DHA MULTAN VILLAS · A = No. of B.Sc Engineers having individual experience of 10 years or above c)...
Transcript of DHA MULTAN VILLAS · A = No. of B.Sc Engineers having individual experience of 10 years or above c)...
DHA
TECHNICAL PROPOSAL/
FOR
POST-QUALIFICATION OF CONTRACT
FOR GREY STRUCTURE & ASSOCIATED
(ENVELOPE-1 SUBMISSION
MAY 2018
DHA MULTAN VILLAS
TECHNICAL PROPOSAL/ QUALIFICATION REQUIREMENT
QUALIFICATION OF CONTRACTING FIRMS
GREY STRUCTURE & ASSOCIATED WORKS
1 SUBMISSION GUIDELINES & EVALUATION CRITERIA)
QUALIFICATION REQUIREMENTS
& EVALUATION CRITERIA)
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
TECHNICAL PROPOSAL/QUALIFICATION REQUIREMENTS
FOR POST-QUALIFICATION OF CONTRACTING FIRMS
(ENVELOPE-1 SUBMISSION
The Qualification Requirements on the basis of which
project are all as given hereunder
Qualification Documents’ in Envelope
These Qualification Documents, besides specified mandatory requirements,
track record, the technical capability, and financial capability as well as the contracting firm’s specific
methodology & approach proposed for undertaking the relevant construction of
Associated Works of Villas at DHA Multan as stated herein and in the Bid Documents.
Envelope-2 ‘Financial Proposal/Bid’
mandatory requirements as well as minimum Scoring Criteria for Qualification as specified h
1) MANDATORY REQUIREMENTS/
S.NO.
I Valid PEC Registration
II Valid Undertaking/
III A Copy of Valid NTN Certificate
IV Valid Bid Security as per Bid Documents
The Bidders will advance to the
Criteria have been successfully met with.
2) REQUIREMENTS/CRITERIA FOR
S.NO.
A Track Record of Completed & Ongoing Projects
B Contractor’s Technical Capability & Resources
(Equipment/Machinery & Manpower Resources)
C Contractor’s Financial Capability & Resources
D Proposed Construction Methodology for Undertaking the Project
E Proposed Construction Schedule
F Responsiveness of the Technical Proposal
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 1 of 13
PROPOSAL/QUALIFICATION REQUIREMENTS
QUALIFICATION OF CONTRACTING FIRMS
1 SUBMISSION GUIDELINES & EVALUATION CRITERIA
The Qualification Requirements on the basis of which the Bidders shall be evaluated for the instant
ll as given hereunder. These shall be provided by the Bidders as
Envelope-1 of their Bids for Structural Works of DHA Multan Villas
Qualification Documents, besides specified mandatory requirements, shall also
track record, the technical capability, and financial capability as well as the contracting firm’s specific
methodology & approach proposed for undertaking the relevant construction of
of Villas at DHA Multan as stated herein and in the Bid Documents.
2 ‘Financial Proposal/Bid’ shall be opened of only those Bidders that have met all the
mandatory requirements as well as minimum Scoring Criteria for Qualification as specified h
REQUIREMENTS/CRITERIA:
DESCRIPTION
PEC Registration Qualified/ Disqualified
Undertaking/Declaration of No Litigation/Blacklisting Qualified/ Disqualified
NTN Certificate Qualified/ Disqualified
Valid Bid Security as per Bid Documents Qualified/ Disqualified
idders will advance to the Scoring-based Evaluation stage only if All Mandatory
Criteria have been successfully met with.
REQUIREMENTS/CRITERIA FOR SCORING BASED EVALUATION:
DESCRIPTION
Track Record of Completed & Ongoing Projects
Contractor’s Technical Capability & Resources
(Equipment/Machinery & Manpower Resources) Contractor’s Financial Capability & Resources
Proposed Construction Methodology for Undertaking the Project
Proposed Construction Schedule
Responsiveness of the Technical Proposal
Total Points
PROPOSAL/QUALIFICATION REQUIREMENTS
QUALIFICATION OF CONTRACTING FIRMS
& EVALUATION CRITERIA)
idders shall be evaluated for the instant
. These shall be provided by the Bidders as ‘Technical Proposal/
Multan Villas.
shall also include the past
track record, the technical capability, and financial capability as well as the contracting firm’s specific
methodology & approach proposed for undertaking the relevant construction of Grey Structure &
of Villas at DHA Multan as stated herein and in the Bid Documents.
shall be opened of only those Bidders that have met all the
mandatory requirements as well as minimum Scoring Criteria for Qualification as specified hereunder.
CRITERIA
Qualified/ Disqualified
Qualified/ Disqualified
Qualified/ Disqualified
Qualified/ Disqualified
Mandatory Requirements/
TOTAL
POINTS
45
20
20
05
05
05
Total Points 100
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
TECHNICAL PROPOSAL/BID EVALUATION CRITERIA
1) MANDATORY REQUIREMENTS/CRITERIA
Description
I) Valid PEC Registration
The Contractor must have a valid
Registration, under C4 (Upto
Registration under CE-10 Specialization
(This is a mandatory requirement
• Valid PEC Certificate as per the above =
• Expired PEC Certificate of required categories (In the process of
validation, with proof) = Last & minimum
• No PEC Certificate = Disqualifi
II) Valid Undertaking/Declaration of No Litigation/Blacklisting
A fresh/original Undertaking (On
the Firm and duly notarized) declaring that the
been involved in any kind of litigation
Undertaking should also mention that the
by any government authority/agency, semi
body to date. (This is a mandatory requirement)
• Valid Undertaking (as per above) duly signed and stamped =
• Invalid Undertaking Submitted
process
III) NTN Certificate
A copy of NTN Certificate shall be provided by the
requirement.
IV) Valid Bid Security as per Bidding Documents
Valid Bid Security as per the requirement of the
provided by the Bidder as a mandatory requirement
• Valid Bid Security Submitted = Qualified for this Bid
• Invalid Bid Security Submitted = Disqualification from the bidding
process
• No Bid Security Submitted = Disqualification from the bidding process
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 2 of 13
EVALUATION CRITERIA
CRITERIA
Description Evaluation
Criteria
ontractor must have a valid Pakistan Engineering Council (PEC)
200 M) Category or above, as well as
pecialization Code.
This is a mandatory requirement).
Valid PEC Certificate as per the above = Qualified
Expired PEC Certificate of required categories (In the process of
validation, with proof) = Last & minimum consideration
Disqualification from the bidding process
Qualified/
Disqualified
Declaration of No Litigation/Blacklisting
(On Stamp Paper, duly signed and stamped by
eclaring that the Firm (Contractor) has not
of litigation process up to the present. The
g should also mention that the Firm has also not been blacklisted
/agency, semi-government or any autonomous
(This is a mandatory requirement).
above) duly signed and stamped = Qualified
Submitted = Disqualification from the bidding
Qualified/
Disqualified
shall be provided by the Firm as a mandatory Qualified/
Disqualified
as per Bidding Documents
requirement of the Bid Package shall be
by the Bidder as a mandatory requirement in Envelope-1.
id Security Submitted = Qualified for this Bid
Invalid Bid Security Submitted = Disqualification from the bidding
Bid Security Submitted = Disqualification from the bidding process
Qualified/
Disqualified
Evaluation
Criteria
Result
Qualified/
Disqualified
Qualified/
Disqualified
Qualified/
Disqualified
Qualified/
Disqualified
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
2) REQUIREMENTS/CRITERIA FOR SCORING BASED EVALUATION
Description
A) Track Record of Completed & Ongoing Projects
a) Overall Experience of the Contracting Firm in
& Medium-scale Projects:
(Building, Road/Sewerage/Water Supply/
undertaken and completed during last
• <1 = 0 Point
• 2 Points for each project worth at least PKR
completed with acceptable proof; maximum upto 1
• 0.7 Point for each project worth
successfully completed with acceptable proof; maximum upto 1
b) Specific Experience of the Contract
& Medium-scale Housing Development Projects
Construction Projects (Completed
(Grey Structure Works of Building
Finishing/MEP Works in addition to Structure shall be preferred and shall
secure 50% more Points for each such project
• <1 = 0 Point
• 3 Points for each project worth at least PKR
completed with an acceptable proof, maximum upto 1
• 1 Point for each project worth
successfully completed with acceptable proof; maximum upto 1
c) Specific Experience of the Contracting Firm in
& Medium-scale Housing Development Projects,
Construction Projects (Ongoing/In
(Grey Structure Works of Building
Finishing/MEP Works in addition to Structure shall be preferred
secure 50% more Points for each such project
• <1 = 0 Point
• 2.5 Points for each project worth at least PKR
acceptable proof, maximum upto 1
• 0.85 Points for each project
in-hand with acceptable proof; maximum upto 1
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 3 of 13
REQUIREMENTS/CRITERIA FOR SCORING BASED EVALUATION
Description Evaluation
Sub
Track Record of Completed & Ongoing Projects - (Refer Annexure-1B & 1C) Max. Points
Overall Experience of the Contracting Firm in Undertaking/Completing Large
Road/Sewerage/Water Supply/Drainage/Infrastructure Projects
during last 7 Years)
worth at least PKR 200 Million – successfully
completed with acceptable proof; maximum upto 10 Points
Point for each project worth between PKR 100 to 200 Million –
successfully completed with acceptable proof; maximum upto 10 Points
Specific Experience of the Contracting Firm in Grey Structure Works of Large
Development Projects, Low-rise/Mid-rise Building
Completed):
Building Projects Completed during last 7 Years) –
Finishing/MEP Works in addition to Structure shall be preferred and shall
secure 50% more Points for each such project, maximum upto 10 Points
worth at least PKR 200 Million – successfully
acceptable proof, maximum upto 10 Points
Point for each project worth between PKR 100 to 200 Million –
successfully completed with acceptable proof; maximum upto 10 Points
Specific Experience of the Contracting Firm in Grey Structure Works of Large
Housing Development Projects, Low-rise/Mid-rise Building
Ongoing/In-hand):
Building Construction Projects Ongoing/In-hand) –
Finishing/MEP Works in addition to Structure shall be preferred and shall
for each such project, maximum upto 10 Points
worth at least PKR 200 Million – in-hand with
acceptable proof, maximum upto 10 Points
Points for each project worth between PKR 100 to 200 Million –
acceptable proof; maximum upto 10 Points
Evaluation
Sub-Criteria
Total
Points
Max. Points
45
10
10
05
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
Description
d) Specific Largest Grey Structure W
rise/Mid-rise/High-rise Building Construction Project
(Grey Structure Works of Building Construction Projects
(List One Specific Largest Project
Finishing/MEP Works in addition to Structure shall be preferred and shall
secure 50% more Points for the Project
• < PKR 200 M = 0 Points
• PKR 200 M to PKR 300 M = 02 Points
• PKR 300 M to PKR 400 M = 04 Points
• > PKR 400 M = 05 Points
e) Registration of the Contracting Firm
Points to be given for Contracting Firm’s Registration with PEC in categor
of C4 with Code CE-10 as the mandatory requirement
• C4 = 2 Points
• C3 = 4 Points
• C2 = 6 Points
• C1 = 8 Points
• CA or CB = 10 Points
f) Registration/Enlistment of the Contracting Firm with Government
Authorities/Agencies, Semi-Government or any Autonomous Body:
• 1 Point for each enlistment record with Government Authority/Agency,
Semi-Government or any Autonomous Body since last 5 years (upto
maximum of five enlistments) with acceptable proof.
B) Contractor’s Technical Capability & Resources
(Equipment/Machinery & Manpower Resources)
a) Adequate Equipment/Machinery Resources Available with the Contracting
Firm
• 10 Marks for all equipment are given if the Contractor meets the
minimum requirements given below for each item.
- If the available quantity of equipment is less than the specified limit give
weightage as 10 x (A / Required Quantity)
- If the available quantity of each equipment is more than the minimum
equipment requirement full marks will be given.
A = Available quantity of each equipment of specific Item.
• Total Points will be calculated as follows: (Marks Obtained / 1
(Maximum upto 10 Points)
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 4 of 13
Description Evaluation
Sub
Works of Housing Development Project, Low-
rise Building Construction Project during last 7 Years
orks of Building Construction Projects) –
Only)
Finishing/MEP Works in addition to Structure shall be preferred and shall
secure 50% more Points for the Project, maximum upto 5 Points
M = 02 Points
M = 04 Points
of the Contracting Firm with Pakistan Engineering Council
Points to be given for Contracting Firm’s Registration with PEC in categories
the mandatory requirement, or above.
Registration/Enlistment of the Contracting Firm with Government
Government or any Autonomous Body:
1 Point for each enlistment record with Government Authority/Agency,
Government or any Autonomous Body since last 5 years (upto
maximum of five enlistments) with acceptable proof.
Technical Capability & Resources
(Equipment/Machinery & Manpower Resources) - (Refer Annexure-1E & 1F) Max. Points
Adequate Equipment/Machinery Resources Available with the Contracting
10 Marks for all equipment are given if the Contractor meets the
minimum requirements given below for each item.
If the available quantity of equipment is less than the specified limit give
weightage as 10 x (A / Required Quantity)
If the available quantity of each equipment is more than the minimum
equipment requirement full marks will be given.
vailable quantity of each equipment of specific Item.
Total Points will be calculated as follows: (Marks Obtained / 100) * 10
Evaluation
Sub-Criteria
Total
Points
05
10
05
Max. Points
20
10
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
Description
General Equipment
1) Survey Instrument (Total Stations/ Auto Level)
2) Soil Compactors - Min. 5 Nos.
Building Specific Equipment
1) Concrete Batching Plant - Min. 1 No.
2) Concrete Vibrators - Min. 6 Nos.
3) Steel Cutting/ Bending Machines
4) Concrete Mixer Machines - Min. 6 Nos.
5) Concrete Transit Mixer (6 cu-M/hr)
6) Air Compressor - Min. 2 Nos.
7) Form Work/ Scaffolding (30,000 Sq.ft or above)
b) Principal Technical Personnel & their Qualification & Experience:
• 6 Points will be given if the individual experience of at least 2 nos. of B.Sc
Engineers (professional) is equal to 10 years or above.
• For less than 2 nos. of B.Sc Engineers having individual experience of 10
years, points will be given as per following formulas: = (A/2) * 6; Where
A = No. of B.Sc Engineers having individual experience of 10 years or
above
c) Other Technical Personnel & Strength
• 4 Points will be given if the individual experience of at least 5 nos. of B.Sc
Engineers and/or Associates Engineers (DAE) employed with the
Contractor is equal to 5 years or above.
• For less than 5 nos. of B.Sc Engineers and/or Associates Engineers (DAE)
having individual experience of 5 years, points will be given as per
following formulas: = (A/5) * 4; where A = No. of Engineers/ DAE
C) Contractor’s Financial Capability & Resources
a) Annual Turnover of the Contracting Firm
(Average of Last 3 Years, properly supported through Audited Accounts)
• < PKR 100 M = 0 Points
• PKR 100 M to PKR 200 M = 1.5 Points
• PKR 200 M to PKR 300 M = 3.5 Points
• > PKR 300 M = 05 Points
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 5 of 13
Description Evaluation
Sub
Survey Instrument (Total Stations/ Auto Level) - Min. 2 Nos.
Min. 5 Nos.
Min. 1 No.
Min. 6 Nos.
Steel Cutting/ Bending Machines - Min. 2 Nos.
Min. 6 Nos.
M/hr) - Min. 2 Nos.
Form Work/ Scaffolding (30,000 Sq.ft or above)
Principal Technical Personnel & their Qualification & Experience:
6 Points will be given if the individual experience of at least 2 nos. of B.Sc
Engineers (professional) is equal to 10 years or above.
For less than 2 nos. of B.Sc Engineers having individual experience of 10
years, points will be given as per following formulas: = (A/2) * 6; Where
A = No. of B.Sc Engineers having individual experience of 10 years or
Personnel & Strength of Engineers:
4 Points will be given if the individual experience of at least 5 nos. of B.Sc
Engineers and/or Associates Engineers (DAE) employed with the
Contractor is equal to 5 years or above.
Engineers and/or Associates Engineers (DAE)
having individual experience of 5 years, points will be given as per
following formulas: = (A/5) * 4; where A = No. of Engineers/ DAE
Contractor’s Financial Capability & Resources - (Refer Annexure-1D) Max. Points
Annual Turnover of the Contracting Firm
(Average of Last 3 Years, properly supported through Audited Accounts)
00 M = 1.5 Points
00 M = 3.5 Points
Evaluation
Sub-Criteria
Total
Points
10.0
10.0
10.0
10.0
10.0
10.0
10.0
10.0
20.0
06
04
Max. Points
20
05
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
Description
b) Net Worth (Total Assets – Total Liabilities) of the Contracting Firm
(Acceptably supported through Audited Accounts)
• < PKR 75 M = 0 Points
• PKR 75 M to PKR 175 M = 1.5 Points
• PKR 175 M to PKR 350 M = 3.5 Points
• > PKR 350 M = 05 Points
c) Income Tax Returns of Last Three Years
• 10 Points will be given if Income Tax Returns of last three (03) years are
attached. 7 Points for two (02) years and 3 Points for one (01) year.
D) Proposed Construction Methodology for Undertaking the
Performing the Works
The Bidder is required to submit a narrative in detail outlining the method of
performing the Work including but not limited to construction methods,
project organization chart, and deployment of
resources. The validity and completeness of the Work Methodology will be
scrutinized and points allotted.
E) Proposed Construction Schedule
The Bidder shall provide, as a mandatory requirement,
Schedule in bar chart form (Based on standard net work analysis), duly
signed and stamped by the Bidder.
skilled manpower and equipment/machinery.
The validity and completeness of the Proposed Construct
scrutinized and points allotted.
F) Responsiveness of Technical Proposal
The responsiveness of the overall Technical Proposal to the Proposal
Requirements as specified in this Document will be scrutinized
allotted.
KEY NOTES ON EVALUATION CRITERIA:
a) For Technical Proposal/Bid Assessment, the Bidder/Contractor must secure an overall score of
minimum 70 Points out of Total 100 Points, in addition to meeting all Mandatory Requirements
as stipulated in this Document.
b) The Contractor must fill out all the appendices/annexures of this Document, with correct
information, along with relevant acceptable supporting
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 6 of 13
Description Evaluation
Sub
Total Liabilities) of the Contracting Firm
(Acceptably supported through Audited Accounts)
M = 1.5 Points
M = 3.5 Points
Income Tax Returns of Last Three Years
10 Points will be given if Income Tax Returns of last three (03) years are
attached. 7 Points for two (02) years and 3 Points for one (01) year.
Proposed Construction Methodology for Undertaking the Project/ Max. Points
The Bidder is required to submit a narrative in detail outlining the method of
performing the Work including but not limited to construction methods,
deployment of its manpower & equipment
The validity and completeness of the Work Methodology will be
Proposed Construction Schedule Max. Points
The Bidder shall provide, as a mandatory requirement, Construction
Schedule in bar chart form (Based on standard net work analysis), duly
signed and stamped by the Bidder. Each activity must also show requisite
skilled manpower and equipment/machinery.
The validity and completeness of the Proposed Construction Schedule will be
F) Responsiveness of Technical Proposal Max. Points
The responsiveness of the overall Technical Proposal to the Proposal
Requirements as specified in this Document will be scrutinized and points
Total Points:
KEY NOTES ON EVALUATION CRITERIA:
For Technical Proposal/Bid Assessment, the Bidder/Contractor must secure an overall score of
out of Total 100 Points, in addition to meeting all Mandatory Requirements
as stipulated in this Document.
The Contractor must fill out all the appendices/annexures of this Document, with correct
information, along with relevant acceptable supporting documents of proofs.
Evaluation
Sub-Criteria
Total
Points
05
10
Max. Points 05
05
Max. Points 05
05
Max. Points
05
05
100
For Technical Proposal/Bid Assessment, the Bidder/Contractor must secure an overall score of
out of Total 100 Points, in addition to meeting all Mandatory Requirements
The Contractor must fill out all the appendices/annexures of this Document, with correct
documents of proofs.
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1A
BASIC INFORMATION – CONTRACTOR
a) Name of Firm
b) Operating name of the Firm
c)
Ownership of the Firm
d) Date of establishment/incorporation
e) Brief description of the business
f) Details of main business lines/services
g) Communication address along with
telephone, fax numbers and email address
h) Website
i) Firm’s Organizational Structure/ Organogram
j) List of current directors/ partners
k) Other key management personnel
l)
List of Engineer’s/DAE’s Employed with
Name, Designation, CVs, relevant work
experience, and years with the
PEC Registration Numbers
m) Key Contact Person
n) Professional Membership(s), if any
o) PEC Registration Certificate
p) Tax Registration Number (NTN)
q) An Affidavit on Stamp Paper confirming that
the firm has never been blacklisted nor
involved in any litigation upto the present
r) Enlistment Record with Government and other
agencies
s) List of Sub-contractors, if
t) Any Additional Information which is deemed
relevant to meet the criteria stated for
Post-qualification
Notes:
1 In addition, Firms should also attach their ‘Company Profile’ for
2 All separately attached documents must also bear the Sign and Official Stamp of the Firm.
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 7 of 13
CONTRACTOR
(Indicate complete legal name of the firm)
Operating name of the Firm (if different from legal name)
(Indicate Sole Proprietorship/
Private Limited Company/ Public Unlisted/
Public Listed Company/ Other )
Date of establishment/incorporation (Attach proof-
Memorandum & Article of Association/
Partnership Deed)
Brief description of the business
Details of main business lines/services
Communication address along with
telephone, fax numbers and email address
Firm’s Organizational Structure/ Organogram (Attach separately)
List of current directors/ partners
management personnel
List of Engineer’s/DAE’s Employed with
Name, Designation, CVs, relevant work
experience, and years with the Company and
PEC Registration Numbers
(Attach as per Annexure-1F)
(Indicate their name, designation and contact
address along with telephone, fax and email
address)
Professional Membership(s), if any
PEC Registration Certificate (Attach a copy of PEC Certificate)
Tax Registration Number (NTN) (Attach a copy of NTN)
Affidavit on Stamp Paper confirming that
the firm has never been blacklisted nor
involved in any litigation upto the present
(Attach separately)
Enlistment Record with Government and other (Attach separately)
contractors, if any (Attach as per Annexure-1G)
Any Additional Information which is deemed
relevant to meet the criteria stated for
(Attach separately)
In addition, Firms should also attach their ‘Company Profile’ for general reference.
All separately attached documents must also bear the Sign and Official Stamp of the Firm.
(Indicate complete legal name of the firm)
(if different from legal name)
(Indicate Sole Proprietorship/ Partnership/
Private Limited Company/ Public Unlisted/
Public Listed Company/ Other )
Memorandum & Article of Association/
1F)
designation and contact
address along with telephone, fax and email
(Attach a copy of PEC Certificate)
1G)
general reference.
All separately attached documents must also bear the Sign and Official Stamp of the Firm.
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1B
CAPABILITY AND TRACK RECORD
PROJECT EXPERIENCE SUMMARY
S.
No.
Details of
Projects
Undertaken
with Name
of Project
Sponsor/
Owner
Type of
Project with
Brief
Description
(including
Area,
Components,
Facilities)
Overall Experience of the Contracting Firm in Undertaking/Completing Large
Last 7 Years
1)
2)
3)
4)
….
Specific Experience of the Contracting Firm in Grey Structure Works of Large
Development Projects, Low-rise/Mid
1)
2)
3)
4)
….
Specific Experience of the Contracting Firm in Grey Structure Works of Large
Development Projects, Low-rise/Mid
1)
2)
3)
4)
….
Specific Largest Grey Structure Works of Housing Development Project, Low
Construction Project Completed by the Firm during last
1)
Notes:
1. The above is a Summary of Project Experience of the Firm. In addition, further project details
should also be provided on the format as given in Annexure
2. Provide copies of relevant proof (e.g. Valid Work Orders and
relevant) for all entries in order to legitimize them.
3. If necessary, additional pages may be added to provide required information.
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 8 of 13
CAPABILITY AND TRACK RECORD –
EXPERIENCE SUMMARY
Type of
Project with
Brief
Description
(including
Area,
Components,
Facilities)
Role of
the
Firm
on the
Project
Start Date/
Completion
Date
Size/
Scale/
Area of
the
Project
Total
Project
Cost
(PKR
Million)
of the Contracting Firm in Undertaking/Completing Large & Medium
Specific Experience of the Contracting Firm in Grey Structure Works of Large
rise/Mid-rise Building Construction Projects (Completed in Last
Specific Experience of the Contracting Firm in Grey Structure Works of Large
rise/Mid-rise Building Construction Projects (Ongoing/ In
Specific Largest Grey Structure Works of Housing Development Project, Low-rise/Mid
Construction Project Completed by the Firm during last 7 Years
1. The above is a Summary of Project Experience of the Firm. In addition, further project details
should also be provided on the format as given in Annexure-1C for each project separately.
2. Provide copies of relevant proof (e.g. Valid Work Orders and/or Completion Certificates
) for all entries in order to legitimize them.
3. If necessary, additional pages may be added to provide required information.
Total
Project
Cost
(PKR
Million)
Location Present
Status
& Medium-scale Projects in
& Medium-scale Housing
rise Building Construction Projects (Completed in Last 7 Years)
& Medium-scale Housing
rise Building Construction Projects (Ongoing/ In-hand)
rise/Mid-rise/High-rise Building
1. The above is a Summary of Project Experience of the Firm. In addition, further project details
1C for each project separately.
/or Completion Certificates, as
3. If necessary, additional pages may be added to provide required information.
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1C
CAPABILITY AND TRACK RECORD
INDIVIDUAL PROJECT REFERENCE SHEET
Name of Project
Location of Project
Contract Value
Owner/Client Organization
Reference Contact Details
Project Period/ Contract Period
Time Period of Firm’s Involvement
Description of Project
Current Status of Project
Contract Model/Type
Role(s) on Project
Project Photographs
Other information
Note:
1. The above shall be filled in for
(Annxure-1B), each on a separate sheet.
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 9 of 13
CAPABILITY AND TRACK RECORD –
INDIVIDUAL PROJECT REFERENCE SHEET
Details including official project name
Country, city, site or project extents
PKR
Organization name
Key client contacts (individuals), name, title, telephone numbers, fax
number, email addresses, and mailing address.
By providing this information, the Firm is authorizing
contact these individuals for all purposes, including gathering
information and documentation, in connection with this Submission, if
required.
Project Period/ Contract Period Project/Contract commencement date, end of construction date and
contract end date
Time Period of Firm’s Involvement Commencement date and duration
Project areas, scope and complexity
Describe the current status of project relative to key milestone events
Contract Structure/Type
Role, duties and responsibilities – (Lead Contractor or Sub
(Attach on separate sheets, as appropriate)
Any information the Firm considers relevant to the Evaluation Criteria
prescribed in this Document.
The above shall be filled in for all the projects included in the Project Experience Summary
on a separate sheet.
Key client contacts (individuals), name, title, telephone numbers, fax
number, email addresses, and mailing address.
the Firm is authorizing DHA Multan to
contact these individuals for all purposes, including gathering
information and documentation, in connection with this Submission, if
Project/Contract commencement date, end of construction date and
Describe the current status of project relative to key milestone events
(Lead Contractor or Sub-Contractor)
(Attach on separate sheets, as appropriate)
Any information the Firm considers relevant to the Evaluation Criteria
projects included in the Project Experience Summary
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1D
FINANCIAL INFORMATION SUMMARY
Particulars Details
Banking Details
(Bank name and branch)
Paid up Capital1
Net Worth1
Balance Sheet Totals1
Annual Turnover 2
Past three years
Aggregate Capital Cost of
Building Projects undertaken over
the last 7 years by the Firm
Total
Notes:
1. Based on latest Audited Financial Statements.
2. Please attach Audited Financial Statements for the last three years.
3. Please attach a copy of Valid NTN Certificate.
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 10 of 13
FINANCIAL INFORMATION SUMMARY
Year PKR
Year PKR
Projects undertaken over
Audited Financial Statements.
Please attach Audited Financial Statements for the last three years.
Please attach a copy of Valid NTN Certificate.
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1E
LIST OF MAJOR EQUIPMENT/MACHINERY
The Firm will provide a list of all major equipment/machinery and related items, under separate
heading for items owned/purchased or arranged on lease by
information shall include make, type, capacity and numbers available
new project which shall be in sufficient detail to demonstrate fully that the equipment will meet all
requirements of the relevant Specifications.
Owned/
Purchased or
Leased
Description of
Unit (Make,
Model, Year)
1 2
a. Owned
b. On Lease
Notes:
1. Major Equipment generally include but not limited to
Concrete Batching Plant, Concrete Vibrators, Steel Cutting Machine, Steel Bending Machine,
Stationary Concrete Mixer Machines, Concrete Transit Mixers, Scaffolding, Formwork and Air
Compressors, etc. This list of equipm
2. Kindly provide proof of Ownership/Lease (whatever is applicable) for all entries in this form.
3. If necessary, additional pages may be added to provide required information.
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 11 of 13
LIST OF MAJOR EQUIPMENT/MACHINERY - (PRESENT STATUS)
The Firm will provide a list of all major equipment/machinery and related items, under separate
heading for items owned/purchased or arranged on lease by them to carry out the Works. The
information shall include make, type, capacity and numbers available in total for existing and for a
new project which shall be in sufficient detail to demonstrate fully that the equipment will meet all
requirements of the relevant Specifications.
Description of
Unit (Make,
Model, Year)
Capacity
HP, Cuft
Rating
Condition
Number of
Equipment
(Operational
Only)
Present
Locations
or Source
3 4 5 6
Major Equipment generally include but not limited to Survey Instruments, Soil Compactors,
Concrete Batching Plant, Concrete Vibrators, Steel Cutting Machine, Steel Bending Machine,
Stationary Concrete Mixer Machines, Concrete Transit Mixers, Scaffolding, Formwork and Air
Compressors, etc. This list of equipment is given only as an example.
wnership/Lease (whatever is applicable) for all entries in this form.
If necessary, additional pages may be added to provide required information.
The Firm will provide a list of all major equipment/machinery and related items, under separate
to carry out the Works. The
in total for existing and for a
new project which shall be in sufficient detail to demonstrate fully that the equipment will meet all
Present
Locations
or Source
Expected
Availability
for a New
Project
6 7
Survey Instruments, Soil Compactors,
Concrete Batching Plant, Concrete Vibrators, Steel Cutting Machine, Steel Bending Machine,
Stationary Concrete Mixer Machines, Concrete Transit Mixers, Scaffolding, Formwork and Air
wnership/Lease (whatever is applicable) for all entries in this form.
If necessary, additional pages may be added to provide required information.
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1F
LIST OF PERSONNEL WITH QUALIFICATION AND YEARS OF EXPERIENCE
1) Principal Technical Personnel
Name of
Personnel
Designation
2) Other Technical Personnel
Name of
Personnel
Designation
Note:
1. If necessary, additional pages may
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 12 of 13
LIST OF PERSONNEL WITH QUALIFICATION AND YEARS OF EXPERIENCE
Principal Technical Personnel
Designation Qualification Years of
Experience
Number of
Years With
Firm
Designation Qualification Years of
Experience
Number of
Years With
Firm
If necessary, additional pages may be added to provide required information.
Number of
Years With
Firm
PEC
Registration
Number
Number of
Years With
Firm
PEC
Registration
Number
be added to provide required information.
Bidder’s Authorized Signature:___________
Bidder’s Official Stamp/Seal:________
ANNEXURE-1G
LIST OF SUBCONTRACTORS
If the Firm intends to subcontract any parts of the works to Sub
mentioned in the table given hereunder, keeping in view that such sub
acceptability criteria of the Employer
before employment and the consent of the Employer
In case of the Firm opting to choose sub
opinion, that the sub-contractors named hereunder are reliable and competent to perform that part
of the Work against which they are listed.
Documentation outlining experience of sub
vitae and experience of their key personnel who will be assigned to the Contract, equipment to be
supplied by them, size, location and type of
along with the names and addresses of those Employers
(Use additional sheets, as required)
Part of Works
(Given Details)
1
DHA MULTAN VILLAS
gnature:___________
’s Official Stamp/Seal:_____________
Page 13 of 13
If the Firm intends to subcontract any parts of the works to Sub-contractors, the same should be
mentioned in the table given hereunder, keeping in view that such sub-contracto
acceptability criteria of the Employer/Client which shall be got verified and confirmed in detail
before employment and the consent of the Employer/Client obtained.
In case of the Firm opting to choose sub-contractor(s), it shall be assumed that the Firm is of the
contractors named hereunder are reliable and competent to perform that part
of the Work against which they are listed.
Documentation outlining experience of sub-contractors should be enclosed, also the curriculum
vitae and experience of their key personnel who will be assigned to the Contract, equipment to be
supplied by them, size, location and type of Construction Projects/Contracts carried out in the past
along with the names and addresses of those Employers/Clients also need be enclosed herewith.
(Use additional sheets, as required)
Part of Works
(Given Details)
Sub-Contractor
(With Complete Address)
2
contractors, the same should be
contractors fully meet the
which shall be got verified and confirmed in detail
med that the Firm is of the
contractors named hereunder are reliable and competent to perform that part
contractors should be enclosed, also the curriculum
vitae and experience of their key personnel who will be assigned to the Contract, equipment to be
ontracts carried out in the past
also need be enclosed herewith.
Contractor
(With Complete Address)