpose.

I itle:

Experience:
Senior Contract Specialist

l 15 years' international relevant professional experienceof which 6 years preferably and 12 years
desirable,as Conffact Specialist on major road projectsbasedon FIDIC form / conditions of contract,
Experience and knowledge of ADB's procurement procedures is essential. Proven credentials in

I
contract administration, evaluating contractor's claims and dispute resolution, preferable
experience/trackrecord ofan arbitrator, mediator,adjudicatorand/or disputeresolution adviser

Qualification:

I Bachelor's degreewith a major in Civil Engineering,Law, Contracts,Purchasing,or Management-


preferablyM.Sc. in Civil Engineering,Law, or Contracts/ Procurement,or equivalent

I Responsibilities:
Responsiblefor assistancein contract administration of works contracts, taking timely contractual
actionsrelatedto cost, time and quality controls and closureof the contracts,and in caseof dispute its

I referral to the adjudicationand arbitration in caseofdispute.

He/she will be responsible for assisting the EA and Team Leader in all the activities pertaining to
contract management,early warning of key contractual actions, schedule and document contract

I managementmeetingsand evaluating/resolvingcontractor'sclaims and contractualdisputes.

Responsibilitiesof the Senior Contract Specialistwill include, but are not limited to the following:

I
I
I
T
I
Assist Employer and TL in coordinating contract managementand planning activities for the
work packagewith Engineering,ProjectControls and Construction;
I
a
a
Assist to organizemeetingsfor negotiatingand resolving technical and contractcompletion issues;
Assist Employer and TL in effect the timely distribution of reportsand pertinent commercial
information to and from Contractorsin accordancewith agreedschedule;
t
a

o
Assist in scheduleturnovermeetingswith Site Personnel,where required;
Assist to check timesheetsfor contractconformance(rates,backup and extensions);
Assist in review Contractors' invoices and prepare Progress Payment Certificates with Cost
I
a
a
Control;
Assist in review Contractors'costs,forecastsand requestsfor extras;
Assist in review and issuefor approvaland post SubstantialPerformancedocuments;
t
Participate in contractcostreview meetings and regular Project progressand assist wittl
I
a
preparationofmonthly contractsand Projectprogressreports.
Assist in procurement and contracts adminisffation and assistanceactions such as contracts,
solicitations,modifications,delivery schedules,plans and coordinationwith relevant depanments;
a
a
Assist in preparationof procurementand contractdocuments;
Assist in the review of procedural aspects of contract actions. Participate in contracts
t
administration sufficient to ensure contract terms and conditions are met and that the contractor
delivers the requiredservicesin a timely mannerto achievethe objectivesof the project;
Assist in the termination of contractsfor the convenienceof the Project by the contractor. The
incumbent is responsible for the preparation of all documentation necessaryto support and defend
T
a
a
termination decisions.
Recommendactionswhen the contractoris not in compliancewith contractprovisions;
Coordinate with contractorsto determineand recommend alternative coursesof action, such as
I
extensionof delivery schedule;
Conduct contract reviews to evaluatecontractor'sperformance,and monitor contractoractivity to
assurecompliance;
I
Monitor such mattersas payments,claims, and contractualchangesto insure requirementsof the
conffact are met;
Review completed confractfile to ensureroutine administrativemattersare resolvedor completed;
I
.
and
Support to TL in drafting, for submittal to ADB through Employer, any requestsfor consentto
extensionof time / variation orders.
i
7. Title:

Experience:
Senior GeotechnicalEngineer
i
15 years' international relevant professional experienceof which 6 years preferably and 12 years
desirable,as Geotechnicaland/orGeotechnicalreviewer of roads/structureswith proven credentialsin
Bridge Designing or related to foundation investigation and design of major structures and
T
embankments

Qualification:
I
Bachelor's degree in Civil Engineeringor Geological Engineering with Master's degree in Geotech
Engineeringor FoundationEngineeringor equivalent
I
Responsibilities:
Responsible for geotechnical investigations and subsurface explorations for road and structures,
stipulate material testing proceduresand specifications,identify sourcesof materials,quarry sites and
borrow areas.GeotechnicalEngineerwill review the design and if required during construction any
I
I
I
I
I
I
I modification and change in design, construction method, alternate technology of construction and
provide oversightduring the consultancyservice.

I 8. Title: Senior Geometric Design Engineer

I Experience:
15 years' international relevant professional experience of which 6 years preferably and 12 years
desirable,in roads and bridgesdesignexperience,strongbackgroundin accessmanagementand traffic

I control systemsis highly desirable.

Qualilication:
Bachelor's degree in Civil engineering preferably Masters in Civil Engineering / Highway
I Engineering / Structure Engineering / Transportation Engineering or equivalent.

Responsibilities:

I The SeniorGeometricDesign Engineerwill assistthe Team during the designreview and construction
supervision of the project and will verify the detailed desigr and provide comments. Verify and
recommendi provide desigrrplans for road furniture and road safetyappliances

I 9. Title: Senior Environmental Specialist

I Experience:
15 years' international relevant professional experience of which 6 years preferably and 12 years
desirable,as Environment Specialistsupervisingand monitoring environmentalmanagementplans on
donor financedroad projects and familiarity with the ADB's safeguardpolicies.

I Qualification:
Bachelor's degreein Environmental Engineering - preferably Masters in Environmental Sciencesor

I equivalent

Responsibilities:

t Responsiblefor preparing Environmental monitoring check list, reviewing and endorsementof Site
Specific Environmental ManagementPlan (SSEMP), review of Bi-Environmental monitoring reports,
preparecorrective action plan in caseof noncompliance.The Senior Environmental Specialistwill set
up environmental managementand monitoring system, train the national staff and ensurethat the EMS
I is in place.

10. Title : Road Safefy Auditor

I Experience:
15 years international relevant professional experience of which 6 years preferably and 12 years
desirable,as safetyauditor on major road projects

I Qualification:
Bachelor degree in Civil engineering preferably Masters in Civil Engineering / Transportation

I Engineering/ Highway Engineering lTraffic Engineeringand a certified safety auditor or equivalent.

Responsibilities:
The Road SafetyAuditor is part of the servicesteam and will be providing all necessaryassistanceto

I the constructionsupervision team with respectto all safety, health and environmentalissues.He/she
will assistto the TL in review and approve the safety plans of the contractor and he will monitor the
safety of the works and the safety of the traffic diversionsand ensurecompliancewith the regulations.

,l
I
I
l
I
Road Safety Auditor will identify hazardouslocation(s) and conditions, conduct a highway safety
study, collect and analyses preliminary data, identi$r and collect field data, select and conduct
t
appropriate detailed studies, evaluate study results, determine safety and operational deficiencies,
identify potential safety and operationalimprovement and to select appropriateimprovements. The
Road safety Auditor will set up the road safety supervisionsystems,train the national staff and ensure
t
that the systemis in place.
I
1. Title: Deputy Team Leader/SRE
NATIONAL EXPERTS
T
Experience:
15 years' relevant professional experienceof which 6 years preferably and 12 years desirable, as
Deputy Team Leader / SRE on major road projects in contract management,processingof claims and
I
implementationof road projects.

Qualilication:
I
Bachelor's degree in Civil Engineering preferably Masters in Civil Engineering / Highway
Engineering / Transportation Engineering / Construction Management / Project Management or
equivalent.
t
Responsibilities:
Responsiblefor constructionsupervisionand ensuringthat the project is implementedin accordance
T
with the required specificationsand approved drawings. Assist Team Leader for issues relating to
Highway Geomehy etc. when required.

Responsibilitiesof the Deputy Team Leader/ SRE will include, but are not limited to the following:
I
o
o
Act as the Team Leaderduring the absenceof Team Leader;
Assist the Team leader in ensuringthat the consulting team undertakescomprehensivereview of
I
designsand specificationsand carriesout constructionsupervisionand confact adminisfation of
the civil works for the Project assumingthe role of "the Engineer" and undertake all tasks as
defined under FIDIC GeneralConditionsof Contract for Construction;
t
o

o
Assist the team leader in overseeing the consultants activities ensuring compliance to detail
provided in the constructiondrawingsand strict adherenceto constructionspecifications;
Assist the Team Leader in overseeingquality control methodology put in place, confirming its
adequacyand ensuringthat its applicationis satisfactorilyca:ried out;
t
Render necessaryadvice and assistthe Team leader in contract administrationand procurement
issues/assignments/contractualclaims; I
o Assist the Team Leaderin resolving any contractualissues;
a Determine extensionof time for completion and other claims in accordancewith the conditions of
r contractin consultation
with theCRE lTeamLeader;
o Provideassistance to the Employerin disputeresolutionas per provisions the conditions of

o
contract;
Assist the Team Leader in keeping the Employer informed of contractualand claims issuesby
direct contactsand through discussionsor conespondence;
I
o Assist the Team LeaderiChief Resident Engineer in holding meetings with the Contractor on
contract and claims issues;and I
I
I
T
T
I
il o Assist the team leader in preparing a comprehensiveProject Completion Report
(PCR) and any
other duty/ assignmentthe Team Leader may entrust'
IT
2. Title: Resident Engineer

ll Experience:
12 years' relevant professional experience of which 6 years preferably and 9
years desirable, as

t Resident Engineer on Highway or major road projects

Qualification:

il Bachelor's degree in Civil Engineering - preferably Masters in Civil Engineering


Engineering / Structure Engineering / Transportation Engineering / Construction
/ Highway
Management /
Project Managementor equivalent.

I Responsibilities:

I Responsiblefor construction supervision and ensuringthat the project is implemcnted


in accordance
wittr ttre applicable specifications,approved drawingi, and timeframe. Responsiblefor construction
supervisionand reviewing and approving contractors' bills. Supervisethe work of Assistant
Resident

t
and
nrigi"eers and rest of conitnrction supervision teams and will manage the construction milestones
q,ru"titycontrol of works. Provide asJistanceto the Team Leader in overall management, monitoring
works
anA reporting and will be responsiblefor day-to-day managementof works. The construction
will be executedin accordancewith the Conditions of Contract.

I Responsibilitiesof RE will include but not limited to the following:

I . The ResidentEngineerwill be responsiblefor quality, cost, scope,time, safety, and environmental


control of the subProjects;
o Review and assist in ttre approval of contractor's work program, method statements,material

I sources,preparing and issuing reports as defined subsequently, approving and/or issuing working
drawings, approving the setting out of the works, and instructing the contractor;
r Certifying work volume and recommending interim certificates for progress payments,

I maintaining consolidated project accounts, and preparation of financial statements,ensuring


minimum disruption/Oarnage to the environment by approval of contractors' work
staternent/methodologY;
. Monitoring the impact of construction works on the environmentand -local s?tliEhentsand

I providing information to the Pru, NHA department, and the ADB on the monthlYProgress
reports;
. Preparingandissuingreports as defined subsequently;

I r Approving and/or issuing working drawings, approving the setting out of the works, and
instructing the contractor;
. Taking measurementsand keep measurementrecords;

I o Maintaining records,correspondence,and diaries;


o Certifyrng work volume and recommendinginterim certificatesfor progresspayments;
o Maintaining consolidatedproject accounts,and preparing of financial statementsand withdrawal

I applicationsfor submissionto the ADB;


. Certifying completion of part or all of the works;

I
T
I
I
lnspecting the works at appropriateintervals during the defects
defectsnotifi cation certificate;
notification period and issuing the
I
a
a
Processingthe contractor,spossibleclaims;
Ensuring minimum disruption/damageto the environment
statement/methodology, including monitoring the impact tf
by approval of contractors, work
T
construction works on the
environment and local settlementsand providing information
monthly progressreports;
Prwiding the employer with complete records and reports, and
to NHA and the ADB on the

approving the contractors, as -


t
built drawings for the works;
Compile a Project completion report providing details of project
encountered,and solutionsadopted,and detailing and explaining any
implementation, problems
variation in project costsand
I
implementationschedulesfrom the original estimates.

3. Title: Assistant Resident Engineer


I
Experience:
10 years' relevant professional experienceofwhich 4 years preferably
AssistantResidentEngineeron Highways or major road piojects'
and 7 years desirable, as
T
Qualification: I
Bachelor's degree in civil Engineering - preferably Masters in Civil
Engineering / Highway
Engineering / Structure Engineering i Traniportation Engineering / Construction
Project Managementor equivalent
Management / I
Responsibilities:
ARE will be responsiblefor constructionsupervisionof the road and ensuringthat
is implementedin accordancewith the requiied specificationand approveddrivings.
the subject project
t
He will be responsiblefor constructionsupervisionand review and approvalof contractor,s
bills. ARE
will assistthe ResidentEngineer(RE) in the performanceof his tasks.the main responsibilities
I
of the
position will include but not limited to the following:

o Inspect the site and collect the condition data for the designreview and necessarychanges
I
ifany;
o
o
o
Assist the RE in preparationof technicaldetails such as specificationsand estimates;
Provide details about existingpavement,damagesand assessmenr;
Assist the RE and recommend approval of contractor's work program, method statements,
t
o
r
material sources,etc;
Assist the RE in preparingand issuingreportsas defined subsequently;
Review and recommendapprovaland/or issuing working drawings, approvalof the setting
out of
l
the works, and instructionto the confactor;
o
o
Taking measurementsand keepmeasurementrecords;
Maintaining records,correspondence, and diaries;
I
o Certifyrng work volume and recommendinginterim certificatesfor progresspayments;
o Assist in maintaining-consolidatedproject accounts,and preparing of financial statementsand
withdrawal applicationsfor submissionto the ADB;
I
r Provide feedbackto the RE on the certification of completion of part or all of the works;
o
t
Processingthe contractor'spossibleclaims;
Ensuring minimum disruption/damageto the environment by approval of contractors, work
I
statement/methodology, including monitoring the impact of Consffuction works on the

I
I
T
I
I
I environment and local settlements and providing information to NHA and the ADB on the

I monthly progressreports;
Providing the employer with complete records and reports, and recommendthe contractors' as -
built drawings for the works;

I Assist in the compilation of a Project completion report data, providing details of Project
implementation,problems encountered,and solutions adopted,and detailing and explaining any
variation in Project costsand implementationschedulesfrom the original estimates.

I 4. Title: Bridge / Structure Engineer

I Experience:
12 years' relevant professional experience of which 6 years preferably and 9 years desirable, as
Structure / Bridge F.ngineerpreferably-.onmajor"road/ bridge projects

I Qualification:
Bachelor's degree in Civil engineering preferably Masters in Civil Engineering / Structure
Engineering or equivalent.

I Responsibilities:
He/she will be responsiblefor construction supervisionand of bridges and structural componentsof

I the road and ensuring that the subject project is implemented in accordance with the required
specificationand approveddrawings.
He will be responsiblefor construction supervisionand review and approval of contractor's bills. He

I will assistthe Resident Engineer (RE) in the performanceof his tasks. He will be responsiblefor
designingespeciallyon cost effective, multi-hazardresistantdesign, design the structural elementsof
roads component and bridges, including detailed structural drawings and specifications. The main

I
responsibilitiesof the position will include but not limited to the following:

o Inspectthe site and collect the condition data for the designreview and necessarychangesif any;
e Assist in preparationof technical details suchas specificationsand estimates;

I o
o
Provide details about existing structures,damagesand assessment;
Assist and recommend approval of contractor's work program, method statements,material
sources,etc;

I o
o
Assist in preparingand issuing reports as defined subsequently;
Review and recommend approval and/or issuing working drawings, approval of the setting out of
the works, and instruction to the contractor;

I o
..
o
Taking measurementsand keep measqrementrecords;
Maintaining records,correspondence,and diaries;
Certiflng work volume and recommendinginterim certificatesfor progresspayments;

I o
o
o
Provide feedbackon the certification of completionof part or all of the works;
Processingthe contractor's possibleclaims;
Ensuring minimum disruptiorr/dar.nageto the environment by approval of contractors' work

I statemenVmethodology,including monitoring the impact of construction works on the


environment and local settlements and providing information to NHA and the ADB on the
monthly progressreports;

I
o Providing the employer with complete records and reports, and recommendthe contractors' as -
built drawings for the works; and

I
I
il
I
t
r Assist in the compilation of a Project completion report data, providing details of Project
I
implementation, problems encountered,and solutions adopted,and detailing and explaining any
variation in Project costsand implementationschedulesfrom the original estimate t
5. Title: Soil / Material Engineer
I
Experience:
10 years relevant professional experienceof which 4 years preferably and 7 years desirable, as
Material Engineer on three major road projects preferably with experienceof Asphalt concrete mix
t
designin countrieshaving similar climate and/or truck over loading problemslike Pakistan

Qualification:
T
Bachelor's degreein Civil Engineeringor Mastersin EngineeringGeology or equivalent

Responsibilities:
T
He/shewill assistand will be responsiblefor quality of materialsused in constructionby performing
field and laboratory testsand certiffing their acceptancebasedon recolnmendedspecificationsfor the
material, will also identify the sourcesof material and query sites.
t
Main responsibilitiesof the position will include but not limited to the following:
o StipulateMaterial Testing Proceduresand Specifications;
o Identify sourcesof materials,quarry sites and borrow areas;
I
. Confirm the suitability and availability of material in the borrow pits and quarriesfor pavement;
o If required, identify and evaluateadditional sourcesof materials;
o Undertake field and laboratory testing of the materials to determinetheh suitability for various
t
componentsof the work;
o Preparemass haul diagram for haulagepurposesgrving quarry charts indicating the location of
selectedborrow areas,quarriesand the respectiveestimatedquantities^;
I
o Make suitable recommendationsregarding making good the borrow and quarry areas after the
exploitation of materialsfor constructionof works;
o Be responsiblefor Material Testing and specificationand certification of materialquality;
I
o Preparationand testing of concretemixes of different design mix gradesusing suitable materials
(binders, aggregates,sand filler etc.) as identified during Material Investigation to conform to
specificationapplicablein Pakistan;and
t
o Preparationof JMF

6. Title: Environmental Specialist


I
Experience:
12 yearcl relevant professional experienceof which 6 years preferably and 9 years desirable, as
Environment Specialist supervising and monitoring environmental management plans on donor
I
financed road projects and familiarity with the ADB's safeguardpolicies. Specific experiencein a
similar position on road projects in accordancewith GoP and ADB's EnvironmentalGuidelines will
be preferred
I
Qualification:
Bachelor's degree in EnvironmentalEngineering - preferably Masters in Environmental Sciencesor
I
equivalent
t
I
t
I
I
;

I Responsibilities:
Responsiblefor preparingEnvir6nmental screeningcheck list and classifying sub projects that have
not been yet classified,preparing and obtaining IEEs and Environmental managementplans (EMP),

I ensuringprior clearance,monitoring, coursecorrection,consultations,due diligence and disclosures.

Responsibilitiesof the EnvironmentalSpecialistwill include but not limited to the following:

I o Assist Senior Environmental Specialist and Team Leader in reviewing the site specific
environmental management plan (SSEMP) for each sub-project and ensure its effective
implementation;

I o Assist SeniorEnvironmental Specialistin preparingand executingrequired appropriateactionsto


mitigate any negative environmental impacts associated with construction activities in
collaborationwith PIU and all concernedstakeholders;

I
I
o Ensure that any environmental impact assessments, if required, fully comply with ADB
Guidelines SafeguardsPolicy Statement (SPS, 2009) and ensure that all required mitigation
measuresare identified and acceptable.

I
,
o Besides assisting in finalizing the biannual environmental monitoring report, assist the pIU in
finalization of environmental part of quarterly progress report, annual progress report and any
specific report askedby the PIU.

t
J 7. Title: Procurement / Contract Specialist

I Experience:
12 years' relevant professional experience,of which 6 years preferably and 9 years desirable, as
Procurementand Contract Specialist on major road projects baied on FIDIC of contract,

I Experience and knowledge of ADB's procurement procedures is essential."onditions


Proven credentials in
contract administration, evaluating contractor's claims and dispute resolution, preferable
experience/trackrecord ofan arbitrator,mediator,adjudicatorand/or disputeresolution adviser

I Qualification: (
Bachelor's degree with a maJor in Civil Engineering, law, contracts,pprchasing, or management-
preferablyMaster's degreein Civil Engineering,law, contracts/ procurernent,or equivalent.

I Responsibilities:
Responsible for assistancein procurement and contract administration, taking timely contractual

I actionsrelatedto cost, time and quality controls and closure of the contracts,and in caseof dispute its
referral to the adjudicationand arbitration in caseofdispute.

I
l
He/she will be responsiblefor assisting in all the activities pertaining to procurement and contract
administration,early wamingof key contractualactions,scheduleand documentcontract management
meetingsand evaluating/resolvingcontractor'sclaims and contractualdisputes.

I Responsibilitiesof the Procurementand Contract Specialist will include, but are not limited to
following:
o Assist in coordinating procurernentand contract administration
the

and planning activities for the

I work packagewith Engineering,project controls and construction:


o Assist to organizemeetingsfor negotiatingand resolving technical
and contract completionissues;

I
I ;:
i,:w'T,,
f(-1
- , ,'>,|

il
I
I
o Assist in effect the timely distributionof reportsandpertinent information to and
I
a
a
from Contractors in accordance with agreedschedule;
Assist in scheduleturnovermeetingswith Site Personnel,where required;
Assist to check timesheetsfor contractconformance(rates,backupand extensions);
T
a

a
Assist in review Contractors' invoices and prepare Progress Payment Certificates with Cost
Control;
Assist in review Contractors'costs,forecastsand requestsfor extras;
I
a
a
Assist in review and issuefor approvaland post SubstantialPerformancedocuments;
Participate in contractcost review meetings and regular Project progressand assist \I/ith
preparationofmonthly contractsand Project progressreports.
t
a
Assist in procurement and contracts administration and assistanceactions such as contracts,
solicitations,modifications,delivery schedules,plans and coordinationwith relevantdepartments;
Assist in preparationof procurementand contract documents;
T
Assist in the review of procedural aspects of contract actions. Participate in contracts

T
O

administration sufficient to ensure contract terms and conditions are met and that the contractot
delivers the requiredservicesin a timely mannerto achievethe objectivesof the project;
Assist in the termination of contracts for the convenienceof the Project by the conffactor. The
incumbent is responsiblefor the preparationof all documentationnecessaryto support and defend
termination decisions.
I
a Recommendactionswhen the contractoris not in compliancewith contractprovisions;
a Coordinate with contactors to determine and recommend alternative courses of action, such as
extensionof delivery schedule;
Conduct contractreviews to evaluateconfiactor's performance,and monitor contractor activity to
I
assurecompliance;
Monitor such matters as payments, claims, and contractual changesto insure requirements of the
contract are met;
I
Review completedcontractfile to ensureroutine administrativemattersare resolvedor completed;
and
o Support to TL in drafting, for submittal to ADB through Employer, any requestsfor consent to
I
extensionof time / variation orders.
I
8. Title: Geometric Design Engineer

Experience:
I
10 years in roads and bridges design experience, strong background in accessmanagementand traffic
control systemsis highly desirable.

Qualification:
I
B,achelor's degree in Civil engineering preferably Masters in Civil Engineering / Highway
Engineering / Stnrcture Engineering / Transportation Engineering or equivalent. t
Responsibilities:
Generally, role of a geometric road desigrrengineer is to decide the placement of the road *ith respect
to sunounding physical environs and give a shape to its configuration with due care for mobility,
I
accessmanagemenr,traffic control and best possible road safety mechanismembedded in design
process.Mor- specifically geometricdesignengineeris requiredbut limited to the following;
. Agf"" upon the category of road to be developed to make sure rclevant design standards are I
applied and relevant guidelinesare followed during the desigr process.It could be any category

I
t
I
I
I t

I t
ranging from motorway to rural accessroads or mountainousroads in rural settings and urban

I a
a
freeways,primary roads,secondaryroads,lateralsand accessroadsin caseofan urban situation;
To decideand fix the route alignment as per project requirements;
Firm up connectivity requirementsand linkages;

I a

a
Liaise with survey entity to get the topographic details of the route alignment with appropriate
details;
Assesstravel demandfor the project road alignment;

I Work out road's right of way requirement and spacing for various road componentsincluding
a

formation widths, cariagewaln, lanes, shoulders,medians/horizontalbarriers, road side facilities


like spacing for Non Motorized Traffic, drainagechannels,green verges, laybys and other road
side facilities etc. Decide upon relevant design standards for cross falls, camber and super

I elevations;
Design both horizontal and vertical profile alignments as per given speed and other geometric
designcriteria to bring upon most direct, cost effective and saferoute alignment;

I Locate and firm up position ofroad crossingsand crossingsfor water channelsand cross drainage.
Collaboratewith relevant engineering specialistsfor structure design and positioning of utilities
and other crossings;

I Provide designplans for various road segmentsincluding links (sectionsbetweenroad crossings)


and road crossings. ln case of inotorways/ expressways only grade separatedcrossings and
interchangesare involved whereas in case of lower order roads multiple choices are available

I
l
a
a
requiring option analysisfor selectionofrelevant form ofroad crossings;
Both horizontal design plans and vertical alignments are required to run simultaneously;
collaborate with pavementdesign engineerduring production of designplans;

t
t
a Design engineersare encouragedto apply any relevant software available for generationofdesign
plans;
Provide design plans for road furniture and road safety appliances including traffic control
devices,signageand road marking;

I o
In case of signalized crossings provide separate design plans for installation of signal
configurationand relevantplans for signal and other relevantITS operations;
Generatetlpical and standardizeddesigndetailsof various elementsas appropriate;

I a
o
Producethe designfolder in hard and soft formats; and
Be responsiblefor and respondto third party road safetyaudit recommendations.

I 9. Title:

Experience:
Pavement Design Engineer

I 10 years of experiencein major road constructionworks with a focus on pavement engineeringand


materialstesting.Relevant experienceshould include: (i) supervisingthe Contractor's
"o-ptian."
material specificationsand testing; (ii) providing input to the design team to sourcesuitabie
(iii) engineering design of flexible Asphaltic Concrete (AC) pavements, (iv) coordinating and
*ittt
materials;

I supervising the work of freld teams in supervising and certifying construction in accordancewith
contract conditions including acceptance standards of materials, approval of source supply,
establishingQA&QC procedures,setting up laboratories,mix designsandtisting procedures.

I Qualification:
Bachelor's degree in Civil Engineering - preferably Masters in Civil Engineering / Highway

I Engineering/ TransportationEngineeringor equivalent

Responsibilities:

ll
I
il
I
I
He/she will be responsiblefor designingespeciallyin pavementdesign,designsfor road featuresand
t
road safety/traffic control features,drainagedesigns,rehabilitation and repair plan, traffic plans and
amenitiesincluding detaileddrawingsand specifications. I
I
10. Title: Hydrologist

Experience:
T
10 years ofexperience in hydrological desigr ofroads and bridges.

Qualification:
Bachelor's degreein Civil Engineering-preferablyMastersin Hydrology or equivalent
I
Responsibilities:
Responsibilitiesof the Hydrologist will include, but is not limited to the following:
T
o Hydrologist wilt perform their duties under the guidance of the Senior Hydrologist and Team
Leader.
r Work in the survey and design team and will be responsiblefor collecting and assessingthe
I
hydrological data,finalizing the designdischargesfor the required drainages,crossdrainages,sub
surfacedrainages.
o Provide assistanceto the design team in designing the appropriateand cost effective design of
t
drainage sfuctures.
o Hydrologist shall collect relevant field data and estimate the desigrr discharges for various
drainages structure for the desigr pu{pose.
I
11. Title: Social Development / Resettlement Specialist t
Experience:
lg-years' experiencein planning, preparation,implementation and monitoring of Social Safeguards
(Involuntary Resettlement and Indigenous people) as Resettlement Specialist on IFI financed
I
developmentprojectsand familiarity with ADB's Social SafeguardPolicies.

Qualification:
I
Mastersin Social sciencesor relevantfield

Responsibilities:
ge/ihe will be responsible to support PIU in NHA to ensure compliance to social safeguards
I
(Involuntary Resettlement lndigenous people) while planning, preparation, implementation and
monitoring of resettlementplans for the sub-projectsas required under SafeguardPolicy Statement
(2009). Ouring event he/she will facilitate NHA in screen of subprojectsfor IR/IP requirements,
I
identiiy, urr"5 and update impact inventory linked to the DPs based on design review; conduct
consuliationswith project affected/displacedpersonsand updatethe resettlementplans as per marked
construction limits; istablish updated LAR database and grievance redress syst€m for social
I
safeguards.Monitor day to day RP implementation and consolidateRP implementation progressin
monthly progressreports, facilitate NHA in recording and redressof grievancesof project affected
people u"a pr"p*" Social Monitoring (internal monitoring) reports biannually or as provided in ADB
I
I
T
I
I
I
t I

clearedLARPs and project documentsfor ADB's review as well as final report on social safeguards

I implementationat completion of project.

Responsibilitieswill include but not limited to the following:

I
ll
o Screensubprojectsfor involuntary resettlementimpacts to determine IR/IP impact significance
and eligibility of the subproject for social safeguardsdue diligence and preparation/updatingof
LARPs/IPPs under the project;
o For subprojects with involuntary resettlement impacts, prepare/updateResettlement Plans in
; accordancewith provisions outlined the ResettlementFramework for the MFF;
o coordinate with design review team during review of detailed design to discuss and explore

I
I
o
design measure/options to avoid/minimize the resettlement impacts of subprojects and ensure
involuntary resettlementimpacts are minimized, if not avoided;
Basedon detailed design review, prepare social safeguardsdue diligence reports confirming sub-

I
t
projects/projectroad sections with and without LAR impacts including linear plans with clearly
marked LAR and non-LAR sections and assist PIU and the Engineer in notifying the LAR
sectionsto contractorsthat are not open for construction

I e Assist and supervisein conducting detailed measurementsurvey of impacted assets,updating of


the impact inventory, census of DPs and shall prepare updated Land Acquisition and
ResettlementPlans for ADB's review and clearancein accordancewith provisions outlined in the

I
ResettlementFramework for the MFF;
o Assist in organizing and conducting meaningful consultationswith affected/displacedpeople to
ensurethe concernsraised and addressedadequatelyaddressedduring design review, the Land
Acquisition Resettlement Plans have been fully disclosed and the DPs are informed on the

I o
eligibility criteria, entitlements, compensationpayment mechanismand project based grievance
redresssystem;
Assist PIU and field staff to maintain updated LAR database and in implementation of

I o
ResettlementPlans in the subproject areas before physical or economical displacement and
subsequentcommencementof works;
Assist PIU to establish and operationalize the project based grievance redress system and

I
T
coordinate(on regular basis) with the grievanceredresscommittee and assistthe GRC in delivery
of its functions including but not limited to recording, review and tracking of progress on
complaints,information disseminationand consultationswith the complainantsduring complaints
resolutionprocess.

I o Assist PIU in review of LAR issuesthat may emergeduring executionof civil works, prepareand
implement corrective actions/measureconsistentwith project safeguardsrequirementsas outlined
in the LARF and LARPs:

I o Track and monitor day to day LAR implementation progress and make adjustments in
implementationscheduleto achieve the targetedtimelines and provide safeguardsreiated input in
project implementationmonthly progressreports.

il o Develop and conduct fraining sessionsfor PIU staff involved in project LAR managementto
improve their understanding on the ADB's safeguards requirements and ensure proper
understandingand implementationof Resettlementplans;

il o Monitor implementation of ResettlementPlans, consolidateLARP implementation progress and


prepaxequality social monitoring reports periodically (biannual or as provided in the ADB cleared
LARPs and other project documents)and sharewith ADB for review, clearanceand disclosure.

I 12. Title:

Experience:
Road Safety Specialist

I
I
I
I
10 yearsrelevant experiencewith proven credentialas safety auditor on major road projects
I
Qualification:
Bachelor degree in Civil engineering preferably Masters in Civil Engineering / Transportation
t
T
Engineering/ Highway Engineering/ Traffic Engineeringand a certified safetyauditor or equivalent

Responsibilities:
The Road Safety Specialistwill be providing all necessaryassistanceto the construction supervision
team with respectto all safety,health and environmentalissues.He will assistin review and approve
I
the safety plans of the contractor and he will monitor the safety of the works and the safety of the
traffic diversionsand ensurecompliancewith the regulations. T
Road Safety.Specialist will also identify hazardous location(s) and conditions, conduct a highway
safety study, collect and analyzepreliminary data, identiff and collect field data, select and conduct
appropriate detailed studies, evaluate study results, determine safety and operational deficiencies,
I
identiff potential safety and operational improvement and to select appropriateimprovements.
He / Shewill also responsibleto preparethe road safetyreport of the design.
I
13. Title: Geotechnical Engineer

Experience:
l0 years' experienceas Geotechnicaland/or Geotechnicalreviewer of roads/structureswith proven
I
credentialsin Bridge Desigrringor relatedto foundation investigationand designof major structures
and embankments I
Qualification:
B.Sc. Civil Engineeringor GeologicalEngineeringwith Master's degreein GeotechEngineering or
FoundationEngineeringor equivalent
I
Responsibilities:
Responsible for geotechnical investigations and subsurface explorations for road and structures,
I
stipulate material testing proceduresand specifications,identify sourcesof materials,quarry sites and
borrow areas.

GeotechnicalEngineerwill review the designand if required during constructionany modification and


t
change in design, construction method, altemate technology of construction and provide oversight
during the consultancyservice. I
Responsibilitiesof the Geo-techEngineerwill include but are not limited to the following:

. Review all relevant technical documents;


I
. Carry out (organizeand oversee)comprehensivereview of foundation conditionsat eachstructure

o
ensuring long-term integrity of the project components;
Identify any remedial foundation stabilization work to be included in the work package for
I
constructionof road works;
o During the construction phase,investigate and evaluate any unexpectedfoundation conditions
encounteredand recommendaltemative treatment as appropriate. I
I
l
I
I
t

I
I E.

11.
Reporting Requirements & Time Schedulefor Deliverables

Reporting Requirements: The Consultantwill prepareand submit to PIU five copies of each

I of the under mentioned reports. The format of thesereports shall be mutually agreedwith the PIU.
One copy shall be sent directly to the Asian DevelopmentBank togetherwith softcopy:

(i) Inception Report: The Consultant will submit an Inception Report at within one

I Month after mobilization. This will contain full detail of the consultant'ssupervision,
& contract administration methodology and staff plan with supporting CVs of
professionalstaff and projectedmonthly billing.

I (ii) Design Review Report: The consultantwill submit a detailed DesigrrReview Report,
under the guidanceof team leader within three months, indicating any deficiencies/

I
L
improvementsrequired in the detailed design preparedby the Design consultant.The
designreview will ensurethat the constructiondrawings carry all details necessaryfor
executing the job and shall not result in claims of non BOQ items / additional
associatedcosts.

I (iii) Monthly Contract Administration Reports: The Consultant will, no later than the
10mof eachmonth, preparea narrativeprogressreport summarizing:

I a. Construction progress during the month and cumulative to date for each
individual contract drawing specific attention to any major causes of delay

I
I
(administrative, technical or financial) with details of remedial action taken or
recommendedto the Employer.

I
b. A comparison of actual and forecast expenditure both during the month and
cumulative to date for each individual contract, and a record of the status of
payment of the Contractors' monthly invoices, of all claims for cost or time

t
extensions, and of actions required of PIU to permit unconstrained works
implementation. The Consultant will also advise on the final estimatedcost for
each individual contract and draw attention to any major changesin the project
budget including details of remedial action taken or recommended to the

t Employer.

c. Brief on all correspondenceexchangedwith the contractorsparticularly relating to

I contractualclauses,with financial and time implications.

d. Technical appreciation of any design or quality control problems for each


individual contract including details of remedial action taken or recommendedto

il the Employer.

e. Statusof compliancewith the Environmental& ResettlementPlans.

il (iv) Annual Management Information Report at the end of each tr'inancial Year: The
Consultant will prepare a comprehensivereport summarizing all activities under the

I services at the end of each Financial Year, and also at other times when considered
warrantedby either the Consultantor PIU becauseof delay of the constructionworks
or becauseof the occunenceof technical or contractualdifficulties. Suchreports shall
summarizenot only activities of the Project Engineer/ Manager but also thi progress

I
I
il
I
I
of the Contractsincluding all contract variations and changeorders, the statusof the
I
Contractor claims, and brief descriptions of the technical and contractual problems
being encounteredand other relevant information for eachofthe ongoing contracts. I
(v) Resettlement Monitoring Reports: A quarterly report highlighting the progresson
implementation of resettlement, documenting all activities including formal &
informal consultation, gender issues, socio economic aspects, child labor, drug
I
trafficking, hygiene& safety and other social aspects.

(vi) Technical Reports: The Consultant will produce as necessary technical/ due
diligence reports and position papers dealing with project matters during
T
(vii)
implementation.

Interim Contract Completion Reports: The Consultant will prepare completion


I
report for each contract within 30 days of issuance of Taking-over
Certificate/Certification of Completion. This report shall summarize the
implementationand financial history of the project. The defects list provided to the
I
contractor and all outstanding claims pending resolution.

(viii) Final Project Completion Report: The Consultant will prepare a comprehensive
I
final Completion Report within 90 days after Issuanceof the Taking Over Certificate
of the last civil works contract. The Consultantwill prepare a comprehensivefinal
Completion Report for the project including eachof the contractsand shall summarize
the method of construction, as built record showing the location and details of all
I
works carried out, all defects and certification of the satisfactorycorrection of such
defectsfor eachofthe constructioncontracts,the constructionsupervisionperformed,
and recommendationsfor future projects of similar nahre to be undertakenby PIU. A
I
safeguardsimplementationcompletion (final) report will also be included as appendix
to the final project completion report. t
(ix) Project Documentary Report: The Consultanthas to make documentaryof all major
activities during constructions as well as that of completed project sections to be
submittedtowardsthe end of the project. Theseshouldalsopertain;
I
a)
b)
c)
Laying and compactionof various pavementlayers
Operationof Asphalt and concretePlants
Quarry sitesand laboratoryactivities
t
d)
e)
f)
Road after completion showing road furniture
Various important stagesin construction of structures
Any other major activity involved requiring specificmention
I
(x) Roughness Survey Report: The roughnesssurveyswill be carried out at substantial
completion in coordination with NHA, before the end of the defect liability period.
I
The consultantis requiredto submit his findings along with datain this report.

(xi) Revised PC-l: The Consultant shall preparethe revised PC-l of the project, before
I
completion of the project, if required by incorporating all changesin the scope of

12.
work and,preparecompletion report (PC-[V), at the completionof the project.

Documents & Manuals Required: The consultantswill preparefollowing documentsto be


t
approvedby the Employer for efficient contractadministration& constructionsupervision.
t
T
T
I
t ,

I
I a
a.
b.
c.
Contract Adminisfation Manual
Quality Confrol & AssuranceManual
LaboratoryManual
d. EnvironmentalMonitoringChecklist
; e. SafeguardMonitoring Checklist

I F. Employer's Input and Counterpart Personnel

(i) Services,facilities and property to be made available to the Consultant by the Employer:

t
Design Reports, Drawings and related data for the sub-projectswill be shared with the
consultants.
,
(ii) Professionaland support counterpartpersonnel to be assignedby the Employer to the

I ,
Consultant'steam: The Employer shall establisha functional Project ImplementationUnit
for supportand liaison with the Consultants.

I G.

H.
Client's Input and Counterpart Personnel: N/A

Miscellaneous

T
I
(i) Employer's Staff:
The Employer has nominated a Program Implementation Coordinating/ Steering
Committee to provide guidanceand oversight to the Program ManagementOffice &

I
.,
Project ImplementationUnit. The PIU has been establishedunder a GeneralManager,
assistedby Project Director and land acquisition Staff and will be locatedin the field.

I (ii) Facilities:
Facilities for the Engineer and his staff: The Construction Contractor shall provide,
operateand maintain the following facilities for the exclusiveuse of the Consultants:

I a.
b.
c.
Laboratory and Testing Equipment
Site Office and ResidentialAccommodation(adequatelyfumished)
Site Transport

I (iii)
d. SurveyEquipment

The Consultants are encouraged to familiarize with Construction Work before

I
)
submitting their proposals. Draft sample documentsregarding EMP, Resettlement,
and Environment as per the instructionof the Client.

13.
il
Security for the Engineer's representativeand his staff.
The GoP shall provide security for the Engineer'srepresentativeand his staff.

I
I
I
ll
il
I
I
I
I
T
I
I
I
T
; ContractAgreement
I
I
I
I
I
I
I
I
I
I
I
rt 7-l?*r+
tl NATIONAL HIGHTITAYAUTHORITY
Il ho ctrernent & Contract Adm,inistration Section
28 MauueArea, Cr9/1,Islamabad.I 051-9032727,E 051-9260419

ner: / 2ot8/ 38o 27tr'September,2018


l; :9Jo)/DIR(P&CA)-IIIINHA
M/s Dong IL Engtneerlng Concultants Co.' Ltd.
(Republic of Korea) Lead Firm in JV with M/s DONGSUNG
l1 Engineering Co. Ltd. (Republic of Korea), M/s Techno-
Consult International (Pvt.) Ltd. (Pak), M/s Loya Associates
(Pak) and M/s Electra Consultants (Pak)

T; Address: 7,30-gil, Songi-ro, Songpa-gu,Seoul, 05800,


Korea,
Phone: + 82-2-3400-5807(58 12)

l; Emall: bamiumal@naver.com, @,
trade shle@errnail. com

It Subject: gonsultancv Agreement for:


Loan I{o.:,.9574-PAK. Deslgn Revlew and 9,pnstructlon $upervlelon
Cogsultants for Central Asia Regloqal Economlc Cooneratlon Corrldor
P-gJrelopment Investnent Prograu0 (T-I Prolectsl
ll
I
The Consultancy Agreement for the subject services duly signed on
25tt September, 2OL8, between National Highway Authority and the Consultants,
lt M/s Dong IL Engineering Consultants Co., Ltd. in JV with M/s DONGSUNG Engineering
Co. Ltd., M/s Techno-Consult Intemational (Pvt.) M/s Loya Associates and

I
I (MUHAMMAD AZAM|
Director (P&CA)

I Encl: As mentioned above


Dlstrlbutlon:

t - General Manager (MFF-CAREC),NHA, Islamabad;


- General Manager (Design),NHA, Islamabad;
- General Manager (Ratoderoto Shikarpur N-55, Section-l), NHA;

t - General Manager (Petaro to Sehwan N-55, Section-Z), NHA;


* General Manager (Peshawarto DaraAdam Khel, Section-3), NHA;
- General Manager (B&A) NHA, Islamabad;
- National Accountability Bureau (NAB), Islamabad;
I - Project Officer Asian Development Bank, PRM (Loan No. 3574-PAK);
- P&CA Record (Copy & Original ConsultancyAgreement),

I Copv for klnd lnfonnation:


- Member (Engg. Coord.),NHA Islamabad; - Member (Planning), NHA Islamabad;
- Member (NZ), NHA Peshawar; - Member (SZ), NHA Karachi;
I - GM (Planning), NHA, Islamabad;
- GM (Finance), NHA, Islamabad;
- Director (Planning), NHA, Islamabad;
-
-
-
GM (Engg Coord.)-I, NHA, Islamabad;
GM (P&CA),NHA, Islamabad;
SO (Tech)to Chairman NHA.

I
t
I rl
I rl
I l-\B-l+ rl
I
Conffactfor Consultant'sServices
Time-Based l
I
I
irl
I Central Asia RegionalEconomicCooperation(CAREC)
rl
I
Corridor DevelopmentProgram Tranche-l
rl
I rl
I I
I Loan No. 3574-PAK
I
DesignReview and Construction SupervisionConsultantsfor
I Central Asia RegionalEconomicCooperationCorridor I
DevelopmentInvestment Program (T-I Proj ects)
I between
I
I National Highway AuthoritY I
I and
I
M/s Dongil Engineering ConsultantsCo., Ltd. (S. Korea)
I in w with iws DONGSTINGEngineeringco. Ltd. (s. Korea), I
M/s Techno-consult International (Pvt.) Ltd. (Pakistan),
I M/s Loya Associates(Pakistan) and
M/s Etectra Consultants(Pakistan)
t
I September,20lS I
I t
I I
I
tt
tt Table of Contpnts Time-Based

l1
It
tl
l1
ll
ll
ll
t B . CoNnrmNceMENt,
CotvcLrrrotrt,Moon'tcATIoNAIIDTnp.utNanoNor CoNrnecr...........8
11. Effectiveness
of Contract ...........8

I 12. Terminationof Confractfor Failureto BecomeEffective....


13. Commencement
of Services.................
.............8
........8

I 14. ExpirationofContraot
15. EntireAgreement.
............8
...................8

I 16. Modificationsor Variations..................


17. ForceMajeure
........8
...........................8

I 18. Suspension.
19, Termination
........10

OnucenoNs oF TrrECor.rsulreNr .......l2


I 20. General...... ........I2
21. Conflictoflnterests ..,.....,......13
I 22. Confidentialtty..........,.... .....,..I4
23. Liabilityofthe Consultant............ ..............15
I 24. Insurance
to be Takenoutby theConsultant ...............15

I (D

I
I
I I
I I
I
Table of Contents Time.Based
l
25. Accounting,
Inspection
andAuditing................. ...........15

I 26. ReportingObligations
27. Proprietary
Rightsof theClientin Reports
andRecords .................15
t
I ?3. Equipment,
Vehioles
D. CoNsulrarur'sExppnrsaND
andMateria1s..................
SUB-CoNsuLrANTs.,
........,....16
....................
16
I
I 29. Description
of KeyExperts
30. Replacementof KeyExperts.......
..................,....16
..............17
t
I
31. Approvalof Additional
32. Removalof Experts
KeyExperts.......
or Sub-consultants...........
.....,................17
.............17
I
I
33. Replacement/
Removal
Leave,
34. WorkingHouts,Overtime,
- ImpactonPayments
of E:<perts
etc..,.....,.....
..............18
............18 I
E. OnlrcanoNsoFrneCueur .................
18
t 35. Assistanc€
andExemptions............. ...........18 I
to Project
36. Access Site............ ...................19

I 37, Changein theApplicable to TanesandDuties..


LawRelated .........19 I
andProperty
Facilities
38. Services, of theClient ...,.........19

I 39. CounterpartPersonnel
40. PaymentObligation
...........20
................20
I
I ro rHECoNswreNr.........,......
F. PeyvreNrs
41, CeilingAmount
20
...............
....................20
I
T 43. Taxes
andOtherExpenses,
42, Remuneration
andDuties..
SumsandContingency
Provisional ...........2I
.................2L
I
I 44. CunencyofPayment
45. Modeof BillingandPayment
.............21
..............,....21 I
t onDelayed
46. Interest Payments
G. Fenr.rnssANDGoopFemr........
..................23
..........'23 T
.........23
t 47. GoodFaith
H. SrrruwtBuroFDIsPUTEs..,............. ...--23
...........23
I
Sefilement..
48. Amicable
I Resolution..
49. Dispute ........,.....23
.........,...24
I
I. Er.rctgtrIry....,.........
I 50. Elisibility... """"'24
I
I (ii)
I
I I
I
I Table of Contents

I 1:Bank'sPolicy- ComrptandFraudulent
Attachment Practices
..............,. ......25

I UL
ry.
Special
Conditions
Appendices
of Contract. .,..,.......,.....27
...,,......37

I AppendixA - Termsof Reference


B - KeyExperts.......
Appendix
.............38
.....,.............77
C - Remuneration
I Appendix CostEstimates..............,.
AppendixD - OtherExpenses
andProvisional
Sums.........
.................234
..........242
E - FormofAdvancePayments
Appendix Guarantee ...................247
I JOINTVENTUREAGREEMENT .,,,,,....249
AUTHORITY
LETTERS.............,.. .........254
I
I
I
@
II
I

II
tI
II
II
II
II
Tt
II
II
tr
Time-Based

The standardContractform consistsof four parts:the Form of Contractsignedbetweenthe Client


NIIA and the Consultant, the General Conditionsof Contract (GCC), including Attachment I
@ank's Policy - Comrpt andFraudulentPractices);the SpecialConditionsof Conffact(SCC); and
the Appendices.

(rv)
t t luln$tltill
tiinltt$ililttirI l1tllillliEl]illfiiil
8795846
t I
I I
I I
I
t I
I I
I I
I I
I. Form of Contract
I I
This CONTRACT (hereinaftercalledthe "Contract")is made the ?Stftay of the month of
I 54d;"-,!"._ 2018, between,on the one hand,"National Higlway Authority" (hereinafter
I calied the "Client") and, on the other hand, a Joint Venture "N{/s Dongil Engineering

I ConsultantsCo., Ltd. (Republic of Korea) as Lead Firm in JV with IWs DONGSLING


EngineeringCo. Ltd. (Republic of Korea), lWs Techno-ConsultInternational(P\4.) Ltd.
I I
(Pakistan),Ivf/s Loya Associates(Pakistan)and lWs Electra Consultants(Pakistan)"consisting
of the following entities,eachmemberof which will bejointly and severallyliable to the Client
for all the Consultant's obligations under this Coffract, namely, lv0s Dongil Engineering
I T ConsultantsCo., Ltd., M/s DONGSLING Engineering Co. Ltd,, lWs Techno-Consult
International(Pvt.) Ltd. (Pak), M/s Loya Associates(Pak) and lWs Electra Consultants@ak)
(hereinaftercalledthe'oconsultant").

I t WHEREAS

I I Client has requestedthe Consultantto provide certain consultingseryicesas


ne.din this Contract(hereinaftercalledthe "Services");

I I Consultant,havingrepresented to the Client that it has the requiredprofessional


ls, expertiseand technicalresources,has agreedto provide the Serviceson the

I termsand conditionsset forth in this Contract;

T I
(c) the Client hasreceived a loan from the Asian DevelopmentBank: towardthe costof
the Servicesand intendsto apply a portion of the proceedsof this loan to eligible
paymentsunder this Contract,it being understoodthat (i) paymentsby the Bank will
I I be madeonly at the requestof the Client and upon approvalby the Bank; (ii) such
paymentswill be subject,in all respects,to the terms and conditionsof the loan
agreement, includingprohibitionsof withdrawelfrom the loan accountfor the purpose
I )
of any paymentto personsor entities,or for any import of goods,if suchpaymentor
lnlpgfi, tO c-'.,
':l':-
l'.15', ;;t:1.: l-';^l:, :'^ 't',^"'Lli-t''. 1"r fr'r 'leeisi".r .^f the UOite'i
Ilations Secrrnty counci! **en under i':apter vIL of the tlhlrter o111ei t-.:l.edlratiorrs;

I and (iii) no perty otl'^eril'an the 1lient shaii ;srivu. ary rights fr''n the loan ar,,:;:nent
or irave any ciairn to the loan pr-rce':ds;

I (1)

I
I
Re1:;:ii'i-.;:u
i'lu. ?o9 . . . . i.Jiited:
04-09-2.01
8 I
Cantract
Agreement
Between I I
M/s DongiltngineeringConsultants Co.Ltd
(Repubiiccf Korea) Lead Firm & JV with M/s I I
DONGSUNGEngineeringCo. Ltd (Republicof I I
Korea)M/s TechnoConsuitsInternational(PVT)
Itd. (Pal<),M/s Loya Asscciation(Pak) and M/s I
Electraconsultants
AND
(Pak) I
NationalHighwayAuthority I
I I
I I
I I
I
I
I I
I I
:' .' :i

I I
I
I
I
I
I I
I
I
T I illtl|llil lii
ill ffiilllllilHliIillllll$ilEiillitilil
8 79 3 84 7
I I
I I
I I
I
I I
I I
I t
I I
NOW THEREFOREthe partiesheretoherebyagreeasfollows:

I I 1. The following documentsattachedheretoshallbe deemedto form an integralpartof this


Contract:
I
I (a) The GeneralConditionsof Contract(including Attachment I "Bank Policy -

I ComrptandFraudulentPractices);

I I
(b) The SpecialConditionsof Contract;

(c) Appendices;

I I AppendixA: Termsof Reference

Appendix B: Key Experts

I t CostEstimates
AppendixC: Remuneration

ProvisionalSumsandContingencyCostEstimates

I I AppendixD: OtherExpenses,

AppendixE: Formof AdvancePaymentsGuarantee

t I In the event of any inconsistencybetweenthe documents,the following order of


precedence shall prevail:the SpecialConditionsof Contract;the GeneralConditionscf
t Contract,includingAttachment1; AppendixA; AppendixB; AppendixC andAppendix

I I D; AppendixE. Any referenceto this Contact shall include,wherethe contextpermits,


a referenceto its Appendices.

I il Themutualrightsandobligationsof the Clientandthe Consultantshallbe assetforth in


the Contract,in particular:

with the provisionsof


I (a) the Consultantshall carry out the Servicesin accordance
the Contract;and

(b) the Client shall make paymentsto the Consultantin accordancewith the
I provisionsof tle Contract.

I (2)

I
r I I r I I I I I I I I I I T II II I I
ITIIIIIIIII IIITII I}I
,d
16
\
t
I lIllfllllll lillllI Illlllllii[llBillllll][tllll&litlt

t T
8795848

t t
I I
I t
I
I t
I I
I I
IN WITNESS WHEREOF,the Partiesheretohave causedthis Contractto be signedin their

I I resoectivenamesasof the day andyearfirst abovewritten.

I I For andon behalfof NATIONAL HIGTIWAY AUTHORITY

I
I I
Witness

Signature /d
t I
I I
I I For andon behalfof

l!(/s Dongil EngineeringConsultantsCo., Ltd. (Republicof Korea)asLeadFirm in

I I JV with M/s DONGSUNGEngineeringCo. Ltd. (Republicof Korea),M/s Techno-


ConsultInternational(Pw.) Ltd. (Pak),lv{/sLoya Associates(Pak)and}l/s Electra

I Consultants(Pak)

I I Witness
./'
:;ill'.-11"
T I Signature

I Name:SELING-I{WAN
LEE
rirre: T{!lF!]'J.CB Title: pxfllITl@vrcp sIDENI
.P;BE

I # M89387061
Passport Passport
#M54973814

I (3)

I
t
I
1-,
l-. +"
I
70t9 T T
Carii,ract Agreei'itent flli-wr:en t I
WlisDcngiltngineer-li:g Consultarrts
Co.Ltej
{lienr;blircf Karea}i-earii:ii"iy:8i JV with M/s
I I
jfririr l;ilE;fii:,t:ri;Iiii i*t.:, i id
i;i";i'l,ii:ii" {Re;pr.;bliCCf I I
hl';;,1'rt.,.i,i
hi,is iilrhii,,i i.i;iisrrii:; IgI.ernalig,na,!
ipVf;
ita. iFaki, fr4/s Lcy;; ;].ssociaiii;ir{Paki arrtj M/s I
Electra (P*ki
consultants
I
I
AND
Natrorial
Fiighway
Auriroifly S';:,:li..u' I I
I I
I I
I I
I
I
I
I I
I t
t I
I I
I
I
I
t !
I I
I
I
I
I I !lil$llllllllllliI II ll!lllilillll[]llIllltlliillllr
.8793849
I l.
I I
I t
I
I
I
I t
I I
I I
I I
I t
I
I I
I t \

I I
t t
I I
I
I
ll
I I
I I
I
I (4)

t
t
I
I I
CantractAgreement i:etwe*r', I I
M/s DongilEngineering ConslrltantsCo.Ltd
(Republicof Korea)Lead Firrn & JV with M/s I I
n*fiGSrilJC tngineer,ngill;,:_ic {F.epublic of t I
Krrrr::aIl"'{/sTer-hncicnsuits inte{"national
(pvr}
ii.d {ijaki. M/s l-nyeAssociar.i,i*tFak)and M/s
I
Electra ccnsultants {Piik! I I
Ai'{t)
I I
Nationairi ighwayAutiioi'iry
K$3fi#'---Tf I I
I I
t I
I
I
I
I I
I I
I I
I I
I
I
I
I l
T I
I
I
I
I
l

I
I
I
I
I
I
I
I
I Bid Evaluation
I
I Report
I
I
I
I
I
I
I
I
t
I
I
I
I
I
I
I
I
I ShortlistingReport
I
t
I
I
I
I
I
I
I
t
t
Short-ListingReport

Short-Listing for Design Review


and Construction Supervision Consultants
for CAREC Corridor Investment Program (T-11

I i 1. Bacrcnouup

I I
1.1 The Government of Pakistan (the Government) requested the Asian
Development Bank (ADB) to help finance the Central Asia Regional
Economic Cooperation Corridor Development Investment Program (the

I Investment Program) under a Multi tranche Financing Facility (The Facility).


The Government requested the frst tranche to be disbursed to finance
Tranche 1 of the Investment Program, which aims to improve the 208 km of
road for the three sections i.e. (i) Dualization of Petaro-Sehwan Section (128
; h); (ii) Dualization of Ratodero-Shikarpur Section (44 k*); and (iii)
Rehabilitation of Dara Adam Khel-Peshawar Section (36 km). The CAREC

I I
road network corridor 5 & 6 will connect Pakistan up NortJr to China and
West through Afghanistan respectively. Asian Development Bank lately
designated Ni55 section between Peshawar to DG Khan as an important

I I
CAREC Link, other than Corridor 5 & 6. Moreover N-55 from Peshawar to
Hyderabad is 1,228 km in length. On the right bank of river Indus, it is the
shortest north-south route between Peshawar and Karachi. Government of

t I
Pakistan realizing its importance is already working on the improvement
and dualization of this Road in various sections. The project will rehabilitate,
reconstruct and construct additional carriageway of the following in

I Tranche-1 financing:

Road Section Length (km)

I Petaro-Sehwan Section (Dualization)


Ratodero-Shikarpur Section (Dualization)
128
44

I l
Dara Adam Khel -Peshawar Section
(Rehabilitation) 36
Total 208
I , t.2 The National Highway Authority (NHA) will be the Executing Agency
and the Project Implementation Unit (PIU) under (NHA) will be the
t
t
Implementation Agency which will be established with the General Manager
"GM" (Employer's representative) as the head. NHA requires the services of
Design Review and Construction Supervision Consultants to carry out

I design review, construction supervision & contract administration,


implementation & monitoring of Environmental Management plans where
required. In undertaking the design review of the project, the consultant is

t
I
to take into account tl.e procurement of tJ-e project's civil works will be
proceeding in parallel with this consultant selection process, with the
objective that the consultant's and the civil works contracts can be signed at

I
J
the same time. Accordingly, the consultant's review of the designs must
reflect the possible contractual impacts arising from recommending
substantial changes to the designs, for contracts that have already been

I InvestmentProgram (T-1)

I
I \J
I
Short-ListingReport

procured. Where in the consultant's opinion such changes are essential, its
recommendations to ttre client must reflect the possible risks in terms of
contractual claims, delays, or other impacts.
;
1.3 Brief Description of Road Projects:

I Brief description of the T1 project roads under is given below:

,-; Ratodero-Shlkarpur Dara Adam Khel-


Road Section Petaro-Sehwan Road
Road Peshawar Road
Connection Points: Petaro (Start Point Km Ratodero (Start Point Peshawar (I{m
6+384) - Petaro - Km 334+000)- 1192+OO0;First
; Aliabad - Khanote - Dakkan - Garhi bridge location at
Manjhand - Lakha - Yasin - Kabalo - Kohat Road, 1.5 Km
Sann - Chhachhar - Karan - Shikarpur away from Ring

I Aamri - Lakki Shah


Saddar - Sehwan (End
Point I(m 134+334;.
(End Point I(m
378+2OO)
Road, Peshawar) -
Badaber - Mattani -
Dara Adam Khel

I Present Condition: Fair to Poor


Functional since 1985
Fair to Poor
Functional since
(End Point Km
1228+O00)
Fair to Poor
Functional since

I Existing 7.3 meter


carriageway (two Lane)
with 3.0 meter earthen
shoulders on both sides.
1985
Existing 7.3 meter
carriageway (two
1985
Existing 7.3 meter
dual-carriageway
(dual lane on each

I
lane) with 3.O meter
earthen shoulders on direction)with 2.0
both sides. meter outer shoulder
Additional and 1.0 meter inner

I Proposed
Improvement:
Proposedadditional 7.3
meter carriageway (dual
carriageway shall be
bituminous road.
Proposed additional
7.3 meter
shoulder.

HMA overlay has


been proposed.

I carriageway)with 1.0
meter inner treated
shoulder and 3.0 meter
outer earthen shoulder.
carriageway (Dual
Carriageway) with
1.0 meter inner
treated shoulder and
New design of
shoulders has been
proposed.

I Additional carriageway
shall be bituminous
road.
3.0 meter outer
earthen shoulder"

I
)
Road
Classification:
Right of Way:
National Highway
1 6 . 5 0 +1 6 . 5 0 = 3 3 1 6 . 5 0 1 6 . 5 0= 3 3 12.5+12.5=25
meters meters meters (Minimum
t
I
A,lienment:
Geo-graphical
Plain
Terrain: l,evel to Rolling
Plain
Terrain: Level to
Variable)
Plain
Terrain: Level to

I
Features: Rollins Rollins
Climate: Hot. The annual Hot, the maximum Hot to Cold. The
) maximum temperature temperature maximum
is higher than 45oC. The generally goes up to temperature remains

I annual minimum
temperatures sometimes
up to 15oC.
50oC.The minimum
temperatures always
remain above 15oC.
below 40oC.The
minimum
temperatures
generally remain

I Beneilts: The beneficiaries of the


project will be
The beneficiaries of
the project willbe
below OoC.
The beneficiaries of
the project will be

I communities served bv communities served communities served

lx
'(\$' \r
| ""
Short-Listi

Ratodero-Shikarpur Dara Adam Khel-


Road Sectlon Petaro-Sehwan Road
Road Peshawar Road

I the project road,


although not necessarily
travelling on the new
by the project road,
although not
necessarily travelling
by the project road,
although not
necessarily travelling

I road, will benefit


indirectly from the
improved, lower cost and
faster transport services
on the new road, will
benefit indirectly
from the improved,
lower cost and faster
on the new road, will
benefit indirectly
from the improved,
lower cost axrd faster

I and thereby obtain


improved access to
economic opportunities
and social services.
transport services
ald thereby obtain
improved access to
economic
transport services
arrd thereby obtain
improved access to
economic
Government and non- opportunities and opportunities and
; government agencies social services. social services.
using the project road Government and Government and

I will improve their


services delivery due to
improved transport
efficiency.
non-government
agencies using the
project road will
improve their
non-govemment
agencies using the
project road will
improve their

I Enhancement of socio-
economic activity of the
highway traversed
districts.
services delivery due
to improved
transport efficiency.
Enhancement of
services delivery due
to improved
transport efficiency.
Enhancement of

I socio-economic
activity of the
highway traversed
socio-economic
activity of the
highway traversed

I districts. districts.

L.4 The consultancy services would be required for a period of 39 months


including the defects notification period, which will be 12 months. Total
I input of 67 person-months International and 345.5 person-months
national consultants would be required for the assignment.

I 1.5 The Consultants will perform the duties of the Engineer specified in
the FIDIC conditions of contract and will be required to nominate Resident
Engineers for the contract(s) that will be a full-time resident in the areas or
I located in tl.e proximity of project areas. In addition to the primary role, the
Consultants will assist the Employer in the efficient administration
implementation of the sub-projects, support and strengthen it in its tasks,
and

I monitor progress, financial management, social and environmental


safeguards and gender mainstreaming in the project. The Consultants will
report to the General Manager (GM) appointed by NHA. The Consultants will

I work under the overall guidance, coordination and directions of the GM.

I.6 This Short-Listing Report covers the process of first step of shortlisting

I the consultants who submitted expression of interest for the assignment of


design review and construction supervision consultant in accordance with
Guidelines on the use of Consultants by Asian Development Bank and its

I Borrowers. The said publication defines the policies and procedures of the
Asian Development Bank (ADB) for selecting, contracting, and monitoring
consultants required for loan and technical assistance projects financed in

I whole or in part by loans from ADB, grants by ADB, or fund.s administered


bv ADB.

I
I
I
Short-ListingReport

I The EOI Notice was published in the daily Dawn and Jang newspapers
on 22"d March, 2Ol7 and also uploaded on PPRA and NHA websites. The
PPRA tender No. for subject procurement is TS310172E. The deadline for
I J
submission of Expression of Interest (EOI) was 20ft April, 2017.

3. Connrcprpuu No.l
I I Some of the prospective consultants requested for extension in
'l deadline for submission of EOI. Their request was entertained and the
deadline for submission of EoIs was extended up to 27u April, 2or7 " The
I Corrigendum No.l appeared in daily Dawn and Jang newspapers on 15ff
April, 2oL7 and also uploaded on PPRA and NHA websites. The newspaper

I clippings of notice for EOIs and its Corrigendum No.l are enclosed (Ref:
Annexure-A).

I 4. SugMrssroN Or ExpRrssrou Or lrrpnpsr

Following twenty four (24) Consulting Firms/Ws/Associations


I I
submitted their EoI's through ADB's CMS before the closing date of 2Th
April, 2Ol7 . The long-list is given below:

I I
i. M/s Angel Lazato and Associates International (Philippines) Lead
Firm in association with M/s Rahimzai Computerized Technolory
Engineering (Afghanistan) Sub-consultant;

I ii. M/s DONG IL Engineering Consultants Co., Ltd. (Korea Republic of)
Lead Firm in association with:
I t
a. M/s Techno-Consult International (Rrt.) Ltd. (pakistan) JV;
b. M/s LOYA Associates (Pakistan) W;
c. M/s Electra Consultants (Pakistan) JV;
t
I iii. M/s Dasan consultants co., Ltd. (Korea Republic of) Lead Firm in JV
with M/s Zeeruk International (Pvt.) Ltd. (Pakistan) JV;
T
I iv. M/s Dohwa Engineering co., Ltd. (Korea Republic of) Lead Firm in
association with:
I
)
a. M/s National Engineering Corporation (pakistan) JV;
b. M/s MM Pakistan (R/t.) Ltd. (pakistan) JV;

I
)
v. M/s Dongmyeong Engineering Consultants & Architecture Co., Ltd.
(Korea Republic of) Lead Firm in association with:

I
a. M/s G3 Engineering Consultants (hrt.) Ltd. (pakistan) JV;
b. M/s Synercon (Rrt.) Ltd. (pakistan) JV;

vi. M/s Dongsung Engineering co., Ltd. (Korea Republic of) Lead Firm in
I
l
association with:
a. M/s Soosung Engineering Co., Ltd. (Korea Republic of) JV;

I
J
b. M/s ABM Engineers - Karachi (pakistan) JV;

Investment
Program(T-1)

I I
q
/

I
Short-ListingReport

I M/s Engineering Consultants International (hrt.) Ltd. (Pakistan) Lead


Firm in association wittr:
a. M/s Philkoei International, Inc. (Philippines) JV;

I b. M/s Halcrow Pakistan (Rrt.) Ltd. (Pakistan) Sub-Consultant;


c. M/s National Development Consultants (Rrt.) Ltd. (Pakistan) Sub-
Consultant.

T viii. M/s Henan Water & Power Engineering Consulting Co., Ltd. (PRC)
Lead Firm in association with:

T a. M/s Henan Provincial Communications


Institute Co. Ltd. (PRC) JV
Planning & Design

b. M/s Welt Konnect (Pvt.) Ltd. (Pakistan) Sub-Consultant;

I lX. M/s INACoN Luhur Pertiwi, PT (Indonesia) Lead Firm in association


with M/s Pt. Kogas Driyap Konsultan (Indonesia) Sub-consultan!

I x. M/s Kunhwa Engineering & consulting co., Ltd. (Korea Republic of)
Lead Firm in association with:

I a. M/s Partners In Development (Pakistan) JV;


b. M/s EA Consulting (hrt.) Ltd. (Pakistan) JV;

I xl.

xii.
M/s L. N. Malviya Infra Projects (Rrt.) Ltd. (India) Single Entity;

M/s Minconsult sdn. Bhd. (Malaysia) Lead Firm in association with:

I a. M/s Rehman Habib Consultants (Pvt.) Ltd. (pakistan) Sub-


consultant;
b. M/s A1 Kasib Group of Engineering services (pakistan) sub-

I x111.
consultant;

M/s Resources Development consultants Ltd. (sri-Lanka) Lead Firm

I in association with;
a. M/s Korea Engineering consultants corp (Korea Republic of) JV;
b. M/s Umar Munshi Associates (Pakistan) JV;

I xlv.
c. M/s Indus Associated Consultants (hrt.) Ltd. (pakistan) JV;

M/s velosi Integrity & safety pakistan (Rrt.) Ltd. (pakistan) single

I xv.
Entity;

M/s Yooshin Engineering corporation (Korea Republic of Lead Firm

I
)
in association with;
a. M/s National Engineering services pakistan (Rrt.) Ltd. (pakistan)
JV;

I xv1.
b. M/s PEAS Consulting (Pyt.) Ltd. (pakistan) JV;

M/s Applus Norcontrol s.L.u (spain) Lead Flrm in association with

I M/s Saman Corporation (Korea Republic o0 JV;

I t Program(T-1)

I
I
I
Short-ListingReport

xvii. M/s BOTEK Bosphorus Technical Consulting Corp. (Turkey) Single

I Entity;

xviii. M/s DOLSAR Engineering Ltd. (Turkey) Lead Firm in association

I with;
a. M/s Associated Consulting Engineers - ACE (hrt.) Ltd. (Pakistan)

"l JV;
b. M/s Engineering General Consultants EGC (Pvt.) Ltd. (Pakistan)
JV;
c. M/s Finite Engineering (Rrt.) Ltd. (Pakistan) JV;

I xix.
d. M/s CPM Engineering Consultants (Pakistan) JV;

M/s Finnish Overseas Consultants (FinnOC) Ltd. (Finland) Lead Firm

I in association with M/s Zeeruk International


Sub-Consultant;
(Rrt.) Ltd. (Pakistan)

I xx. M/s Metroplan Musavirlik Muhendislik Sanayi ve Ticaret Ltd. Sirketi


(Turkey) Lead Fitm in association with;
a. M/s Associates in Development (Rrt.) Ltd. (Pakistan) JV;

I b. M/s Global Consultants (Pakistan) JV;


c. M/s Transtech Engineer, Inc. (United States) JV;

I xxi. M/s Renardet S.A. (Switzerland) Lead Firm in association with;


a. M/s Associated Consultancy Center (hrt.) Ltd. (Pakistan) JV;
b. M/s Asif Ali & Associates (Pvt.) Ltd. (Pakistan) JV;

I c. M/s A.A. Associates (Pakistan) JV;


d. M/s TURKPAK Internationaf (hrt.) Ltd. (JV);

I xxii. M/s Roughton International Ltd. (united Kingdom) Lead Firm in


association with;
a. M/s Hunermand (Rrt.) Ltd. (Pakistan) JV;

I b. M/s Republic Engineering corporation


Consultant;
(Rrt.) Ltd. (pakistan) sub-

c. M/s Techniques Consulting Engineers Islamabad (Pakistan) Sub-

I Consultant;

)odii. M/ Tera International Group, Inc (United states) single Entity;

I xxiv. M/ Tecnica y Proyectos s.A (Spain) Lead Firm in association with;

I
a. M/s H&B Consulting Engineers International (Pakistan) Sub-
Consultant;
b. M/s Prime Engineering & Testing consultants (h.t.) Ltd.
(Pakistan) Sub-Consultant;
I 5. EVALUATION

I 5.1 EVALUATION CRITERIA

The evaluation criteria for selection of consultants

I Supervision
are given below:

I o[t\'^
i;;r*
I ?ak-
Short-ListingReport

I. Assignment Specific Qualifications and Experience

I The EOI shall demonstrate technical competence and geographical


experience based on project references entered in Full registration

I under consultants'CMS profile. The consultants are encouraged to


update Project Information under their CMS registration prior to
filling EOI.

I A. Technical

The major indicators


Competence (6O Marksl

for ranking the Projects undertaken and

I completed during last ten years:


a. Lead Firm: (Max : SOf

T Max Points for each project: 25


Total no. ofProjects to be rated:2

I Distribution

i)
percentage/ rating for each proj ect:

Relevance of assignment (50%)


t
,
ii)
iii)
Services Cost PKR - 22O Million (25%ol
Duration of assignment - 30 months (25%)

I Note: Proportionatef pro rata marks will be assigned for sub criteria a
ii) & a iii) for projects partially complied with the criteria. Relevance of
the project is mandatory and irrelevant projects shall not be rated.

I Relevance of Project:

I Excellent
Good
100%
80%

I Average 70%

I b. Associate | ,\I Firm: (Max: 1O)


Similar criteria will be applied for the evaluation of t]' e Associate(s) /
JV firm(s). Minimum no. of projects to be rated for the Associate/ JV

I firm is one (1) even if Lead member meets the maximum


requirement.

I B. Geographlcal Experience (2O Marks)

I a. Lead Firm: {Max: 15f

Geographic competence would be judged on the basis of number of

I projects based on general experience undertaken in Pakistan or South


Asia:

I for CAREC
Con; lnvestmentProgram(T-1) Page-7

I ",[?l'" %---
HIS
f

I t
I
Short-ListingReport

o5 Projects Excellent LOO%


o3 Projects
I o2 Projects
o 1 Projects
Good
Average
Below average
8Oo/o
7Oo/o
50%

I b. Associate I W Flrm: (Max: 5f

'f Similar criteria will be applied for the evaluation of the Associate(s) /
JV firm(s). Minimum no. of projects to be rated for the Associate/ JV
firms a.re two (02) even if Lead partner meet the maximum

I requirement.

c. Management Competence (Answer of each of followlng


questions in one paragraph of 3-5 sentencesl (2O Marksl
;
1. Describe standard policies, procedures, and practices tJrat

I your entity has to assure quality interaction with clients and


outputs. Please state if your company is ISO certified.

T I
2. How will your firm/consortium handle complaints concerning
the performance of experts or quality of the reports submitted

I for this assignment? What internal controls are in place to


address and resolve complaints?

I 3. How will you ensure the quality of your firm's/consortium's


performance over the life of this assignment?

I 4. Describe standard policies, procedures and practices that your


firm has put in place to avoid changes/replacements of
personnel and to ensure the continuity of professional services

I 5.
once contracted.

I Describe what social protection practices you have in place to


safeguard the wellbeing of your proposed experts? Specifically
describe arrangements you have in place for medical accident

I
)
and life insurance coverage during the assignment.

The information provided would be evaluated as:

I (i) Excellent (100%) (ii) Good (80%) (iii) Average (60%).

I 5.2 EVALUATION OF EXPRESSIONS OF INTEREST

The evaluation of Expressions of Interest of all the consulting

I Firms/JVs/Associations mentioned under Para 4 was done in


accordance with the evaluation criteria stipulated under Para 5.1. As

I
a result of evaluatioq of Lo.tg-List applications the score position of

nt Program(T-1)

I
I
N** >[{
I
Short-ListingReport

consulting firms/JVs/Associations mentioned in Para 4 is given below

I Sr.
(Ref: Annexure-B):

Marks
Country

I
No. Name of Flrms of Lead Ranking
Obtalned
Firm

'l 1. M/s Kunhwa Engineering & Consulting


Co., Ltd. in JV with M/s Partners In
Development and M/s EA Consulting (Pvt.) 88.60 KOR 1't
Ltd. (w)

I
2. M/s DONG IL Engineering Consultants
Co., Ltd. in JV with M/s Techno Consult
International (Pvt.) Ltd., M/s LOYA 81.50 KOR 2oa
Associates (JV) and M/s Electra
Consultants (JV)
;
3. M/s Dongsung Engineering Co., Ltd. in JV
with M/s Soosung Engineering Co., Ltd. *

I
80.80 KOR
and M/s ABM Engineers - Karachi (JV)
4. M/s Roughton International Ltd. in
association with M/s Hunermand (Pvt.)
Ltd. (JV), M/s Republic Engineering
; Corporation (Pvt.)Ltd. (Sub-Consultant) 77.90 UK 3.,1
and M/s Techniques Consulting Engineers

I 5.
Islamabad (Sub-Consultant)
M/s Applus Norcontrol S.L.U in JV with
M/s Saman Corporation 76.50 SPA 4tb

I 6. M/s Yooshin Engineering Corporation in


JV with M/s National Engineering Services
76.OO KOR *

I
Pakistan (Pvt.) Ltd. (JV) and M/s PEAS
Consulting (Pvt.) Ltd. (JV)
7. M/ s ResourcesDevelopmentConsultants

I Ltd. in JV with M/s Korea Engineering


Consultants Corp (JV), M/s Umar Munshi
Associates(JV) and M/s Indus Associated
Consultants (Pvt.) Ltd. (JV)
75.40 sRr 5tb

I B. M/s DOLSAR Engineering Ltd. in JV with


M/s Associated Consulting Engineers -

I ACE (Pvt.) Ltd. (JV), M/s Engineering


General Consultants EGC (Pvt.) Ltd. (JV),
M/s Finite Engineering (Pvt.) Ltd. (JV) and
M/s CPM Engineering Consultants {JV)
72.90 TUR 6th

I 9. M/s Dohwa Engineering Co., Ltd. in JV


with M/s National Engineering Corporation
(JV) and M/s MM Pakistan (Pvt.) Ltd. (JV)
72.40 KOR *

I 1 0 . M/s Renardet S.A. in JV with M/s


Associated Consultancy Center (pvt.) Ltd.

I
(JV), M/s Asif Ali & Associates(pvt.) Ltd. 72.20 swr 7th
(JV), M/s A.A. Associates (JV) and M/s
TURKPAK International (pvt.) Ltd. (JV)

I DesignReviewand Construction
.{u
s*ltayfior CAREC
CorridorInvestmentPrt'gramlr-1) Page-g

I ^(\'.i
*s(,t Z /
l

I
!v\ \/

6 WE
Short-ListingReport

Sr. Country
No. Marks

I
Name of Firms of Lead Ranking
Obtained
Firm
1 1 . M/s L. N. Malviya Infra Projects (Pvt.) Ltd.
(Single Entity) 68.10 IND 8th

t l
L 2 , M/s Minconsult Sdn. Bhd. in association
with M/s Rehman Habib Consultants (Pvt.)
Ltd. (Sub-consultant) and M/s Al Kasib

I
67.40 MAL 9th
Group of Engineering Services(Sub-
consultant)

I
1 3 . M/s Engineering Consultants International
(Pvt.) Ltd. in association with M/s Philkoei
International, Inc. (W), M/s Halcrow
Pakistan (Pvt.) Ltd. (Sub-Consultant) and 61.60 PAK 1oth

I M/s National Development Consultants


(Pvt.) Ltd. (Sub-Consultant)
7 4 . M/s Dasan Consultants Co., Ltd. in JV

I with M/s Zeeruk International


(JV)
(Pvt.) Ltd. 61.OO KOR *

I
1 5 . M/s BOTEK Bosphorus Technical
Consulting Corp. (Single Entity) 57.50 TUR 1lth

1 6 . M/ Tera International Group, Inc. (Single


57.50 USA

I
1lth
Entity)
1 7 . M/s DongmyeongEngineering Consultants
& Architecture Co., Ltd. in JV with M/s G3 *

I Engineering Consultants (Pvt.) Ltd. (JV) 57.40 KOR


and M/s S5rnercon(Pvt.) Ltd. (JV)
1 8 . M/ T6cnica y Proyectos S.A in association

I with M/s H&B Consulting Engineers


International (Sub-Consultant) and M/ s
Prime Engineering & Testing Consultants
54.50 SPA L2tb

I (Pvt.)Ltd. (Sub-Consultant)
1 9 . M/s Velosi Integrity & Safety Pakistan
(Pvt.) Ltd. (Single Entity) 47.30 PAI( 13tb

I 20. M/s Angel Lazaro and Associates


International in association with M/s
Rahimzai Computerized Technolory 38.50 PHI 14th

t
.l 2r.
Engineering (Sub-consultant)
M/s Finnish OverseasConsultants
(FinnOC) Ltd. in association with M/s

I Zeeruk Internationai (Pvt.) Ltd. (Sub-


Consultant)
2 2 . M/s INACON Luhur Pertiwi, PT in
35.80 FIN 1stb

I association with M/s Pt. Kogas Driyap


Konsultan (Sub-consultant)
24.60 IND 16th

I 23. M/s Metroplan Musavirlik Muhendislik


Sanayr ve Ticaret Ltd. Sirketi in JV with
M/s Associatesin Development(pvt.) Ltd.
(JV), M/s Global Consultants (JV) and M/s
25.90 TUR *

I Program(T-1)

I
) l- o\5\\?
Fez* 6"
I z >4[f
Short-ListingReport

Sr. Country
Marks
No.

I
Name of tr'irms of Lead Ranking
Obtained
Firm
Transtech Engineer, Inc. (JV)

I 24. M/s Henan Water & Power Engineering


Consulting Co., Ltd. in association with
M/s Henan Provincial Communications
Planning & Design Institute Co. Ltd. (JV)
21.80 PRC 17th
and M/s Welt Konnect (Pvt.) Ltd. (Sub-
; Consultant)

T I 5.3 Clause 48 of ADB's Users Guide for Submission Forms 'Shortlisting -


Geographic spread (RLES, para 6)'states:

l , 48.1 The Guidelines requires a uide geographic spread, with no more


thantu.to consultants from anA one country.

I I
48.2 Example: A shortlist compising two from GER, tuo firtn USA, two
firm PHI utill be acceptable, tLnugh this ls not a good shortlist as

t l 5.4
the shortlist offers busfness opporfiinities only to three countries.

Table under Para 5.2 for ranking of the Consultants indicates that top
three positions are captured by Korean Consultants. In view of Clause
I I
48.1 of ADB's Users Guide (Para 5.3 above) no more than two
consultants from any one country are to be shortlisted. Accordingly,
the Consultant appearing at Sr. No.3 is to be dropped. While going

I down the list another Korean Consultant appears at S. No.6 which is


to be dropped too. As a result thereof six consultants to be shortlisted
would include those at Sr. No.1, 2, 4, 5, 7 and 8.

I 6. RECOMMENDATIONS

I Under the ADB Guidelines for procurement of Consultants, top six


(06) consultants are to be short-listed. Therefore, the Evaluation
Committee recommends tJlat names of following top six (06)
lt
consultants may be forwarded for concurrence of ADB to short-list
ttrem for "Design Review and Construction Supervision Consultants

I
)
for CAREC Corridor Investment Program (T-1)":

i. M/s Kunhwa Engineering & Consulting Co., Ltd. (Korea,

I
,t
Republic of) Lead Firm in JV with M/s Partners in Development
(Pakistan) M/s EA Consulting (Rrt.) Ltd. (Pakistan);

I
I
ii, M/s DONG IL Engineering Consultants Co., Ltd. (Korea
Republic of) Lead Firm in JV with M/s Techno-Consult
International (hrt.) Ltd. (Pakistan), M/s LoyA Associates
t
J
(Pakistan) and M/s Electra Consultants (Pakistan);

I
I
I
I I
Short-ListingReport

M/s Roughton International Ltd. (UK) Lead Firm in association


t I
with M/s Hunermand (Pvt.) Ltd. (Pakistan) (JV), M/s Republic
Engineering Corporation (Pvt.) Ltd. (Pakistan) (Sub-Consultant)
.l and M/s Techniques Consulting Engineers Islamabad (Pakistan)
Sub-Consultant;
I
'l lV. M/s Applus Norcontrol S.L.U (Spain) Lead Firm in JV with M/s
Saman Corporation (Korea Republic o0;
I
'l v. M/s Resources Development Consultants Ltd. (Sri-Lanka) Lead
Firm in JV with M/s Korea Engineering Consultants Corp
I
(Korea Republic of), M/s Umar Munshi Associates (Pakistan)

I vl.
and M/s Indus Associated Consultants (Pvt.) Ltd. (Pakistan);
M/s DOLSAR Engineering Ltd. (Turkey) Lead Firm in JV with

I I
M/s Associated Consulting Engineers ACE (Pvt.) Ltd.
(Pakistan), M/s Engineering General Consultants EGC (Pvt.)

t I
Ltd. (Pakistan), M/s Finite Engineering (Pvt.) Ltd. (Pakistan) and
M/s CPM Engineering Consultants (Pakistan).

I 7. SUBMISSION

The Evaluation Committee submits Para 6 for kind perusal and

t I ,l\
approval of Member (Engineering Coord.), piease.

fr
/

I I
t
k;4*/z"tz fi17.
Director (P&CA-III) Director (Plannin
I
.l
t

,f General Manager General Manager

t
.a
I
( Engg.Coor d.- I)

t
.) (Planning) Convener
General Manager
(Finance)

I
T
.J

I t
I DesignReviewand ConstructionSupervisionConsultantsforCAREC
CorridorInvestmentProgram(T-1) Page-t2

I
I
t
l
I
I
I
I
I
t
I TechnicalEvaluation
T
t Report
I
t
I
I
T
I
I
I
I
t
I TechnicalEvaluationI ZOfZ

I Evaluation Report

I 1. BecrcRouro

I 1.1 The Government of Pakistan (the Government) requested the Asian


Development Bank (ADB) to help finance the Central Asia Regional
Economic Cooperation Corridor Development Investment Program (the

I Investment Program) under a Multi tranche Financing Facility (The


Facility). The Government requested the first tranche to be disbursed

I to finance Tranche 1 of the Investment Program, which aims to


improve the 208 km of road for the three sections i.e. (i) Dualization of
Petaro-Sehwan section (r28 k*); (iil Dualization of Ratodero-

I Shikarpur Section (aa km); and (iii) Rehabilitation of Dara Adam Khel-
Peshawar section (36 km). The cAREC road network corridor s & 6
will connect Pakistan up North to china and west through
I Afghanistan respectively. Asian Development Bank lately designated
N-55 section between Peshawar to DG Khan as an important CAREC

I Link other than corridor 5 & 6. Moreover N-55 from peshawar to


Hyderabad is r,228 km in length. on the right bank of river Indus, it
is the shortest north-south route between peshawar and Karachi.
I Government of Pakistan realizing its importance is already working on
the improvement and dualization of this Road in various sections. The

I project will rehabilitate, reconstruct and construct additional


carriageway of the following in Tranche-1 financing:

I Road Section Length (kml


Petaro-Sehwan Section (Dualization)
I Ratodero-Shikarpur Section (Dualization)
Dara Adam Khel -Peshawar Section
t28
44

I (Rehabilitation)
Total
36
20,8

l I.2 The National Highway Authority (NHA) will be the Executing Agency
and the Project Implementation Unit (PIU) under (NHA) will be the

I Implementation Agency which will be established with the General


Manager "GM" (Employer's representative) as the head. NHA requires
the services of Design Review and Construction Supervision
I Consultants to carry out design review, construction supervision &
contract administration, implementation & monitoring of
I Environmental Management plans where required. In undertaking the
design review of the project, the consultant is to take into account the

I 6ro.,#m:x *" for Design and Construction Superuision Consultants for CAREC Corrid.or
page-1

I [i,{ft
I
I Technical Evaluatio., I ZOLZ

procurement of the project's civil works will be proceeding in parallel


I with this consultant selection process, with the objective that the
consultant's and the civil works contracts can be signed at the same

t time. Accordingly, the consultant's review of the designs must reflect


the possible contractual impacts arising from recommending

I substantial changes to the designs, for contracts that have already


been procured. Where in the consultant's opinion such changes are
essential, its recommendations to the client must reflect the possible

i risks in terms of contractual claims, delays, or other impacts.

1.3 Brief Description of Road Projects:


I Brief description of the T1 project roads under is given below:

I Ratodero-Shikarpur
Road
Dara Adam Khel-
Peshawar Road

I Connection
Points:
Petaro (Start Point Km
6+384) - Petaro -
Aliabad - Khanote -
Manjhand - Lakha -
Ratodero (Start Point
Km 334+OOO)
Dakkan -
-
Garhi
Yasin - Kabalo -
Peshawar (Km
1192+O0O;First
bridge location at

I
Kohat Road, 1.5
Sann - Chhachhar - Karan - Shikarpur Km away from
Aamri - Lakki Shah (End Point Km Ring Road,
Saddar - Sehwan (End 378+200) Peshawar)-

I Point Km 134+384). Badaber - Mattani


- Dara Adam Khel
(End Point Km

T Fair to Poor
Functional since 1985
Existing 7.3 meter
Fair to Poor
Functional since
1985
Fair to Poor
Functional since
1985

i carriageway (two Lane)


with 3.0 meter
earthen shoulders on
Existing 7.3 meter
carriageway (two
lane)with 3.0 meter
Existing 7.3 meter
dual-carriageway
(dual lane on each

l both sides. earthen shoulders on


both sides.
Additional
carriageway shall be
direction) with 2.0
meter outer
shoulder and 1.0
meter inner

I Proposed
Improvement:
Proposed additional
7.3 meter carriageway
bituminous road.
Proposed additional
7.3 meter
shoulder.
HMA overlay has
been proposed.

I (dual carriageway)
with 1.0 meter inner
treated shoulder and
3.0 meter outer
carriageway (Dual
Carriageway) with
1.0 meter inner
treated shoulder and
New design of
shoulders has
been proposed.

I earthen shoulder.
Additional carriageway
shall be bituminous
3.0 meter outer
earthen shoulder.

t Road
Classification:
road.
National Highway

th
Right of Way: I2.5+12.5=25
meters (Minimum

lt 3b Superui.sion Consultants for CAREC Corridor


Page-2

it
I
i Technical Evaluat ior- |I ZOLZ

l Road Section
Geo-graphical
Petato-Sehwan Road
Terrain: Level to
Ratodero-Shikarpur
Road
Terrain: Level to
Dara Adam Khel-
Peshawar Road
Terrain: Level to
Features:

I
Rollins Rollins Rollins
Climate: Hot. The annual Hot, the maximum Hot to Cold. The
maximum temperature maximum
temperature is higher generally goes up to temperature

I than 45oC. The


annual minimum
temperatures
50oC. The minimum
temperatures always
remain above 1SoC.
remains below
40oC.The
minimum

l
sometimes up to 15oC. temperatures
generally remain
below OoC.
Benefits: The beneficiaries of The beneficiaries of The beneficiaries

i the project will be


communities served
by the project road,
the project will be
communities served
by the project road,
of the project will
be communities
served by the

I although not
necessarily travelling
on the new road, will
benefit indirectly from
although not
necessarily travelling
on the new road, will
project road,
although not
necessarily
benefit indirectly travelling on the

i the improved, lower


cost and faster
transport services and
from the improved,
lower cost and faster
transport ser',rices
new road, will
benefit indirectly
from the

l thereby obtain
improved access to
economic
and thereby obtain
improved access to
economic
improved, lower
cost and faster
transport services
opportunities and opportunities and

I
and thereby
social seryices. social services. obtain improved
Government and non- Government and access to
government agencies non-government economic

I using the project road


will improve their
services delivery due
agencies using the
project road will
improve their
opportunities and
social services.
Government and
to improved transport seryices delivery due
l non-government
efficiency. to improved agencies using the
Enhancement of transport efficiency. project road will
socio-economic Enhancement of improve their

I activity of the highway


traversed districts.
socio-economic
activity of the
highway traversed
services delivery
due to improved
transport

I districts. efficiency.
Enhancement of
socio-economic
activity of the

I highway traversed
districts.

I r.4 The consultancy services would be reqLrired for a period of 39 months


including the defects notification period, which will be 12 months.
Total input of 67 person-months International and 345.5 person-
I months national consultants would be required for the assignment.

t,( The Consultants will perform the duties of the Engineer specified in
the FIDIC conditions of contract and will be required to nominate

re 90.
Resident Engineers for the contract(s) that will be a full-time resident

Superuision Consultants for CAREC Corrid.or


page-3

ll
I
I Technical Evaluat ior- ZO17
|

t in the areas or located in the proximity of project areas. In addition to


the primary role, the Consultants will assist the Employer in the
efficient administration and implementation of the sub-projects,
t support and strengthen it in its tasks, monitor progress, financial
management, social and environmental safeguards and gender

I mainstreaming in the project. The Consultants will report to the


General Manager (GM) appointed by NHA. The Consultants will work
under the overall guidance, coordination and directions of the GM.
l 1.6 This report covers the evaluation of technical and financial proposals
submitted by consultants who were previously shortlisted by NHA and
t selection of technically sound and well experienced Consultant in
accordance with Guidelines on the use of Consultants by Asian
Development Bank and its Borrowers. The said publication defines the
I policies and procedures of the Asian Development Bank (ADB) for
selecting, contracting, and monitoring consultants required for loan
and technical assistance projects financed in whole or in part by loans
I from ADB, grants by ADB, or funds administered by ADB.

t 2. Bnrpr Scopp or Spnvrcps

The general duties & responsibilities of the consultant include but are

I not limited to the following;

a) Review (if required) Bid documents for the project and assist NHA

I in prequalification of contractors, if required, evaluation of bids


received and award of civil works contracts.

I b) The Consultants will carry out a critical review of the detailed


engineering design prior to the commencement of works to identify
anomalies or omissions that constitutes inconsistency in the

I design and completeness of works. This design review should be


completed in three (3) months'time and the design review report
will be submitted within three (3) months. The design report
I should clearly indicate if any section of the road requires
adjustment in the horizontal and vertical alignment, changes to
the structures and identify the LARP and non LARP areas. on
I completion of the review, the consultant will prepare a report,
setting out all findings and recommendations for correcting any
defects or omissions identified. Notwithstanding these, the
t consultant will immediately inform the employer of any defect or
omission that may have a substantial impact on the Project at the
time the defect or omission is uncovered.
I c) Civil works will be carried out based on the FIDIC Conditions of
contract for construction, MDB Harmonized Edition - June 2oro.
I The consultant will administer the civil works' contracts, make
engineering decisions, be responsible for quality assur€rnce,

il Seruicesfor Design n"V.


Program(T-l Projects)
l\
and Constntfuion Supervision Consultantsfor CAREC Conidpr
^\$ / page_4

il tV'f\'"'q,
!
I Technical Evaluatiot I ZO\Z

I provide general guidance and furnish timely responses to the


contractors in all matters relating to the civil works, and ensure
that all clauses of the contract agreement between the civil works

t contractors and PIU are adhered to and respected.

d) The consultants will advise PIU on all matters relating to the

I efficient and successful execution of the civil works contracts; will


act at all times to protect the interests of the project; will take all
reasonable steps to keep the construction costs minimum and
consistent with engineering practices and economically sound;
will prepare a "Contract Administration and Construction
Supervision Manual" outlining routines and standard operating
I procedures to be applied in contract administration,
construction supervision based on sound internationally
recognized practice.
and

I 3. AnvpRtrspnnprr

I The EOI Notice was published in the daily Dawn and Jang newspapers
on 22nd March, 2OI7 and also uploaded on PPRA and NHA websites.
The PPRA tender No. is TS310I72E for the subject procurement. The
I deadline for submission of Expression of Interest (EOI) was 20h April,
20L7.

I 4. Connrcpupuru No.1

I Some of the prospective consultants requested for extension in


deadline for submission of EOI. Their requests were entertained and
the deadline for submission of EOIs was extended up to 27b April,

I 2OL7. The Corrigendum No.l appeared in daily Dawn and Jang


newspapers on 15tt'ApriI,2OL7 and also uploaded on PPRA and NHA
websites. The newspaper clippings of notice for EOIs and its

I 5.
Corrigendum No.1 are enclosed (Ref: Annexure-A).

Trmp Ppnrop

t The project is scheduled for completion in thirtv nine months (39)


months from the Date of Commencement.
I 6. PC-1 Srerus

I Subsequent to the approval of PC- 1 of the subject project by ECNEC,


Ministry of Communication forwarded its administrative approval to

I National Highway Authority vide its letter No.5(2)/2016-Roads-1 dated


18fr August, 2O17. The extracts from the said letter are given below:

I In pursuance of ECNEC's approval, accorded in its meeting held on


26-07-2017, the Ministry of Communication conveyed the

I h -
administrative approval of the President of Pakistan to finance the

^ Cpffutting Seruicesfor Design n\4ew ana Superuision Consultants for CAREC Corridor
lO' riubstment
Prosram(r-1 Projects) Page-5

I ""' SrC_r-
I
I Technical Evaluation 20t7

I scheme titled "CAREC Corridor Deuelopment Inuestment program


Tranclrc-I Project€', at the rationalized cost of Rs.2I,O4l.00 million
with Government of Sindh share of Rs.6,599.00 million including FEC
I of Rs. L3,4O7.OOmillion as recommended by CDWP. The above
mentioned letter is enclosed for reference {Ref: Annexure-Bl.

I 7. SusMrssror Or ExpREssron Or INrpREst

t Following twenty four (24) Consulting Firms/ JVs/ Associations


submitted their EOI's through ADB's CMS before the closing date of
27h Aprit,2017. The long-list is given below:

I M/s Angel Lazaro and Associates International (Philippines) Lead


Firm in association with M/s Rahimzai Computerized Technologr
Engineering (Afghanistan) Sub-consultant;
I 11. M/s DONG IL Engineering Consultants Co., Ltd. (Korea Republic of)
Lead Firm in association with:
I a. M/s Techno-Consult International (Pvt.) Ltd. (Pakistan) JV;
b. M/s LOYA Associates (Pakistan) JV;
c. M/s Electra Consultants (Pakistan) JV;
I iii. M/s Dasan Consultants Co., Ltd. (Korea Republic of) Lead Firm in JV
with M/s Zeeruk International (Pvt.) Ltd. (Pakistan) JV;
I iv. M/s Dohwa Engineering Co., Ltd. (Korea Republic of) Lead Firm in
association with:

T a. M/s National Engineering Corporation (Pakistan) JV;


b. M/s MM Pakistan (Pvt.) Ltd. (Pakistan) JV;

I v. M/s Dongmyeong Engineering Consultants & Architecture Co., Ltd.


(Korea Republic of) Lead Firm in association with:
a. M/s G3 Engineering Consultants (Pvt.) Ltd. (Pakistan) JV;
I vl.
b. M/s Synercon (Pvt.) Ltd. (Pakistan) JV;
M/s Dongsung Engineering Co., Ltd. (Korea Republic of) Lead Firm in

I association with:
a. M/s Soosung Engineering Co., Ltd. (Korea Republic of) JV;
b. M/s ABM Engineers - Karachi (Pakistan) JV;
I vll. M/s Engineering Consultants International (Pvt.) Ltd. (Pakistan) Lead
Firm in association with:

I a. M/s Philkoei International, Inc. (Philippines) JV;


b. M/s Halcrow Pakistan (Pvt.) Ltd. (Pakistan) Sub-Consultant;
c. M/s National Development consultants (Pvt.) Ltd. (Pakistan) sub-
I Consultant.
M/s Henan Water & Power Engineering Consulting Ltd. (PRC)
I Firm in association with:

I h:-fi."Xtt\idg s"-i""s for Desisn , arra(&otruction Superuision Consultantsfor CAREC Corid.or


\YnuestmentProgram(71 Project page_6
$e. ,.,6\0,

I 2',
I
I Technical Evaluat ior-
|
ZO17

a. M/s Henan Provincial Communications Planning & Design


I Institute Co. Ltd. (PRC)JV
b. M/s Welt Konnect (Pvt.) Ltd. (Pakistan) Sub-Consultant;

I M/s INACON Luhur Pertiwi, PT (Indonesia) Lead Firm in association


with M/s Pt. Kogas Driyap Konsultan (Indonesia) Sub-consultant;

I M/s Kunhwa Engineering & Consulting Co., Ltd. (Korea Republic of)
Lead Firm in association with:
a. M/s Partners In Development (Pakistan) JV;
I b. Mi s EA Consulting (Pvt.) Ltd. (Pakistan) JV;
M/s L. N. Malviya Infra Projects (Pvt.) Ltd. (India) Single Entity;
I M/s Minconsult Sdn. Bhd. (Malaysia) Lead Firm in association with:
a. M/s Rehman Habib Consultants (Pvt.) Ltd. (Pakistan) Sub-
I ' consultant;
b. M/s Al Kasib Group of Engineering Services (Pakistan) Sub-
consultant;
I xiii. M/s Resources Development Consultants Ltd. (Sri-Lanka) Lead Firm
in association with;

I a. M/s Korea Engineering Consultants Corp (Korea Republic of) JV;


b. M/s Umar Munshi Associates (Pakistan) JV;
c. M/s Indus Associated Consultants (Pvt.) Ltd. (Pakistan) JV;
I xiv. M/s Velosi Integrity & Safety Pakistan (Pvt.) Ltd. (Pakistan) Single
Entity;

I xv. M/s Yooshin Engineering Corporation (Korea Republic of ) Lead Firm


in association with;

I a. M/s National Engineering Services Pakistan (Pvt.) Ltd. (Pakistan)


JV;
b. M/s PEAS Consulting (Pvt.) Ltd. (Pakistan) JV;
I xvi. M/s Applus Norcontrol S.L.U (Spain) Lead Firm in association with
M/s Saman Corporation (Korea Republic of) JV;

I xvii. M/s BOTEK Bosphorus Technical Consulting Corp. (Turkey) Single


Entity;

I xviii. M/s DOLSAR Engineering Ltd. (Turkey) Lead Firm in association


with;

t a. M/s Associated Consulting Engineers - ACE (Pvt.) Ltd. (Pakistan)


JV;
b. M/s Engineering General Consultants (Pvt.) Ltd. (Pakistan) JV;

I c. M/s Finite Engineering (Pvt.) Ltd. (Pakistan) JV;


d. M/s CPM Engineering Consultants (Pakistan) JV;

I /s Finnish Overseas Consultants (FinnOC) Ltd. (Finland) Lead Firm


association with Mls Zeeruk International (Pvt.) Ltd. (Pakistan)
Sub-Consultant;

I -
lO.
.nCoigVlfirlg Seruicesfor Design R
lVnr.stment Program (T-1 Projects)
n Superuision Consultants for CAREC Corridor
Page-7

I
il
I Technical Evaluation

I xx. M/s Metroplan Musavirlik Muhendislik Sanayi ve Ticaret Ltd. Sirketi


(Turkey) Lead Firm in association with;

I a. M/s Associates in Development (Pvt.) Ltd. (Pakistan) JV;


b. M/s Global Consultants (Pakistan) JV;
c. M/s Transtech Engineer, Inc. (United States) JV;

I xxi. M/s Renardet S.A. (switzerland) Lead Firm in association with;


a. M/s Associated Consultancy Center (Pvt.) Ltd. (Pakistan) JV;
I b. M/s Asif Ali & Associates (Pvt.) Ltd. (Pakistan) JV;
c. M/s A.A. Associates (Pakistan) JV;
d. M/s TURKPAK International (Pvt.) Ltd. (JV);
I xxii. M/s Roughton International Ltd. (United Kingdom) Lead Firm in
association with;
I a. M/s Hunermand (Pvt.) Ltd. (Pakistan) JV;
b. M/s Republic Engineering Corporation (Pvt.) Ltd. (Pakistan) Sub-

I Consultant;
c. M/s Techniques Consulting Engineers Islamabad (Pakistan) Sub-
Consultant;

I xxiii. M/ Tera International Group, Inc. (United States) Single Entity;

I xxiv. M/ T6cnica y Proyectos S.A. (Spain) Lead Firm in association with;


a. M/s H&B Consulting Engineers International (Pakistan) Sub-
Consultant;
b. M/s Prime Engineering & Testing Consultants (Pvt.) Ltd.
; (Pakistan) Sub-Consultant;

I 8. SnoRt t lsnrc Op Appr,rcerts

After evaluation of EOIs of each applicant named under Para 7 above,


I following six (06) applicants were declared shortlisted. The Asian
Development Bank also concurred the evaluation process of short

I listing and the Request for Proposal vide their letter dated: 7tr July,
2Ol7 (Ref: Annexure-Cf .

M/s Kunhwa Engineering & Consulting Co., Ltd. (Korea Republic


I of) Lead Firm in association with:
a. M/s Partners in Development (Pakistan) JV;

I b. M/s EA Consulting (Pvt.) Ltd. (Pakistan) JV;

t M/s DONG IL Engineering Consultants


of) Lead Firm in association with:
Ltd. (Korea Republic

M/s Techno-Consult International (Pvt.) Ltd. (Pakistan) JV;

I M/s LOYA Associates (Pakistan) JV;


M/s Electra Consultants (Pakistan) JV;

; 4o $;).,tins Y*in" f2r-D3sisn and\ Superuision Consultants for CAREC Corridor


Inuestment Program (T-1 Projects) /rN Page-8

t
I
T Technical Evaluat ior- | ZO17

I iii. M/s Roughton International Ltd. (United Kingdom) Lead Firm in


association with;

T a.
b.
M/s Hunermand (Pvt.) Ltd. (Pakistan) JV;
M/s Republic Engineering Corporation (Pvt.) Ltd. (Pakistan)

t c.
Sub-Consultant;
M/s Techniques Consulting Engineers Islamabad
(Pakistan) Sub-Consultant;
I iv. M/s Applus Norcontrol S.L.U (Spain) Lead Firm in association
with M/s Saman Corporation (Korea Republic of) JV;
I v. M/s DOLSAR Engineering Ltd. (Turkey) Lead Firm in association
with;
I M/s Associated Consulting Engineers - ACE (Pvt.) Ltd.
(Pakistan) JV;

I b. M/s Engineering General Consultants (Pvt.) Ltd. (Pakistan)


JV;

I c.
d.
M/s Finite Engineering (Pvt.) Ltd. (Pakistan) JV;
M/s CPM Engineering Consultants (Pakistan) JV;

I vi. M/s Resources Development Consultants Ltd. (Sri-Lanka) Lead


Firm in association with;
a. M/s Korea Engineering Consultants Corp (Korea Republic
I b.
oQ JV;
M/s Umar Munshi Associates (Pakistan) JV;
I c. M/s Indus Associated Consultants (Pvt.) Ltd. (Pakistan) JV;

9. Issuaucp Or Rpeupsr Fon PRoposer,


I The Request for Proposal as approved by ADB was issued on l1th

I July, 2077 to all the shortlisted consultants mentioned under Para 8


above (Ref: Annexure-Dl. The consultants were allowed response time
of minimum 45 days for preparation of their proposals in accordance
t with Guidelines on the use of consultants by Asian Development Bank
and its Borrowers.

I 10. Pnp-PRoposnLMpsrllyc

I The Pre-Proposal meeting with the short-listed consultants was held


on wednesday the 26h of July, 2077 at 1100 hrs in NHA Auditorium,
Q Islamabad. The proceeding of Pre-Proposal meeting is enclosed
I /5
f: Annexure-Ef.

I 30, E;rzirnnn Seruices


for Design
Inuestment Program (T-1 Proj
Construction Superuision Cortsultants for CAREC Corridor

I
I
I Technical Evaluation | 2OL7
I

11. SusMrssror/ Opprrrvc Or Pnoposals


l 11.1 Following Five (O5) shortlisted consultancy associations submitted

I their technical and financial proposals as JVs/ on 29h August, 2Ol7


at 110o Hours in NHA Auditorium, 27-Mauve Area, G-911, Islamabad.

I M/s Kunhwa Engineering & Consulting


Republic of) Lead Firm in association with:
Co., Ltd. (Korea

I a.
b.
M/s Partners in Development (Pakistan) JV;
M/s EA Consulting (Pvt.) Ltd. (Pakistan) JV;

I ii. M/s Resources Development consultants (pvt.) Ltd. (sri-Lanka)


Lead Firm in association with:

I a. M/s Korea Engineering Consultants Corp (Korea Republic


of) JV;

I b.
c.
M/s Umar Munshi Associates (Pakistan) JV;
M/s Indus Associated Consultants (Pvt.) Ltd. (pakistan) JV;

I 111. M/s Applus Norcontrol s.L.u (spain) Lead Firm in association


with M/s Saman Corporation (Korea Republic of) JV;
M/s DONG IL Engineering Consultants
I
1V. Co., Ltd. (Korea
Republic of) Lead Firm in association with:

a. M/s Techno-consult International (pvt.) Ltd. (pakistan) JV;


I b. M/s LOYA Associates (Pakistan) JV;
c. M/s Electra Consultants (Pakistan) JV;
I d. M/s Dongsung Engineering Co., Ltd. (Korea Republic of)
JV;

I v. M/s DOLSAR Engineering Inc. co., (Turkey) Lead Firm


association with;
in

I a. M/s Associated consulting


(Pakistan) JV;
Engineers - ACE (pvt.) Ltd,.

I b. M/s Engineering General consurtants (pvt.) Ltd. (pakistan)


JV;

I c.
d.
M/s Finite Engineering (pvt.) Ltd. (pakistan) JV;
M/s CPM Engineering Consultants (pakistan) JV;

I IL.2 The Opening and Evaluation Committee constituted in respect of NHA


code-20o5 and further revised vide circular No 6(
)/GM(p&cAl/
IHei15/116, dated 23'd January, 2ols was invited vide office letter
I o.6$36)lcM(P&cA)/NHA/ tr /t287 dated 2srh August, 2otr for

I h opening of proposals. The technical proposals were opened on the

I
Q -
,Qysffiinj
'Inuestment
Seruices for Design R
Program (T-1 projects)
,c
and
I
Superuision Consultants for CAREC Corri.d.or
Page-10
I
T Technical Evaluat ion I ZOn

same day i.e., 29ft August, 2017 in the presence of representatives of


I consultants. The proceedings of the opening are enclosed (Ref:
Annexure-Fl.

I 12. Evnr,uetlor

I I2.I Evnr,uRrroxCnrrsRtn

The Quality and Cost Based Selection (QCBS) method provided under
I "The Guidelines for the use of Consultants by Asian Development Bank
and its Borrowers (ADB)" (Ref: Annexure-Gf with 9OVo technical to

l 10% financial (9O:10) weightage with Single Stage TWo Envelope (SSTE)
procedure is adopted for procurement of consultants. Before issuance
of RFP, Narrative Evaluation Criteria (NEC) was formulated; which was
T also concurred by ADB. The NEC was used for evaluation of proposals
which is enclosed (Ref: Annexure-H). The criteria for marking as

t prescribed in the issued RFP are given below:

Evaluation Criteria
I 1. QuelrprcRrrou 100

I a) Experience in similar projects


b) Experience in similar geographic
areas
(5O)
(50)

I 2. AppnoACHANDMBrHoooLoGY
a) Understanding of objectives (40)
200

b) Quality of methodologr (30)


I c) Innovativeness/ Comments on
TORs (30)

t d) Work Program
e) Personnel Schedule
0 Counterpart Personnel and
(30)
(30)

Facilities (30)
I g) Proposal Presentation
Ppnsoxlrpl (Anpes op exppnrrsp)
(10)
700

T KeE Experts Imterrr,ationals


a) Team Leadership
a) Chief Resident Engineer lTeam
(315)
(60)
(40)
I Leader
b) Senior Pavement Design Engineer
c) Senior Bridge/ Structure Engineer
(20)
(25)
I d) Senior Soil/ Material Engineer
e) Senior Hydrologist
(20)
(201
0 Senior Contract Specialist (40)
I s) Senior Geotechnical Engineer
h) Senior Geometric Design Engineer
(30)
(201'
i) Senior Environmental.Specialist (20)
I -- r/).
4Q.Cbilsulting
'
- I
Seruicesfor Design )
Inuestment Program (T-1 Projects,
Superuision Consultants for CAREC Conidor
Page-I 1

I ;*$
I
T TechnicalEvaluation I ZO\Z

j) Road Safety Auditor


T Keg Expelts .lVationals
k) Deputy Team Leader I Senior
(20)
(38s)
(60)

I Resident Engineer
1) Resident Engineer-1
m) Resident Engineer-2
(3s)
(3s)
I n) Resident Engineer-3
o) Assistant Resident Engineer- 1
p) Assistant Resident Engineer-2
(3s)
(20)
(20)
I q) Assistant Resident Engineer-3
r) Bridge/ Structure Engineer- 1
(201
(10)
s) Bridge/ Structure Engineer-2 (10)
t t) Bridge/ Structure Engineer-3
u) Soil/ Material Engineer-l
(10)
(201.
v) Soil/ Material Engineer-2 (20)
I w) Soil/ Material Engineer-S
x) Environmental Specialist
(20)
(30)
Procurement/ Contract 40
I
Minimum qualifring technical score:
I The percentage distribution of weightage earmarked
750

for evaluation

I sub-criteria for suitability of Key Personnel are:

S.No. Description Percentage


l Keg fucperts ffnfento:tlono"l]
i. General Qualifications ISVo
I ii. Project-Related Experience 7Oo/o

I iii. Overseas/CountryExperience
Total:
I50h
rooo

I Kq expeffs fllattonctf
General Qualifications I50h

T Proj ect- Related Experience


Experience with International Organizations
TOVo

ISVo

t Total: IOOo/o

I2.2 Dprarlpo Ever,uRrroN


I The score assigned to each proposal by the NHA,s opening and
Evaluation Committee after completing the detailed evaluation of each
I nical proposal is tabulated below:

t sram(r-1n*"",NOS
Superuisbn Consultants for CAREC Corridor
page_ 12

I
I
I Technical Evaluat ionl ZOtz

I s.
No.
Name of Consultants

I 1. M/s DONG IL Engineering Consultants Co., Ltd.


Lead Firm in association with M/s Techno-
Consult International (Pvt.) Ltd., M/s LOYA
84A.7L 1rt

t 2.
Associates., M/s Electra Consultants and M/s
Dongsung Engineering Co. Ltd.
M/s Kunhwa Engineering & Consulting Co., a43.7L 2od

I Ltd. Lead Firm in association with M/s


Partners in Development and M/s EA
Consulting (Pvt.) Ltd.
I M/s Resources Development Consultants
(Pvt.) Ltd. Lead Firm in association with M/s
827.20 3'd

t Korea Engineering Consultants Corp., M/s


Umar Munshi Associates and M/s Indus
Associated Consultants (Pvt.) Ltd.
.l

I 4- M/ DOLSAR Engineering Inc. Co., Lead Firm 813.73 4th


-q in
-t ;-
association
^^^^^:^L:^- ---:!r^
with \fr t-
M/s A --- -:-a-
Associated r

- Consulting Engineers - ACE (Pvt.) Ltd., M/s


Engineering General Consultants EGC (Pvt.)
t
Ltd., M/s Finite Engineering (Pvt.) Ltd. And
I M/s CPM Engineering Consultants.
I

t 5. M/s Applus Norcontrol S.L.U Lead Firm in 691.18 sth


_association with M/s Saman Corporation.

r I2.3 The Summary Evaluation Sheet (SES) and Personnel Evaluation


Sheets (PES) as per evaluation done by the Opening and Evaluation
I
I Committee of NHA, on the basis of which the above mentioned
score is assigned are enclosed (Ref: Annexure-If.

t 13. Rpcourupnparrors

I 13.1 As mentioned in table under Para I2.2 above following four (04)
t JVs/associations who submitted proposals have obtained more than
minimum passing score of 75o/oin the technical evaluation done as
I
I per criteria prescribed in the RFp:

I i. M/s DONG IL Engineering Consultants Co., Ltd. Lead Firm in


association with M/s Techno-Consult International (Rrt.) Ltd., Mls
I LOYA Associates., M/s Electra consultants and M/s Dongsung
I EngineeringCo.
srr6rrrvvllu6 vv. Ltd.;
L'Lu.,

I
rr .l{ M/s Kunhwa Engineering & Consulting Co., Ltd. Lead Firrn in
\
J \ ) association with M/s Partners in Development and M/s EA
I h ,/- * Consulting (Pvt.)Ltd.;
l\-' '
t r,r /^ r-r^-^----^-- n,
a , ^
M/s Resources Development consultants (pvt.) Ltd. Lead Firm in

| 6,rtInuestment
association with M/s Koreapngineering consultants corp., M/s
v
I Consulting Seruices for Design*\r"- ana. con^stficaon superui"ion corouttants for CARECConid.or
Prosram
(T1o*"trya^.t- Page-r3
I V
T
I Technical Evaluation |I 2OL7
I

t Umar Munshi Associates and M/s Indus Associated Consultants


(Pvt.)Ltd.;
iv. M/s DOLSAR Engineering Inc. Co., Lead Firm in association with
I M/s Associated Consulting Engineers - ACE (Pvt.) Ltd., M/s
Engineering General Consultants (Pvt.) Ltd., M1s Finite
Engineering (Pvt.) Ltd. And M/s cPM Engineering consultants
I r3.2 Foregoing in view, the opening and Evaluation committee
recommends that the technical score assigned to the Joint
I Ventures/associations of consultancy firms under Para I2.2, may be
approved by Member (Engg. Coord.), prior to its forwarding to Asian

I Development Bank for concurrence, please.

L4. SusMrssror

The Opening and Evaluation Committee submits para 13 for kind

3o. lo. lbEPUrYDrRecroR DrnecroR(P&CA)-III DrRocron(Pmrvnnvc)


(P&CA)-rr

a
GBnBnaI, MRmecpR Gnmpnnr,MalrncBR
(Encc.Coono.)-I
AIoBo PRo.lpcts
-

Gorvonar,$sfrft-n-cBn
%
ffitl2ot
(Hruexce) (Pmxmmc)
Corwprpn

I W
ln
I
I Consulting Seruices for Design Reuiew and Constntction
Inuestment Program (T-1 Projects)
Srtperuision Consultants for CAREC Corridor
page_l4

I
Combined Evaluation 2ol-7
|

Combined Evaluation Report

Consulting Seruicesfor Design Reuiew and Construction Superuision Consultants for CAREC Corridor
htuestment Program (T-1 Projects) page-l5
I
I Combined Evaluation | 2OL7

I t6. ColcuRnpucp or AsteN Dpvpr,opMpryt BeNr

I Subsequent to the approval of Member (Engg. Coord.) for Technical


Evaluation, Submission 2 was prepared on the template downloaded

I from the website of ADB. Submission 2 with request of first review


was forwarded to ADB for concurrence on O6ft November,2017. ADB
gave concurrence vide its letter No. Nil, dated 14ft November, 2A77

I subject to submission of revised Attachment 8 (narrative comments on


the evaluation of technical proposals) which was re-submitted to ADB

I vide NHA email dated 14tt' November, 2017. The above correspondence
is enclosed for record (Ref: Annexure-Jl.

I t7. Punltc Opplrnc Op Flrencral PRoposALs

I l7.I Upon receiving concurrence from ADB all the consultancy


JVs/Associations who submitted proposals were informed of their
status whether technically qualified or otherwise vide NHA letters
I N o .1 3 5 , 1 3 6 , 1 3 7 , 1 3 8 a nd 139 dated 15urNovem ber ,2OIT, copies of
which are enclosed for record (Ref: Annexure-K).

I 17.2 Financial Proposals of the four (04) technically qualified consultancy


JVs/ Associations were.opened on 21st November, 2OI7. Following

I were present during the meeting for opening of financial proposals:

I NHA's Proposals Opening and Evaluation Committee:

Mr. Parkash Lohano General Manager (Planning)

I Mr. Rafiq Alam


Mr. Sami-ur-Rehman
for General Manager (Design)
General Manager (Engg. Coord)-I

I On Leave
Mr. Salahuddin
General Manager (P&CA)
General Manager (Finance)
t Mr. Parkash Lohano Director (Planning)
Mr. Muhammad Azam Director (P&CA)-lII
I Mr. Dawood Khan Deputy Director (P&CA)-II

I
I ,ts
\vt

I ing Seruices for Design R


Inuestment Program (T-1 Projects)
and Constntction Superuision Consultants for CAREC Corridor
Page-16

-N-\-
I
T
I Combined Evaluation | 2O1r7

Representatives of Consultants:
I Mr. Haris Aqil M/s KUNHWA Engineering &

t Mr. Muhmmad Abid and


Consulting Co., Ltd.

M/s DONG IL Engineering

I Mr. Sajjad Khan Consultants Co., Ltd.

Mr. AbdulRazzak M/s Resource Development


I Consultants (Pvt.) Ltd.

Mr. Naeem Mahmood Khan M/s DOLSAR Engineering Inc. Co.


I
I7.3 Attendance Sheets of Committee Members and consultants'
I representatives along with the summary sheet of financial opening are
enclosed (Reft Annexure-Ll. The as announced Financial Proposals of

l 18.
the consultants during opening are following.

As Arloulcpp Frrlncrar, PRoposar.s


I The as announced financial proposals (excluding all type of indirect
local taxes) of the four (04) technically qualified JVs / Associations are
I tabuiated below:

I Name of LeadFirms Nationality


Technical
Score
Currency Total Price

uss
I M/s DONGlL Engineering
ConsultantsCo.,Ltd.
Korea 848.71
P a k .R s .
L,383,2r7.O0

215,L03,500.00

t M/s KUNHWAEngineering
Consulting
Co.,Ltd.
&
Korea 843.7!
uss L,826,727.O0

I P a k .R s .

uss
243,482,373.0O

1,371,050.00
M/s Resource
Development

I (Pvt.)Ltd.
Consultants Sri-Lanka 827.20
Pak.Rs. 219,756,013.00

uss
I M/s DOLSAR
Engineering
Inc.Co. Turkey 813.73
Pak.Rs.
1,558,552.00

265,760,000.00

I
I t /rr'3
s\tn'
I Consulting Seruices for Design Re
Inuestment Program (T-1 Projects)
and Constntction Superui"sion Consultants for CAREC Corridor
/ .t'tAW Page-17

0b\'
,T
t
I Combined Evaluation 20L7

ERRoRS& Ilcousrstpucros
I 19. Anrtnuptrc

19.1 The arithmetic errors and other addition/ omission (if any) found in

t the above listed financial proposals are corrected in FORM EV 6.1


with justification which is enclosed (Ref: Annexure-M).

t I9.2 The Summary Evaluation Sheet of individual firm's financial proposal


(with all amounts converted in Pak. Rupees) is given in FORM EV 5

I which is enclosed (Ref: Annexure-N).

19.3 The comparative statement for all four financial proposals vis-A-vis

I with Price at Opening of Financial Proposals with application of


Adjustment, Adjusted Total Price and Evaluated Price less Provisional

t Sums and Contingencies is given in FORM EV 6 which is enclosed


(Ref: Annexure-Ol.

I 20. Fruaucw Sconp Celcularrol

The lowest financial proposal (F"') among the four (O4) is given a
I financial score (Sr)of 1000 points. The financial score of the remaining
proposals is computed as follows:

I Sr =(1000xF*)/F
Where, F- = Lowest Financial Proposal
I F : amount of specific financial proposai

T 2I. COMBINEDEVALUATION

2l.l Using above formula the financial scores are calculated which are
I given in tabular form as under:

t LeadFirms
Quoted
Amount
(PKR}
Evaluated
Amount
(PKR)
FinancialScore

I M/s DONGlL Engineering


Consultants
Co.,Ltd.
340,506,244 34O,506,244 1000

t M/s ResourceDevelopment
(Pvt.)
Consultants Ltd.
344,008,593 345,687,225 98s

I M/s DOLSAR
Engineering

M/s KUNHWA
Inc.Co.

Engineering
&
4ro,223,756 4LO,223,756 830

I
4t7,072,478 4L7,072,478 816
Consulting
Co.,Ltd.

It X{1*"",
Seruices for Design Re
Prosram(r-1 Projects)

I
I
I Combined Evaluation | 2OL7

I Note: TT/OD (Selling Rate) from the website:


http://www.forex.com.pk/ on August 01, 2OL7 ( i.e. 28 day s
I prior to submission of proposals) of IUSD= PKR 108.65 is used
in accordance with ITC 26.1
I 2I.2 The result of the combined evaluation is therefore shown as under:

I TechnicalEvaluation FinancialEvaluation
Combined
Evaluation

I Namesof LeadFirms
Scores
s(t)
Technical
Wt. Factor
Technical
Points
Scores
s(fl
Financial
Wt.Factor
Financial Scores
Points S(t)x T+ Rank
(r) S(t)x T (F) S(f)x F S(f)x F

I M/s DONGlL
Engineering
848.7L 0.90 763.84 1000 0.10 100.00 863.84 1tt
Consultants
Co,,
I Ltd.
M/s Resource
Development
I (Pvt.)
Consultants
ttd.
827.20 0.90 744.48 985 0.10 98.s0 842.98 2nd

I M/s Kunhwa
Engineering
Consulting
&
Co.,
843.7t 0.90 759.34 816 0.10 8L.64 840.98 3td

t Ltd.
M/s Dolsar
EngineeringInc. 813.73 0.90 732.36 830 0.L0 83.01 815.36 4th
Co.
I 2I.3 The Summary Proposal Ranking Sheet which includes elaboration of
l combined evaluation as tabulated under Para 2L2 above is given in
FORM EV 7 which is attached (Ref: Annexure-Pl.
I 22. RESULT OF COMBINED EVALUATION

t As a result of Combined Evaluation, M/s DONG IL Engineering

I Consultants Co., Ltd. (Lead Firm) in JV with M/s Techno-Consult


International (Pvt.) Ltd., M/s LOYA Associates and M/s Electra

t Consultants is the highest


consultancy cost of Pak. Rs. 340,506,2441-
ranked Consultant with evaluated

I ,t\\t \-t\1
I Consulting Seruices for Design Reuieut and Constntction Superuisron Consultants for CAREC Corridor
Inuestment Program (71 Projects) Page-19

I
t
I Combined Evaluation | 2OL7

t 23. RECOMMENDATION BY THE EVALUATION COMMITTEE

Foregoing in view, the Opening and Evaluation Committee

I recommends that the combined evaluation of the proposals as given


under Para 2I.2 rnay be approved by Member (Engg. Coord.), prior to

t forwarding Submission-3 to Asian Development Bank for concurrence,


please.

I
'l 24. SUBMISSION

The Evaluation Committee submits Para 23/N for kind perusal and

I Coord.),please.

I tfnlft
ffi"ro/za, fu
Dpputy DrnpcroR DrRpctoR (Pmxwnvc)
I (P&CA)-rr

I
t ffi
(ENcc.Coonn.-I)
AIoBo PRo.lBcrs
GBllBnRl MeNRcsR
(P&cA)

I G,
I AW,
/ffi ffi4,
%
| (HNaruca) (Pmnmruc)
I CorvprpR

I
I
I
I
I Consulting Seruices for Design Reuieut and Constntction Superuision Consultants for CAREC Corridor
[nuestment Program (T-1 Projects) page,2o

t
T
I Contract Negotiatio.rr
|
2018

I
I
I
t
I
I
I
I
I Contract Negotiation
t
,I
I
I
I
I
I
I
I Consulting Seruices for Design Reuiew and Construction Superuision Consultants
Inuestment Program (T-1 Projects)
for CAREC Corrid.or
page_2|

t
I
I Contract Negotiatiorr" | 2Ot8

I 26. NpcorranronMpprruc

26.1 Subsequent upon approval of Member (Engg. Coord.) for

I recommendations of Combined Evaluation and Submission-3, vide


Para 23 above; the Submission-3 comprising the Combined

I Evaluation, the financial proposals of all four consultants with

'l recommendation to invite the highest ranked Consultants M/s Dongil


Engineering Consultants Co., Ltd. (Republic of Korea) Lead Firm in JV

'l with M/s DONGSUNG Engineering Co. Ltd., M1s Techno-Consult


International (Pvt.) Ltd. (Pak), M/s Loya Associates (Pak) and M/s
Electra Consultants (Pak) for contract negotiation, were submitted to
I ADB for concurrence. The ADB issued No Objection to NHA's
submission vide its letter dated 3'd January,2018, which is attached
I (Ref: Annexure-Qf.

I 26.2 The authorized representative of the highest ranked Consultants: M/s


Dongil Engineering Consultants Co., Ltd. Lead Firm in JV with M/s
I DONGSUNG Engineering Co. Ltd., M/s Techno-Consult International

t (Pvt.) Ltd., M/s Loya Associates and M/s Electra Consultants were
invited for contract negotiation meeting held on 241*,Januoly, 2018
vide NHA's letters No.6(436)/DIR(P&CA)-III/NHA/ lSl 16 dated, 1Oft
I January, 2OI8 and 6(436)IDIR(P&CA)-III/NHA lI8/2O dated, I2th

I 27.
J a n u a r5 r,2 0 1 8 .

Pnocppprucs or Comnect Nncorrarror

I 27.1 NHA's Proposals Opening and Evaluation Committee comprising

I following NHA officers negotiated contract with the highest ranked


Consultants:

I a)
b)
GM (Planning)
GM (P&cA)
I c) cM (EC)-I Aided Projects
d) GM (Design)
I e) GM (Finance)

'for De^signRevieu and Cor*truction


/r-{.$b;ecrsi
r\tt
I
I Contract Negotiation" | 2018

I 0
g)
Director (Planning)
Director (P&CA) - III

T h) Deputy Director (P&CA) - II

27.2 The contract negotiations with the highest ranked Consultants were
I successful and the draft contract was also finalizedl agreed/ signed
'l by authorized representative of Consultants at the amount of US$-
1,757,3O7 and Pak.
Rs.249,52O,060l- (inclusive of local
"l direct/indirect taxes). The proceedings of contract negotiation meeting
have been covered in the minutes of contract negotiation which along

I with attendance record of the participants (Negotiation Committee


members and authorized representatives of the Consultants) are

I attached for reference and record (Ref: Annexure-Rl.

28.
I Rpcouuproerrors

28.1 Foregoing in view, the Opening & Evaluation Committee recommends

I the award of Services as "Design Review and Construction Supervision


Consultants for Central Asia Regional Economic Cooperation Corridor
I Development Investment Program (T-I Projects)" to M/s Dongil
Engineering Consultants Co., Ltd. (Republic of Korea) L."a iir-
t with M/s DONGSUNG Engineering co. Ltd., M/s Techno-consult
il JV

International (Pvt.) Ltd. (Pak), M/s Loya Associates (Pak) and M/s
I Electra Consultants (Pak) the highest ranked Consultants in the
Combined (Technical + Financial) evaluation, at the evaluated/ agreed
I contract price of us$-r,757,3o7 and pak. Rupees 24g,s2o,o6ol-

I (United States Dollars One Million, Seven Hundred


Thousand, Three Hundred and seven & pak. Rupees Two Hundred
Fifty Seven

I Forty Nine Million, Five Hundred rwenty Thousand and sixty only).

28.2 The opening & Evaluation committee submits Minutes of Contract


I Negotiations at Annex-R for kind perusal and approval of Member

I (Engg. Coord.), prior to forwarding for concurrence of Asian


Development Bank.

ft
I
I
I Contract Negotiation" | ilOLB

I 28.3 The Opening & Evaluation Committee also submits Draft Contract
mentioned under Para 27.2 above along with Submission-4 for

t perusal and approvall signature of the Member (Engg. Coord.), prior


to forwarding for concurrence of Asian Development Bank.

I 29. SusMrssron

I The Committee submits Para 28 for approval of the Member (Engg.


Coord.f, please.

t
I sa\
,r. {,
/
Deputy Director zt-o1- r'"
t (P&CA-rr)
Dir.ctor (P&GA-III) Director (Planning)

I vv1{d^tv?\
I General Manager
(Design)
='-'
General Manager
(Engg. Coord.-I) AP

I
t General Manager
I (Ptanning)
Convener

I
I
I
I
I
I Consulting Seruices for Design Reuieut and Construction
Inuestment Program (T-1 Projects)
Srtperuision Consultants for CAREC Corridor
page_24

Potrebbero piacerti anche