DHA MULTAN VILLAS · A = No. of B.Sc Engineers having individual experience of 10 years or above c)...

14
D TECHNICAL PROPOSAL FOR POST-QUALIFICATION OF FOR GREY STRUCTURE & A (ENVELOPE-1 SUBMISSIO MAY 2018 DHA MULTAN VILLAS L/ QUALIFICATION REQUIREM F CONTRACTING FIRMS ASSOCIATED WORKS ON GUIDELINES & EVALUATION C MENTS CRITERIA)

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)