Download as pdf or txt
Download as pdf or txt
You are on page 1of 168

Government of Pakistan

Ministryof Communication
NationalHighwayAuthority,lslamabad

for
ELECTRO- MECHANICAL
WORKSOF

LOWARITUNNELPROJECT
ON DESIGN.BUILD
BASIS

VOLUME.I
Saynoto corruption

I
I TABLEOF CONTENTS

I sEcTtoN't Invitation
for Bids

I sEcfloN2 Instructions
to Bidders

! sEcTtoN
3 of Bid(Technical
Letters & Financial)
andSchedules
to Bid

I sEcTroN
4 to Tender
Appendix

I sEcTtoN
5 General (Part-l)
of Contract
Conditions

I sEcfloN6 Conditions - Conditions


(Part-ll)
of Contract of Particular
Applications
I
t sEcfloN7 Employer's
Requirements

t sEcTtoN8 Forms
Standard

I sEcTtoN9 Specifications
andSpecial (inseparate
Provisions Volume-ll)

I sEcTtoN10 Outline
Functional
Design (inseparate
/ Drawings Volume-lll)

I sEcTtoN11 As-Built
Drawings/Documents
the Bidders(inseparate
of CivilWorksfortheinformation
Volumeill)
of

I
I
I
I
I
I
Saynoto corruplion

sEcTtoN-1
INVITATION
FORBIDS
I Say no io corfuption

I Section-lr Invitationfor Bids

FOR BIDS
INVITATION
1,1

I No. Date:

I Subject: INVITATION
FORBIDS

I Electro - MechanicalWorks of Lowari Tunnol Proiect. Pakistan

t 1 . National
Highway (NHA)hasundertaken
Authority
two(2)roadtunnels
including
between
theConstruction
of Lowari
Tunnel
of 8.5Kmand'1.9Kmin thenorthern
partof Pakistan
DirandChitral.TheClvilWorksof 1.gKmtunnelarecompletedwhilethe

t CivilWorksof 8.5Kmtunnelarenearcompletion.
NHAinvitessealedbidsfromeligible
National
andInternational
firmsfor theworks
Worksof LowariTunnelProiect",whichincludeassociated
"Electro.Mechanical
I CivjlWorksandallnecessary
controlsystemincluding
instruments,
E&MBuildings
apparatuses,
machinery,andoperation&
of LowariTunnelProjecton Design-Build
Basis.
I Completeset of biddingdocuments, containingdetailedtermsand conditions etc.
will availablefor the interestedbiddersffom 30rnDecember,2016 at address
I mentioned below.Priceof biddingdocuments is Rs.10,0001 in theformof Demand
DrafyPayOrderin favourof NationalHighwayAuthority,lslamabad.
documents mayalsobe downloaded
Bidding
fromNHAwebsitefreeof cost. Interestedfirms
I are requiredto get them registeredwith PakistanEngineering
category mentioned in thebidding
documents.
Council(PEC)in

I Thebidspreparedin accordance
reachat addressmentioned
hours. Envelope
withthe instructions
in thebiddingdocuments
belowon or before15" February,2017until1100
marked"Technical
must
Bid"will be openedon the sameday at

I 113ohours as specified
in the BiddingDocuments.This advertisement
on PPRAwebsitei.e. (I 4l&!plagg.p4.
available
is also

willbe published
(if required)
to thisinvitation
I 5 . Anycorrigendum
anduploaded
dailynewspapers to NHAandPPRAwebsites
in Pakistan's
as mentioned.
leading

t GeneralManager (P&CA)
NationalHighway Authority
I lvlinistry
of Communications,
28-Mauve
Government of Pakistan
Area,G-9/1,lslamabad,Pakistan
Phone:
051-9032727,Fax:05'l-9260419,
I qmpca.nha@amail.com
E-mail:
Website:! lwJlhg.glgpt

I
t Eleolro'l',{echanica
Worksoi Lowai TunnelPrcject

I
Saynoio corruption

sEcTtoN-2
TO BIDDERS
INSTRUCTIONS
I Sayno10corroption

I
TABLEOF CONTENTS
INSTRUCTIONS
TO BIDDERS

I ClauagNo.

t A. GENERAL

tB.1 Scopeof BidandSourceof Funds

I tB.2
tB.3
tB.4
EligibleBidders
EligibleGoodsandServices
Costof Bidding

I B, BIDDINGDOCUMENTS
tB.5 Contents of BiddingDocuments
I tB.6
tB.7
Clarification
Amendment
of BiddingDocuments
of BiddingDocuments

I tB.8 Language
C. PREPARATION

of Bid
OF BIDS

tB.9 Documents Comprising theBid


I t8.10
t8.11
Formof BidandSchedules
BidPrices
18.12 Currencies of Bid
t tB.'13
tB.14
Documents
Eligibility
Documents
EstablishingBidder's
andQualification
EslablishingGood'sEligibility
andConformity
I t8.15
tB.16
BidSecurity
Validityof Bids
to BiddingDocuments

tB.17 FormatandSigningof Bid


I D. SUBMISSION
OF BIDS

I tB.18
t8.19
t8.20
Sealingandl\4arking
Deadline
LateBids
of Bids
for Submissionof Eids
18.21 l\,4odification,
Substitution of Bids
andWithdrawal
I E.BIDOPENING
AND EVALUATION

I t8.22
t8.23
tB.24
BidOpening
Clarification
Preliminary
of Bids
Examination & Determination
of

I tB.25
t8.26
Responsiveness
Conversion
Detailed
of Bids
to SingleCurrency
Evaluation of Bids
tB.27 Domeslic Preference
I IB.2B Processto beConfidential

I
I
I Saynoto corruption

t
I INSTRUCTIONS
TO BIDDERS
TABLEOF CONTENTS

I ClausgNo. Doscription

I A. GENERAL

tB.1 Scopeof BidandSource


of Funds

t tB.2
lB.3
tB.4
Eligible
Bidders
GoodsandServices
Eligible
Costof Bidding

I B. BIDDINGDOCUMENTS

tB.5 Contents of BiddingDocuments


I tB.6
tB.7
Clarification
Amendment
of BiddingDocuments
of BiddingDocuments

t IB.B Language of Bid


C. PREPARATION
OF BIDS

tB.9 Documents Comprising theBid


I lB.'10
t8.11
Formof BidandSchedules
BidPrices
t8.12 Currencies of Bid
t tB.13

18.14
Documents
Eligibility
Documents
Establishing
andQualification
Establishing
Bidder's

Good'sEligibility

I t8.15
t8.16
andConformity
BidSecurity
Validityof Bids
to BiddingDocuments

tB.17 Format andSigning of Bid


I D. SUBMISSION
OF BIDS

I t8.18
tB.19
t8.20
Sealingandl\4arking
Deadline
LaleBids
of Bids
for Submissionof Bids
t8.21 Modification,
Substitution
andWithdrawal
of Bids
I E.BIDOPENINGAND EVALUATION

I 18.22
t8.23
tB.24
BidOpening
Clarification
Preliminary
of Bids
Examination & Determination
of

I t8.25
tB.26
Responsiveness
Conversion
Detailed
of Bids
to SingleCurrency
Evaluation of Bids

t tB.27
t8.28
Domestic
Process
Preference
to beConfidential

t
I
t
Saynoto coruption

I
I ClauseNo. Descriptlon PageNo.

F. AWARDOF CONTRACT
I t8.29 PoslQualification
t8.30 AwafdCriteria
I t8.31
t8.32
EmployeisRightto VaryQuantities
Employer's Righlto AcceptanyBidandlo
Rejectanyor all Bids

t t8.33
r8.34
t8.35
Notification
Performance
of Award
Security
Signingof ContractAgreement

I G. ADDITIONAL
INSTRUCTIONS

I t8.36
t8.37
18.38
Instructions
nolPartof Contract
ContractDocuments
Sufficiencyof Bid
tB.39 OneBidperBidder
I t8.40
t8.41
Bidderto InformHimself
AlternateProposalsby Bidder
t8.42 LocalConditions
I t8.43 Integrity
H. APPENDICES
Pacl

I Appendix
A to Instructions
to Biddersl
Nameof EligibleCountries

I Appendix
B to Instructions
Evidence
of Bidder's
to Bidders:
Capability

I Appendix
C to Instructions
Ooods(value
Domestic
to Bidders:
addedin Pakistan)

I AppendixD to Instructions
CurrentCommitments
to Bidders:
/ Projects
in Hand

I
I
I
I
I
I
I
I Saynolo corruption

t Seclion Z: Insiructions
lo Bidders

INSTRUCTIONS
TO BIDDERS
2-1

I A. GENERAL

I lB.1 Scopeof Bid andSourceof Funds


1.1 ScoDo
efBid
I NationalHighwayAuthority,lslamabad,Pakistan(hereinatter
called "the
wishes
Employer") to receive
bidsforthefollowing
scopeofwork:
I "Electro-lvlechanical
Worksincludingassociated
apparatuses
instruments, andoperation
CivilWorksand all necessary
&controlsysteminclsdingE&MBuildings
I of LowariTunnelProjecton Design-Build
Design,Procurement,
Basis,whichshallincludeintefalia
Manufacturing/Construction,
Installation,Development,Testing & Commissioning
Inspection,Shipping,
and Trainingfor
t Operation & Maintenance.

Biddersmustquotefor the completescopeof work.Any bid coveringpartial

I 1.2
scopeof workwillbe rejected
Sourceof Fuhds
pursuant
as non-responsive, to Clause1B.24.

t TheEmployer
Government
is fundingtheProjectthroughfundsavaileble
of Pakistan.
underPSDPof

I 1.3 Theword"Bid"anditsderivatives
derivatives
including
are.synonymous
as prescribed
alldocuments
withword"Proposal"
in theInstructions
andits
to Bidde|s.

I lB.2 EligibleBiddors(andQualification
Criteria)

I 2.1 Biddingis opento all firms/companies/entrepreneurs


meetingthefollowing
minimum qualification
criteria:
(international
& national)

I a) Eachindividual
Pakistan
bidderandallmembeBof JV musthavevalidregistration
EngineeringCouncil (PEC).A fofeignbiddershall
be entitled
by
to bid
in joint venturewith Pakistanifirm flrms/companies/entrepreneurs, in
I accordance with PEC'Sbye-laws.
provideto the Employer
shallsubmitevidence
A foreignbidder/member
its validPECregistration
of submission
of JV, must
whilesubmitting
of application
the bid9J
io PECalongwiihbank
I challanof requisite
feein theirtechnical
bid.Thefinancial
bidsof onlythose
bidderswill be openedwho submitthe PEC licenseduringtechnical
evaluation.

I
I
t
I
I
I Say no io corrupiion

I Section 2: lnslrucllonsioBiddels 2_2

b) An individual jf it meetsthefollowing
bidderor JVwillbe qualified Criteria;
I i An individualbidderhavingPECregistrationin categoryC-Aor abovewith
Specialization in MEol,ME02,ME03,ME04,EE01,EE02,EE03,EE04,
I EE05,EE06,EE07,EE08& CE1o;Allpartners
registration
in categories
according
of JV musthavePEC
to theirsharein JV Agreement;

t Hasstartedand completed
complexity
at leastone (01)Contractof similarsize and
witha valueof minimum
lastten (10)years;lf oneof thepartners
US$50 million(orequivalent) during
in JV alonefulfillsthisCriterion,
I othersneednot be assessedto fulfillit olherwiseeachpartnershallbe
assessed to fulfillas perits sharein theJV;

I t.

Has an averageannualturnoverof minimumUS$ 40 million(or

I equivalent); IncaseolJVeachpartner
jn
to its share theJVAgreement.
mustfulfillthecriteriawithrespect

I iv. Havea minimum cashflowof US$I million(orequivalent); In caseof JV


each partnermustfulfillthe criterjawith respectto its haresharein the
JV Agreement

I v. Pastor presentperformance
partnersof JV)is satisfactory
(individual
of the bidderas contractor
wjthNHAor anyotherexecuting
or all
agencyand
hasnotbeenblacklisted
the contractor earlierby anygovernmentagency/
I authority/
organization.
leadpartnermusthave5070or moresharein
vi. In caseof JointVenture,
I JointVentureAgreement.In caseof foreignleadpartner,its sharewill be
limited
to a maximumof'70%as perPECregulation.

I c) fromeligible
countries
lB.3 EligibleGoodsandServices
of as listedinAppendix
A'of Instructions
to Bidders.

I 3.1 All Goodsandancillary


theiroriginin eligible
Services
countries
to be supplied
underthisContract
'A'
shallhave
listedin Appendix to Instructions
to Bidders
t andall expenditures
Services.
madeundertheContract willbe limited
to suchGoodsand

Forpurpose "orjgin'meanstheplacewheretheGoodsaremined,
I 3.2 of thisclause,
grownor produced, manufactured
Servicesare supplied.Goodsare
and assembled
produced
of fromwherethe ancillary
when,throughmanufacturing,
processing
or substantial andmajorassembling of components, a commercially
I product
recognized
in purpose
or utility
results
thatis substantially
fromitscomponents.
different
in basiccharacteristics
or

I 3.3 Theorjginof GoodsandServices


is distinct
fromthenationality
of theBidder.

I
t
t
I Saynoto corruption

I Section 2: lnslruclonsio Biddets

lB.4 Costof Bidding


2-3

I 4.1 Thebiddershallbearallcostsassociated
its bidandtheEmployer
withtheoreoaration
willin no casebe responsible
andsubmission of
or liablefor thosecosts,
regardlessof theconduct
or outcomeof thebiddingprocess.
I B. BIDDING
DOCUMENTS

I lB.5 Contentsof BiddingDocuments

5.1 In addition
to Invitations
forBiils,theBidding
Documents
arethosestatedbelow,
I andshouldbe readin conjunction
Clause18.7.
withanyAddendum
issuedin accordance
with

I 1.
2.
Instructions
to Bidders,with
Formof Bid& Schedules
Appendices
to Bid
Schedulesto Bidarethefollowing:
I (i)
(ii)
Schedule
A: Specific
Schedule
WorksData
B:Workto be Performed by Subcontractors
I (iii)
(iv)
Schedule
C: Proposed
Schedule
D: Deviations
ProgrammeofWorks
fromTechnicalProvisions
(v) Schedule
E: DeviationsfromContractual
Conditions
I (vi)
(vii)
Schedule
F: lvlethod
Schedule
Works
of Performing
G: Proposed Organisation
(viii) Schedule
H: lntegrity
Pact
I 3. Schedule of Prices
4. ApDendix to Tender
I 5.
6.
General Conditions
of Gontract
ParticularConditions'ofpontract

t 7. Standard Forms
Formsinclude
(i)
thefollowlng:
Formof BidSecurity

t (iD Formof ConlractAgreement


(iiD Formof Performance Security
(iv) Formof BankGuarantee/Bond forAdvancePayment
I 8.
9.
Employer'sRequirements
Specifications - E&lVl
& SpecialProvisions
10. OutlineFunctionalDesign/Drawings
I 1'1 As-BuiltDrawings/Documents
onry)
of CivilWorks(forthe information
of Bidders

I 5.2 The biddersare expectedto examinecarefullythe contentsof all the above


documents.Failure withthe requirements
to comply of bidsubmission willbe at

t the bjdders
responsive
ownrisk.Pursuant
to therequirements
to clause18.24,bidswhichare notsubstantially
of the biddingdocumentswillbe rejected.

I
t
t
I Say no to cofruplion

I S€ctlon2: Inslructions

lB.6 Clarification
to Brddels

of BiddingDocuments
24

I 6.1 A prospeciive
documents
bidderrequiring
any clarification(s)
maynotifythe Employer
in respectof the bjdding
postand/orfax at the
in writingby courier,
aooress:
I GeneralManager
National
Highway
(P&CA),
Authority,
28-MauveArea,c-9/1,lslamabad,
I Pakistan.
Phonet+92-51'9032727
Faxt+92-51-9260419
I qmpca.nha@omail.com
E-mail:

Employerwill examinethe requestfor clarification of the biddingdocuments


I whichit receives
submission
not laterthanfourteen (14)dayspriorto the deadlinefor the
of bidsand if neededwill issuethe clarification/amendment
of the
biddingdocuments at leastseven(7)daysbeforethedateof submission of bids
I (wjthoutidentifying
purchased
the sourceof enquiry)to all prospective
thebidding documents.
bidderswho have

t lB.7 Amendment
7.1
of BiddingDocuments
At anytimeprjorto thedeadline
for submission
of bids,the Employer
may,for
I any reason,whetherat his own initiative
requested
addendum.
by a pfospective
or in responseto a clarification
bidder,modifythe biddingdocuments by issuing

I 7.2 Any addendum


Sub-Clause
thusissuedshallbe partof the bidding
7.1hereof, andshallbe communicated
documents pursuant
to
in writingto all purchasers
of

I the biddingdocuments.
addendum in writing
Prospective
to theEmployer.
Bid thatthe information contained
biddersshallacknowledge
Thebiddershallalsoconfirm
in suchaddenda
receiptof each
in theFofmof
havebeenconsidered in
preparing
I 7.3
hisbjd.
To affordprospective
biddersreasonabletimein whichto takean addenduminto

t accountin
deadline
preparingtheirbids,the Employer
forsubmissionof bidsin accordance
mayat its discretion
withClauselB.19.
extendthe

t
t
t
I
I
t
I
I Saynoto corruption

I Section2: Insiruclions
to Bidders 2-5

I C. PREPARATION
OF BIDS

lB.8 Languageof Bid


I
8.1 The samelanguage in whichthe BiddingDocuments are writtenj.e English,
I shouldbe used for preparation
supporting
documents
of Bid, howeverif a bidderprovidesany
in language(s)
accurateand authenticated
otherthan English,in such case the
translation
of the documents
in Englishlanguage
I shallbesubmitted
a.
in thefollowingmanner:
notarycertificates(original)as per the law of their countryhave been
I b.
provided
for eachsuchtranslated,
the translated
documents
document and
havebeendulyverified lsignedandstamped (in

I original)andwiththewrittenstatement (the
of theattester authorized officer
in the Embassy)that this is a true copy of the documentstranslatedin
English dulynotarizedandis authentic'l fromthe Embassy of the Bidder's

t country of constitution
in Pakistan - or - thetranslated
documentshallbe attestedby the lvlinistry
of the Bidderdulyendorsed by Counsellor
anddulynotarized
of ForeignAffairsof the country
of the Embassy of Pakistan in
thatcountry.
I Note:The contentsof any supporting Documentin non-Englishlanguage
submitted
without
regardto theprocedure as above(a & b) shall
stipulated
I notbe considered.

I lB.9 DocumentsComprisingthe Bid

I 9.1 The bid preparedby the biddershallcompriseof a Technical


PriceBid/Proposal.
Bid/Proposal
and a

I 9 . 2 The TechnicalBid/Proposal
following
components:
preparedby the bidder shall compriseof the

t (a)

(b)
CoveringLetter

Formof Bid/Letter
of Technical
Bid/Proposal
dulyfilled,signedand sealed,

I (c)
in accordance

Schedules
withClause18.17.
(A to H) to Bid duly filledand signed,in accordance
with the

t (d)
instruciions
contained therein.

with ClauselB.15.(to be attached


Bid Securityfurnishedin accordance
withTechnical Bid/Proposal)
I (e) Powerof Attorney
in accordance
withClauselB 17.5.
(f)
I JointVenture (ifapplicable).
Agreement

I
I
I Saynoto corruption

t Section2: Instruotionsto

(s)
Aidders

Documentary evidence establishedin accofdancewithClause18.13that


2,6

thebidderis eligible
to bidandis qualified
to perform
thecontract
if itsbid
I is accepted.
(tobe attached underAppendix-B)
(h) Documentary
evidence established
in accordancewithClause18.14that
T theGoodsandancillaryServices
to be supplied
by thebidderareeligible
Goods and Servicesand conformto the biddingdocuments(in
accordance
withandto beattachedunderSchedule A to Bid).
I (D Biddersapplying for eligibility
shallsupplyall information
for domesticpreference
& evidenceto establish
in bid evatuation
the claimfor domesiic
I preferencerequiredto satisfythe criteriafor eligibilityas describedin
Clause1B.27.Theparticulars
C to theseInstructions
for domesticGoodsprescribed in Appendix
shallalso be filledin to substantiate claimfor

I [)
domestjcpreference.
Appendix-A
to Instruction (nameof eligible
to Bidders countries)

I (k)

(t)
Appendix-B
to Instruction
Conditions
of Particular
(evidence
to Bidders
Applicalion,
of bidders
capability)
Appendixto Tender,Conditions of
I Contract
andEmployer's
( m ) Specifications
andSpecial
(Sections
Requirements
- E&M(Volume
Provisions
4, 5, 6, 7 ofVolumel)
ll)
t (n) Designproposal formingbasisof the bid (to be submitted
with the technical bid/proposal
in accordance
by the bidder
with and attachedunder
Schedule A to Bid).Unpriced
Billof Quantity(BOQ)of thedesignproposal
I be enclosed.
(o) Time programme includingcash flow aspects(percentage-wise)with
I detailsof PlantandEquipment
to seeadequacy
available
of thearrangements
and/orintended
to be
made(tobe submitted
purchased
bythebjdder
with the technicalbid/proposal
in accordancewith and to be attached
t (p)
underSchedule C to Bid)
Methodfor performingWorks to ensurecompletionof Works within
t time (to be submittedby the bidderwith the technical
stipulated
bld/proposal
in accordance
withandattached
underScheduleF to Bid).

t (q) N,4ethodfor testingand.commissioning


mechanism
technical
proposed
for qualitycontroland assurance
bythebidder(tobe submitted
bid/proposaliri accordance
withandattached
bythebidderwiththe
underSchedule F

t (r)
to Bid).
program
Detajled
Plant,Equipment,
/ Planwithoriginof manufacturing,
apparatuses,
procurement of E&M
instruments,etc.andtheirshipment and
I to the Site(to be submittedby the bidderwiththe technical
transportation
bid/proposal).

I (s) Key proposedpersonnel and designteam(to be submittedby the bidder


with the technicalbid/proposalin accordancewith and attached under
ScheduleG to Bid)

I
t
I
I Saynoto corruption

t Section2r lnstructionsloBldderc

(t)
2-7

Report on Site Visit (to be submittedby the bidder with the technical
bid/proposal)
I (u) Any otherdocumentsprescribed in Particular
Conditionsof Contractor
Technical
Provisions
to be submitted
withthetechnical
bid/oroDosal.
t 9.3 preparedby the biddershallcompriseof the following
The PriceBid/Proposal
components:

I (a) CoveringLetter

I (b) Formof Bid/Letterof PriceBid/Financial


sealed,in accordancewithClause18.17.
Proposalduly filled,signedand

(c) Foreigncurrencyrequirements
I (d) Listof itemsofWorksandnon-binding
BillofQuantity

I (e)

(f)
Schedule
of Pricescompleted
Pact
Integnty
in,accordance
withClauses18.11and12

I (S) Any other documentrelatedio frnancialprovisionsas prescribedin


Instruction
to Bjdders,ParticulafConditionof Contfactor any financial
provision
to be submitted
withthe bid.
I . . 1 1,
18.10Formof Bid and Schedules
I 10.1 The biddershallcomplete,
as modified)
signand sealthe Formof Bid,Schedules (A to H, or
to bid and Scheduleof Pricesfurnishedin the biddingdocuments
I andshallalsoencloseotherinformation
as detailedin Clause18.9.

I l B . l ' l B i dP r i c e s

11.1 The biddershallfill up the Scheduleof Pricesattachedto these documents


I indicatingthe unit rates and prices of the Works to be performedunder the
Contract.Priceson the Scheduleof Pricesshall be enteredkeepingin view the
instructions
contained in the Preambleto the Scheduleof Prices.
! 11.2 The biddefshallfill in ratesand prices.rn
figuresand wordsfor all rtemsof the
Worksdescfibed in the Scheduleof Prices.ltemsagainstwhichno rateor price
I is enteredby a bidderwill not be paidfor by the Employerwhenexecutedand
shallbe deemedcoveredby ratesand pricesfor otheritemsin the Scheduleof
Prices.
t 11.3 The bidder'sseparation of pricecomponents In accordance
above,will be solelyfor the purposeof facilitating
wth Sub-Clause11.1
the comparisonof bidsby the

I Employer/Engineer
termsoffered.
andwill not in anyway limitits rightto contracton any of the

I 11.4 UnlessotheMisestipulated of Conlract.pricesquoledby the


in the Conditions

I
I
t Say no io cofrupiion

I S€ction2: Inskuctio.slo Brdders

biddershallremainfixedduringthe biddefsperformance of the Contractand not


2-8

subjectto variationon anyaccount. Whenthe biddersare required to quoteonly


I fixed price(s)a bid submittedwith an adjustabtepricequotationwi be treatedas
non-responsjve and rejected,pursuant to Clause18.24.

T 11.5 Any discountofferedshallbe validfor at leastthe periodof vatiditvof the bid and
will have continuedeffecttill the Contractperiod.A discountvalid for lesser
periodshallbe considerednullandvoid.
I lB.l2 Currenciesof Bid

t 12.1 Pricesshallbe quotedin thefollowing


currencies:
a. ForGoodsand Services whichthe bidderwillsupptyfromwithinpakistan,
the
I priceshallbe quotedin PakRupees.

b. For Goodsand Serviceswhichthe bidderwill supplyfrom outsidepakistan,


I the pricesshall be quotedin Pak Bupeeswith breakdownof foreigncurrency
requirement In no caseshalltheforeigncurrencycomponent
than60%of the totalbidprice.
quotedbe more

I The biddershallsubmitwith theirbid a detailedlist of att materiat


equipment to be importedfor incorporation
and
intothe Works,as definedin
t Condiiions
quantity,
of Contfact,includingthe description
unitCIFvalueandtotalCIFvalue.
of eachitem HS code,

t d . The ratesof exchange

prevailing
Pakistan
to be usedby the bidderfor currencyconversion
be TT & OD sellingratespublishedor authorized
shall
by the StateBankof
onthe28 dayspriorto thedeadline
forsubmission
of bids.

I 18.13DocumentsEstablishingBidder'sEligibilityand Qualifications
'13.1 Pursuantto Clause18.9,
the biddersf{allfurnish,as part of its bid,documents
I establishing to,bid and its qualifications
the bidder'seligibility
Contractif its bidis accepted.
to performthe

I 13.2 The documentary evidenceof the biddei'seligibility

an eligiblesourcecountry.as deflnedunderClause18.2.
to bid shallestablish to the
Employer'ssaiisfactionthel the bidder,:at the time of submissionof its bid is from

I '13.3 The documentary


evidenceof the biddey's qualificationto performthe Contractif
jts bid is accepted,shallestablishto the Employeis satisfactionl

I (a) that, in the case of a bidderofferingto supplyGoods under the Contract


whjchthe bidderdid not manufacture produce,
or otherwise the bidderhas
beendulyauthorized or producer
! Goodsto Pakistan:
by the Goodsmanufacturer to supplythe

(b) that the bidder/manufacturerhas the financial,technicaland production


I capabilitynecessaryto performthe Contract;and

I
t
Saynoto corruption

I Section2r lnstruclions

(c)
io Bidders

that,in thecaseof a biddernotdoingbusinesswithinPakistan


thebidder
is or willbe (if successful)
represented
by an agentin Pakistan
equipped
I andableto carryoutthe suppliefsmajntenance,
stocking obligationsprescribed
bytheConditions
repairandspareparts
of Contract
andtechnical
provtstons.
I 13.4 (a) mustpossess
Bidder/manufacturer andprovideevidence of thefollowing

t Thebiddershallfurnish
"Evidence
of Biddeas
documentary
evidence
(Appendix
Capability"
of qualification
ontheForm
B to theseInstructions)
'13.5 JointVenture
t to qualify:
ln ordeffora JointVenture

I (a) Thequalification forJV partners


criteria
2.t hereinabove.
Sub-Clause
(leadandothers)arespecified
in

I (b) Allfirmscomprising
meettheeligibility
thejointventure
requirement
shallbe legallyconstituied
of Sub-Clause
2.1hereof.
andshall

I (c) All partnersof the joint ventureshall at all times and under all
circumstancesbe liablejointlyandseverallyto Employerfortheexecution
of the entire Contractin accordancewith the Contractterms and
I conditions
and a statement
authorization
mentioned
andFormof Contract Agreement
to this effectshall be includedin ihe
underpara(0 belowas wellas in theFormof Bid
(incaseof a successful
bidder).

t (d) The Formof Bid, and in the caseof successful


Contract
Agreement,
bidder,the Formof
shallbe signedso as to be legallybindingon all

I (e)
Partners.
Oneof the joint venturepartnersshallbe nominatedas beingin-charge
(JV-leader)and this authorisation
shallbe evidenced by submitting a
I powerof attorney
venturepanners.
signedby legallyauthorized
signatories
of all thejoint

t (f) The partner-in-charge


payments andreceive
of thejointventure.
shall be authorized
instructions
to incur liabilities,
receive
for andon behalfof anyor all partners

t (S) A copyof theagreement


with
submitted thebidstating
enteredintoby thejointventurepartnersshallbe
iheconditions underwhichit willfunction,its
periodof duration,
thepersons authorized
to represent andobligate it and
I whichpersonswill be directlyresponsible
Contract and can gjvevalidreceipts
for due performance of the
on behalfof the lointventure, the
proportionateparticipatjon joint
t and any otherinformation
functioning.No amendments
of the sevefalfirmsformingthe
necessary to permita full appraisal
/ modifications whatsoever
venture,
of its
in the joint
ventureagreement shallbe agreedto betweenthe joint venturepartner
I withoutpriorwritten
13.6 The biddershallpropose,
consent of theEmployer.
in drderof his priority;
Plant,of notmoremanthree
I
I
J
I Saynoto corruption

I Section2r Inslruciions
lo Biddets

manufacturers.
Employerat his ownjurisdiction the plant,of only
willevaluate
2-.10

oneof suchmanufacturers.
I 18.14DocumentsEstablishingcoods' Eligibilityand Conformityto Bidding
Documenta
I 14.1 Pursuantto Clause1B.9,
establishing
as partof iis bid,documents
the blddershallfurnish,
theeligibility
andconformityto the bidding
documents of all coods
t andServices whichthe bidderproposes
14.2 Thedocumentary evidence
to performunderthe Contract.
of thecoodsandServices eljgibility
shallestabtish
to
I the Employer's
country
shipment
satisfaction
as defined
thattheywill havetheiroriginin an eligible
underClause1B.3.
willsatisfy
therequirements
A certificate
source
of originissuedat thetimeof
of thesajdClause.

t 14.3 Thedocumentary
documents
evidenceof theGoodsandServices'
maybein theformof literature,
drawings
conformity
to thebidding
anddataandshallfurnjsh:

I (a) A detailed
description
characteristics.
of the Goods,essential andperformance
technical

t (b) Complete
set of technical
drawings
information,
as requiredin accordance
WorksData.Thiswillinclude
description
with Schedule
butnotbe limited
data,literature
and
A to Bid, Specific
to thefollowing:

I (i) A sutficientnumber of drawings,photographs,


illustrations
and suchotherinformation
catalogues,
as is necessary
to illustrate
clearlythe significant suchas generalconstruction
characteristics
I dimensions
furnished.
andotherrelevant informationaboutthe Goodsto be
(iD Details of equipmentandmachinery withcapacity.
I (c)
(iii) Anyotherinformation whichis required purposes.
forevaluation
A clause-by-clause
commentaryon TechnicalProvisions,provided with
I the biddingdocumehts,demonstrating
substantialresponsiveness
the Goods' and Services'
to those Specifications
or a statementof
devjations and exceptionsto the provisions of the Technical
I Provisions/Employer's
14.4 Forpurpose
Requirements
of thecommentary
as required
in Schedule
pursuant
to be furnished
D to Bid.
to Sub-Clause 14.3(c)

I above,the biddershallnote that standards


equipment,
the Engineer
andreferences
in theTechnical
for workmanship.
to brandnamesor catalogue
Provisions/Employer's
numbers,
materialand
designaled
Requirements
by
are intended
to be descriptiveonlyandnotrestrictive.
Thebidder
I and/orcatalogue
Engineer's
numbersin its bid,
satisfaction
provided
that the substitutions
maysubstitute,
are substantially
brandnames
that it demonstrates to the
equivalent of
superiorto thosedesignated in theTechnicalProvisions.
Copies of thestandards
I proposed bythebidderotherthanthosespecified
befurnished.
in theBiddjngDocuments shall

t lB.l5 Bid Securitv

t 15.1 Eachbiddershallfurnish,as partof his bid,a bid securityof an amount

I
I Saynoto coruption

t sectlon2: Inslruciions
to Bidde$

thanRa,70 millionor an equivalent amount in anyfreelyconvertible


2-11

currency.
ln
caseof jointventure,bid securityshallbe submitted with nameof proposedJV
I accordingly.
15.2 fhe bidsecurityshallbe,at the optionof the bjdder,in the formof depositat call
t or a bankguarantee issuedby a scheduled
bankdulycounter-guaranteed
Employer
by a scheduled
bankin Pakistan
bankin Pakjstan
or froma foreign
in favourof the
valid for a periodof one hundredeighty(180)daysfrom the latest

t dateof submission of bids,


15.3 The bid securityis requiredto protectthe Employeragainstthe risk of bidder's
conductwhichwouldwarrantthe security's forfeiture,pursuant to Sub-Clause
I 15.7hereof.
15.4 Any bid not accompanied by an acceptable bid securityshallbe considered by
the Employer as non-responsive, pursuant to ClauselB.24.Bid security shallbe
I submitted withtheTechnical
"Bid Security",
Bid/Proposal in a separate envelope
whichis to be pastedon topof thesealedenvelope
and marked
of Technical
Bid/Proposal. Theenvelope containing"BidSecurity'will be openedfirstat the
I timeof opening
15.5 Thebidsecurities
of TechnicalBids/Proposals
of unsuccessful
andwillbeexamined.
bidderswill bereturned uponawardof contract
to the lowestevaluated/successful bidderor on the expiryof validityof bid
I securitywhichever is earlier.
'15.6 The bid securityof the successful bidderwill be returnedwhenthe bjdderhas

I furnished the requiredPerformance


signedtheContract Agreement,
Secudty,pursuant
pursuant to Clause18.35.
to Clause18.34and

15.7 Thebidsecurity maybeforleited:


I (a) if a bidderwithdraws
of bid
hisbidduringthe periodof bidvalidjty; andopening

I (b) afa bidderdoesnotaccept


Clause 24.2hereof; or
thecorrection of hisbidprice,pursuant to Sub-

(c) in thecaseof a successful bidder,if hefailsto:


I (i) furnishthe requifedPerformance
Clause 18.34,or
Securityin accordancewith

I (ii) signtheContract Agreement, in accordance withClause1B.35.

I
I
I
I
I
t
I
T Saynolo coruption

I Section2: Instruclonsto

lB.l6 Validityof Bids


Bidders 2-12

I 16.1 Bidsshallremain
C l a u sleB . l 9 .
validfor'150daysafterthedateof bidopening as prescribed in

I '16.2 In exceptional circumstances priorto expiryof original


Employermayrequestthe biddersto extendthe period
bid validityperiod,the
of validityfor a specified
additional periodwhichshallin no casebe morethanthe originalbid validity
t period. Therequest andtheresponses
the requestwillbe required
thereto shallbe madein writing.
mayrefusethe requestwithoutforfeitureof his bidsecurity.
A bidder
A bidderagreeingto
to extendthe validityof hisbidsecurityfor the period
I of the extension, andin compliance withClauselB'15in all respects
case, the Employerwill be obligatedto compensate
substantiation fortheirincrease
in which
the bidders,upon
in costs(if it is a fixedprjcebid).
t 1B.17Formatand Signingof Bid

t befor
areparticularly
17.1 Bidders
performing
directed
theContract
thattheamountentered
strictly
in accordance
ontheFormof Bidshall
withthebidding
documents.
to Bidareto beproperly
17.2 All Schedules completed
andsigned.
I 17.3 No alteration is to be madein the Formof Bid nor in the Schedulesthereto
exceptin fillingup the blanksas directed.
lf anyalteration
be madeof if these
be notfullycomplied
instructions with,thebidmaybe rejected.
17.4 Eachbiddershallprepare
one( 1)original
andthree(3)copies, of thedocuments
I comprising
'ORIGINAL'
the bid as describedin ClauselB.9 and clearlymark them
and 'COPY"as appropriate.
In the eventof discrepancybetween
shallprevail.
them,theoriginal
I 17.5 Theoriginalandallcopiesof thebidshallbe typedor writtenin indelible inkand
shallbe signedby a personor personsduly auihorized to sign(in the caseof
I copies,Phofostatsare alsoacceptabje).
writtenPowerof Attorneyauthorising
This shallbe indicatedby submittinga
the signatoryof the bidderto actfor andon
All pagesof the bid shallbe initialled
behalfof the bidder. andstamped by the
t personor personsSigning
'17.6 Thebidshallcontain
thebid.
noalterations,
omissions or additions,
except to complywith
jnstructions
I persons
issuedby the Employer,
or as are necessary
in whichcasesuchcorrections
by the bidder,
signingthebid.
to correcterrorsmade
by the personor
shallbe initialled

I 17.7 Biddersshallindicate
properaddresses
in the spaceprovided in the Formof Bid theirfull and
at whichnoticesmay be legallyservedon themand to which
all correspondence
in conneciionwiththeirbidsandtheContractis to be sent.
I '17.8 Bidders
shouldretaina copyof thebidding
documents
astheirfilecop,.

I '17.9 SiteVisits:

a) lt is a mandatory
requirement
ior the bidders
to visitthesite
I
I
t
Saynolo corruption

I Sectlon 2r ln8tftrctions
io Bidde|s

visualizethe scopeof Wofksand requirement, so as to prepareand


submitthe bid accordingly.
All costin thisregardshallbe at the biddefs
I ownexpensewithno liability
assistbiddersin obtaining
on theEmployer.However,
NOCfor travelling
theEmployer will
to projectsite.Thebldders
are requiredto provjdeproof of the sjte visit in their Technical
I BidiProposal.
b) The biddersand / or any oi their pefsonnelor agentwill be granted
I permission
purpose
by ihe Employer
of suchinspection.
bidders,their personnel
to enteruponhispremises
butonlyuponthe express
andlandsforthe
condition
and agents,will releaseand indemnify
thatthe
the
I Employer,his personnel
andthebidder\/Vill
costincurred
andagentsagainst
be responsible
in respect
all liability
for anyloss,damage,
asa resultof suchinspection.
thereof
injury/ deathor

I 17 10 Pre-BidMeeting

a) The Employermay, on his own or at the requestof any prospective


I bidde(s),holda pre-bid meeting issuesandprovide
to clarify
on mattersrelatedto the biddingdocuments.
clarifications
All prospective
biddersor
theirauthorized
representatives
rshallbe invitedto attendsuch a pre-bid
I b)
meeting.
Pre-bidmeeting
ii ,
shallbe heldon6'nFebruary, 2017.
t c) Thebidders arerequestedto submitquestions,
beforetheproposed
reachthe Employer
if any,in writingso as to
pre-bidmeeting.

I d) Minutesof pre-bid
thereplies
mqeting,
givenwillbe transmitted
thetextof thequestions
Includrng
to all bidders.
raisedand
of the
Anymodification
biddingdocumentg listedin Sub-Clause 5.1 hereof whichmaybecome
I necessaryas a resultof pre-bid
excluslvely
meeting
theissueof an Addendum
through
shallbe madeby the Employer
pursuant
to clauselB.7and
notthrough theminuiesof thepre-bid
meeting.
I e) Absence
bidder.
at thepre-bid notbe a causefordisqualification
meeting,will of a

I SUBMISSION
D. OFBIDSFORTWOSTAGETWOENVELOPE
PROCEDURE
BIDDING

I ..
18.18SeallngandMarkingof Bids

as perPPRARule36 (d) usingTwoStageTwo


18.1 Eachbiddershallsubmithi3;bid
T Envelopes
Bidding Procedureas under:,
(a) Bidder shall submit,I.his TECHNICALBID/PRoPoSALand PRICE
I BID/PROPOSAL in separatejnner.ehvelopes
andenclosed
in a singleouter
envelope.The compqnentsof TEcl-lNlCALBID/PRoPOSAL and PRICE
BID/PROPOSAL aredescribed in Cfquse
1B.9.
I (b) oRIGtNAL
andeachcoPY of therrEcHNtcAlBID/PRoPoSAL andPRICE
BID/PROPOSAL sealedand put in separate
shall,beseparately envelopes
I
I
I
I
I
Llcnsroj lsenber e oleul lleqs aq 'prq qcnsJo ldtecetJo lu€u-lbpalMou)cB
ue o^lecer 0l saqst/\ JapplqoLll pue lteu Iq st ptq e lo tue^tlapeJeLlM (c)
I
sprqlo tua^rlap pueuo[e]PdaJd
oql ur peJJncursasuodxe lle teaq lleLls sJepptg a^oqe patjtceds I
leql ueql ]elllo lutod tuo^tlop ^ue uolJ sptq aLll }3alloc ol ue)elapun
eq sluaureouelle llLl Jou
'paldocceeq
lou llt^ elqeledse6teqot{ltMsptg (q)
.spt8tol uo[ell^ul I
eql ur pelelno[selpp pue eu][ oql ueql ]alel lou loeJeq ! g asnelS
-qns ur pellrcads ssatppeeql le teloldulSeql Iq po^te3eJ eq lsnul spt8 (E) l6l I
sptElo uolssruqnsJol oulpeoo 6!'gl
alnpacold6utpptqledola^uf
'uotssruqnstoj aceld pue aull ,alpp
o^ l oOBSo,ul eql
I
JOAsrnocanp ur eq] uJ.tolutllelis Jaloldu.tf
aql LlcrrlM
roJ 'obpls puocaseql ul l€sodotd/ptgscud fueluaulelddnspue
lPsooord/pr8lmruqcat past^au uotssluqnstoj ostMe)tlalqpctldde
,o aq lleqs
I
o6elslsJUaql ur l€sodoJd/ptg ac d pue lesodoJd/ptg lectuqcafJo uotsstuqns
Jo, sesnelc-qnslue^alat teqlo pue t8L ol L8L osnElc-qnse^oqe eql 9Bt
atnleuls.ld
I
plg aqllo 6uruodo .lolueuaceldstuteql lol ill|qlsuodseJ ou aunsse
'o^oqe
llr/l^re^oldur3aql se pelJ€ulpue paleoslou sl adola^ueJalnoeql ll t.BL
'02 gl esnelcol
lupnsJnd p€lelcepstlt as€9ut pauedoun
,,alpl,, pauJnleJaq
t
ol prqoLl)elqeuaot ropptqeql ssolppppue aureueql alecrpur
lo llellsedola^uo
rauuraql'JoaieLlz'gf osnel3 -qns ut paJtnbaluotlpcllluept eql ol uoflpppul €BL I
prq
se'6urusdo
rojarep
pueeLur
aqr r"r I
",","|1:!"""3,T',iod1,""j9^i'J3il1^X1i
luauncop6ulpptq
aql ur paurlapse pe4uoC aql lo taqu.lnuuo[eculueplpue aueu oql reeq (q) I
:slueulncop
ourpprqaql ur pephoJd ssa.lppeeql 1e re{o1dLu3aLll o} passelppe aq (e,
I
:lleqssedola^ue Jelnopuelauureql Z gt.pauadoun
(s)Jepprqa^rsuodseJ-uou aAqJadseteg ol pautnlot eq lleqs sptq ,Il6utp.lorce t
pue uoDenlB^eloj peJaplsuoraq lou llt^\ pue eJaql pue uoql palcafeJ^[q6uJno
aq lln^Iluncesplq olqeldacce oututeluoc .peutu]exe
lou sprg aq ll ^ puelesodord/sptg
lecluLlcalJo outuedoJo atllt eql le ls.lupauedoeq llt^ 'ilunros prg,,6urureluoc I
edolo^uaaql lesodoid/ptgleclur]celJo lVNlClfO aLll Jo odola^ueJeuurpeleas
aqlJodol uo paq3ee eq ol st rlc ..Ur,,, llEnCfS Clg,,pe).leulpupsdola^ueeleJedes
e ur lpsodoJd/prAlectul.l3a-Ieq Lllt,1^ pallulqns sq llpqs ^lr.lncasptq ,srou,equnl I
loaraqz 8 L
esnel3-qns u! ueNOse peu[uapl/ pessoJppp paleos
pue edole^uo.]€]no I
euourlnd aq ll|l^'tVSOdOUd/CtA
]CtEd puetVSOdOUd/OlgtVCtNHC3I
qloq rol SfldOC pue lVNtgtUO aLll 6urureluocsedola^uerauur oL[ (c)
'qcnsse palrPurpue I
,l-z srepprg
otsuort.rrtsul
rz uo!t'.s
uollonr]o5
ol ouAes I
I
Say no to corruplion

I Section 2: Inslft'olions
to Bidders

acknowledgment in a.spparate
letterattached to but not included
in the
2-15

sealedbidpackage. .
I (d) Uponrequest,acknowledgment
makingdelivery
in person
of receiptof bidswjll be provided
or bymessenger.
to those

I 19.2 Bidssubmitted
through
telegraph,
telex,faxor e-mailshallnotbe considered.

I 19.3 TheEmployer
by issuing
andobligations
may,at hisdiscretion,
an addendum
extendthedeadline
in accordance
of theEmployer
withClause1B.7,
andthebidders
for submission
of bids
in whichcaseall rights
previously
subject
to theorigjnal
deadlinewillthefeafter
be subjectto thedeadline
I 18.20LateBids
asextended.

I 20.1 (a) Any bidreceivedby the Employer


prescribed
afterthe deadline
in Clause18.19willbe returnedunopened
for submission
of bids
to suchbidder.

I (b) Delaysin the mail,delAysof personin transit,or deliveryof a bid to the


wrongofficeshall not be acceptedas an excusefor failureto delivera bid
at the properplace and time. lt shall be the bidder'sresponsibility to
I determinethe manner in which timely delivery of his bid will be
accomplished eitheriri person,by messengeror by mail.

I 18.21Modification,
Substitutionand Withdrawalof Bids

21.1 Any biddermay modify,substituteor withdrawhis bid after bid submission

I providedthat modification,
substitutionor writtennoticeof the withdrawaljs
priorto the deadline
receivedby the Employer for submjssion
of bids.

I 21.2 Ihe modification,


substitutionor noticefor withdrawalof any bid shall be
prepared,sealed,markedand deliveredin accordance with the provisions
Clause 1B.18 with the outer and inner envelopes additionallymarked
of
"IVIODIFICATION',
I 21.3 Withdrawal
"SUBSTITUTION" or "WITHDRAWAL', as appropriate.

of a bid duringthe intervalbetweenthe deadlinefor submission of


bids and the expirationof the periodof bid valjdityspecifiedin the Form of Bid
I of the BjdSecuritypursuant
mayresultin forfeiture to ClauselB.15.

I
I
I
I
I
I
I Saynoto corrupiion

I Section2: Insiruclions
lo Biddels 2-14

E, BIDOPENINGAND EVALUATIONFORTWOSTAGETWO ENVELOPE


I BIDDINGPROCEDURE

18.22Bid Opening
I 22.1 The Employerwill open the TechnicalBids/Proposat at the address,date and
time specifiedin the biddingdocumentin the presenceof bidders'designated
I representatives
remainunopened
and anyonewho chooseto attend.The Price Bids/Proposal will
and will be heldin custodyof the Employeruntilthe specified
timeof theiropening
I 22.2 First,envelopesmarked"WITHbRAWAL"
envelopewith the corresponding
shaltbe openedand readout and the
bid shallnot be opened,but returnedto the

I bidder.No bidwithdrawal shallbe permitted unlessthe corresponding withdrawal


noticecontainsa valjd authorizationto requestthe withdrawaland is read out at
bidopening.

I 22.3 Second,outerenvelopesmarked"SUBSTITUTION"
envelopes containing
the Substitution
shallbe opened.The inner
TechnicalBid/Proposal and/orSubstitution

t PriceBid/Proposal
substituted,
Substitution
shallbe exchangedfor the corresponding envelopesbeing
which are to be returnedto the bidder unopened.Only the
TechnicalBid/Proposal, if any, shall be opened,read out, and
recorded.Substitution Price Bid/Proposal will remainunooenedin accordance
I with lB 22.'1.No envelopeshall be substitutedunless the corresponding
substiiutionnoticecontainsa valid authorizationto requestthe substiiutionand is
readoutandrecorded at bidopening
I 22.4 Next,outerenvelopes marked"MODIFICATION" shallbe opened.No Technical
Bid/Proposaland/or Price Bid/Proposalshall be modified unless the
I correspondingmodificationnotice containsa valid authorizationto requestthe
modificationand is read out and recordedat the opening of Technical
Bids/Proposal. Only the TechnicalBids/Proposal, both originalas well as
I modification, are to be opilned,read out, and recordedat the opening.Price
Bids/Proposals, both original and modification, will remain unopened in
accordancewith lB 22.1. The bidders'reDresentatives who are oresentshall be
I requested to signthe record.The omissionof a bidde/ssignature

shallbe distributedto all brdders.


on the record
shall not invalidatethe contentsand effect of the record.A copy of the record

I 22.5 Otherenvelopes holdingthe TechnicalBids/Proposals


time,andthefollowing
readout andrecorded:
shallbe openedone at a

I (a) thenameof thebidder;


(b) whetherthereis a modification or substitution;
I (c) the presence of a bidsecurity,
(d) Anyotherdetails
if required;
as theEmployer
and
mayconsider appropriate.

t Nobidshallbe rejectedat the openingof Technical


for latebids,in accordance
readoutandrecorded
Bids/Proposals
withlB 20.1.OnlyTechnical
at bjdopening, shallbe considered
except
Bids/Proposal
forevaluation.

I
I
I
t Saynoto corruption

I Section2r lnstructions

22.6 fne Employer


to Bdders

shallexaminethe TechnicalBid/proposalto confirmthat all


2-17

documents have been provided,and to determine the completeness


I substantive
Employer
responsiveness
on theprimafacieof eachdocument
shallthuscomplete
thetechnical
evaluation.
and
submitted.
The

I 22.7 fhe Employer


grounds
shallnotifybiddersin writingwho havebeenrejectedon the
of theirTechnical
Bids/Proposalsbeingsubstantially
nonresponsive,
by
themgrounds,
initiating andreturntheirpriceBidsunopened.
I 22.8 The Employer will inviteonlythosebidderswho havesubmitted substantia y
responsiveTechnicalBids/Proposals to attendmeetingwith the Employerto
I discuss
thebidder's
bidders
DesignProposal
willingto meetthe Employer's
discussion.
Thebidders
etc.w.r.tEmployer's
Requirements
Requirements. Those
shallbe calledfor further
notwillingto conform theirTechnicalBids/proposals to
t the revisedEmployer's
respective
Requirements
bidswithoutforfeiture
shall be allowedto withdrawtheir
of theirbidsecurity.

I 22.9 In the secondstagethe substantially

Requirementsof the Employer,


responsive bidders
shallsubmitrevjsed
whosebjdshavenot
alreadybeen rejectedand who are willingto conformto revjsedEmployeis
TechnicalBid/proposal
and
at a time, date and placejnformedby the
I supplementary
Employer.
PriceBid/Proposal

22.10The Employer shallconductopenjngof the revisedTechnical


I publically,
original
of allbidders
PriceBids/Proposals
whosubmitted
andSupplementary
substantially
responsjveTechnical
Bids/proposals
prce Bids/proposals
Bjds/proposals
in

t the first stage and submitted Revised Technjcal Bjd/proposalsand


supplementary PriceBid/Proposal
Employer'sRequirements,
in the secondstageto conformto revised
in the presenceof bjdders' representatives
who
chooseto attend.The bidder'srepresentatives who are oresentshall be
I requested to signa register
;videncing theirattendance
22.11Firstofall,therevised Technlcal Bid/Proposal shallbe opened to ensurethatthe
I biddersare conforming
beenprovided
tq fevisedEmployer's
to themas addenda
Requirements
to the biddingdocuments
whichshallhave
by the Employer
wheninforming themthe date,time and placefor submission in the second
I stage.In theirLetterof Technical
undertaking
withstanding
(Revised) Bid/Proposat,
that theyshallconformto revjsedEmployeas
anyomission
thebiddershaltaddan
Requirements not
in theirrevised Technical Bid/proposalfailingwhich
I the respectivebid may be rejected.Price Bids/Proposals
PriceBids/Proposals
the undertaking
of thosebidders
and Supplementary
whodo notagreeevenat thistimeto add
in theirRevisedTechnicalBid/Proposal to conformwjth revised
I Employer's
security,
Requirements
takingthisrefusal
shall be returnedunopened
aswilfulwithdrawal
alongwith their bid
oi thejrbids.
22.12Iheteatletenvelopes price
I Bids/Proposals
containing
PriceBids/Proposals
andsupplementary
of thosebidderswhoserevisedTechnical
conformto revisedrequirements
of the Employer
Bids/proposals did
shallbe openedone at a time
andthefollowingreadoutandrecorded:
I (a)
(b)
The nameofthe bidder;
Whetherthereis e modification
or substitutio
I
I
I
Saynoto corruplion

I Section2: lfslruclons to Bidders

(c) Thebidprices,jncluding anydiscounts andalternative


offers;and
2-18

I (d) Anyotherdetails astheEmployer


OnlyPriceBids/Proposals
theopening
mayconsider
anddiscounts,
appropriate.
readout and recorded during
of PriceBids/Proposals
shallbe consjdered
forevaluation.No
I at theopeningof priceBids/proposals.
bidshallbe rejected
1B.23Clarificationof Bids
I 23.1 To assistin the examination,
may, at his discretion,
evaluation and comparison
ask any bidderfor clarification
of bjds,the Employer
of his bid, including
breakdowns of the bidpficeas perthe Employer requirement.The request for
t clarification
andthe response shallbe in writingbut no changein the priceor
substanceof the bid shallbe sought,offeredor permitiedexceptas requiredto
confirmthe correctionof arithmeticerrorsdiscoveredby the Employerin the
t evaluationof thebidsin accordance
18.24Preliminary
Examination
withClause18.26.
& Determination
of Responsiveness
of Bids
I 24.'1 Priorto thedetailed
evalualion
bidis substantially
responsive
of bids,theEmployer
to therequirements
willdetermine
of thebidding
each
whether
documents.
I 24.2 A substantially
qualification
responsive bid is one which (i) meetsthe eligibility
criteria;(ii)hasbeenproperly signed;(iii)is accompanied
and
by the
I requiredBid Security;(iv)
ofleredis wjthinspecjfied
possesses the requisite
is validtill requiredperiod; (v) comptetion
lithjts;(vi)the bidder/manufacturer
experjence;
period
is etigibleto bidand
(vii)the bid doesnot deviatefrom basic

t technical requirements;
as perclause1B.35);
and (viii)includes
(ix)conforms
of the biddingdocuments,
signedIntegrity
to alltheterms,conditions
withoutmaterial deviation
Pact(whererequired
andspeciflcations
or reservation. A material
deviationor reseryation is one (i) whichaffectin any substantial waythe scope,
I qualjtyor performance
inconsistent
of the Works;(ji) whichlimitsin any substantial
with the biddingdocuments, the Employeisdghtsor the bidder's
way,
obligationsunderthe Contract; or (jii)adoption/rectificationwhereofwouldaffect
I unfairlythe competitive
resPonsive bids.
position of other bidderspresenting substantially

I 24.3 lf a bid is not substantially


maynot subsequently
responsive,it will be rejectedby the Emproyer,
be maderesponsive by correction or withdrawal
ano
of the
non-conforming deviation
or:reaervation.
I 24.4 Any minorinformality
constitute
or non-c.onformity
a materialdeviatibn
or irregularity
maybewaivedby Employer,
in a bid whichdoes no1
providedsuchwaiver
I doesnotprejudice
1B.25Conversion
or affecttherelativerankingof anybidder.
to SingleCurrency
I 25.1 Bidderhas to quotethe bid pricein Pak Rupees.The foreigncurrency
requirement
shallbe maximum upto60%.Theforeign currency requjrement
may
be economizedafterseeking
clarification
fromihe bidderunderclauselB.23.
I
I
t
I
Saynoto corruplion

t Section2: InstructionsioBldde6

25.2 Arithmetical
errorswillbe rectjfied
on thefollowing
basjs:
2-19

I lf therejs a discrepancy
multiplying
beh/veen the unitpriceandtotalpricethatis obtainedby
the unitpriceandquantity, the unitpriceshallprevajl
and the total
priceshallbe corrected. lf thereis a discrepancy betweenthewordsandfigures
I the amountin wordsshallprevail.lf thereis a discrepancy betweenthe totalbid
priceenteredin Formof Bidandthetotalshownin Scheduleof pricessummarv.
theamount statedin the Formof Bidwillbe corrected by the Emptoyer/Engine;r
I in accordance
18.26Detailed
Evaluation
withthe corectedSchedule
of Bids
of Prices.

I 26.1 The Employer/Engineer


determined
will evaluateand compareonly the bids previously
to be substantrally
responsivepursuantto Clause18.24as per

I 26.2 Evaluation
givenhereunder.
requirements
andComoarisonof Bids
(a)
I (b)
Bidswill be evaluatedfor each item and/orcompletescopeof work.

Basisof PriceComparison
The priceswill be comparedon the basis of the evaluated price
I pursuantto Para(e) hereinbelow.

(c) Technical
Evaluation..
I (i) lt will be examinedin detailwhetherthe Goodsofferedbv rne
biddercomply wjththeEmployer's Requirements.Forthispurpose,

t the bidder'sdatasubmittedwiththe bid willbe compared withthe


speciflcwork data prescribedby the Employerand technical
features/criteriaof the Goods detailed in the Technical

t Provisions/Employer'sRequirements. Othertechnical information


submittedwith the bid regardingthe Scopeof Workwill also be
revewed.
(ii) Thecriteria
forevaluatjon
ofTechnical
Bid/Proposal
shallbe as per
followino
details:

Sr. lvlarks
No. Description
Allocated
DesignProposalforming basisofthebid (tobe submitted byihe
(r) brdderwith the tecnnicalbio/proposal ir accordalcew.th and '10
aitachedunderScheduleA to Bid)alongwith the unpricedBOQ.
Documenlary evidenceesiablishedin accordancewith Clause18.14
thatlhe Goodsa;d ancillaryServicesto be suppliedby the bidder
(ii) are eligibleGoodsand SeNicesand conformio the bidding
documents(to be slibmittedby the bidderwith the technical 5
bid/proposalinaccordance with and attachedunderScheduleA io
Bid)
Time progfammeincludingcashflowaspects(percentage-wise) with
detailsof Piant€ndEquipmentavailableand/orintendedto be
(iiu pufchasedto see'adequacy ofthe arrangements made(to be 10
submittedby the bidderwiththe technicalbid/pfoposalin accordance
with and to be altabhedunderScheduleC to Bid)
(iv) lv4ethodfor performing Worksto ensufecompletionofWorkswithin
stipulatedtime (to be submittedbv the biddefwithlAeteehnical 20
I Saynoto corruption

I Section2: Inslructonsto Bidders

Sr.
Description
220

Marks

t bid/proposal
Bid).
in accordance
with and atiachedunderScheduleF lo

l\Ielhodfor testingand commissioning for qualityconiroland


Allocated

I (v) assurancemechanisinproposedby the bidder(to be submiltedby


the bidderwithlhe technicalbid/proposalinaccordancewith and
aftachedunderScheduleF to Bid).
10

program
Detailed / planwithorjginof manufacturing,
procurement
t
of
(vi) E&M Plant, Equipment,appafdtuses, instruments,
etc.and their
shipmentandlfansportalionto theSite(tobesubmitiedby the 25
bidderwiththetechnicalbid/prooosaD.
Key proposedpersohneland designteam (to be submittedby the
I (vii) bidderwiththe technicalbid/proposal
attachedunderScheduleG to Bid)
in accordancewith and 5

(vili) Reporton SiteVisit(to be submittedby the bidderwiththe technical 10


I (ix)
bid/proposal)
Presentation
on aboveaspects
Iaisedbvevaluators
to clarii/andanswerquestions
/ NHAteam 5
'100
Total

I Bidders havingachieved 70%marksor moreshallbe considered


"Pass"andonlysuchcaseshallbe processed / considered
for next
stagei.e. financialbids/Proposals opening.The presentation on
I aboveshallbe arranged to clarifyany matteror aspectbidder's
proposaland bid underexamination and is intendedto seek
clarification
/ answersto thequestions raisedby evaluators
/ client
t / conflrmthe provision
teamto re-verify made.

(d) Commercial Evaluation,


I It will be examinedin detail whetherthe bids comolvwith the
commercial/contractual
conditionsof thebidding
documents. lt is expected
thatno majordeviatign/qtipulation
shallbe takenby the bidders.
I (el Evaluated BidPrice .
In evaluatingthebids,theEmployer willdetermine
foreachbidin addition
I to the bid price,thefollowing
theextentindicated
factors(adjustments)
beldwto determine
in themannerandto
bidprice:
theevaluated

I (i) makingany correciion


nereol.
(iD excluding
for errorspursuantto Sub,Clause
25.2
Provisional
Sums,ifany,butincludingpricedDaywork.
I (iiD makingan appropriate
variation
or deviation.
adjustment for any oiher acceptable

I 26.3 Evaluationlvlethods
Pufsuant
to Sub-Clause 26.2,Pata(exiii)following
evaluation for price
methods
I adjustments
(a)
willbefollowed:
PrjceAdjustment
for Completeness in Scopeof Work
(b)
I (c)
(d)
PriceAdjustment
forTechnical
PriceAdjustment
PriceAdjustment
Compliance
for Commercial
for Deviations
Compliance
in Termsof Payment
(e) PriceAdjustment
foreompletion Schedule
I
I
I
Sayno to corruption

I Sectlon2r Insiruclions
to Brdders 2-21

(i) PriceAdjustment for Coinpleteness


in Scopeof Work
I In caseof omission
adjustment
ih the scopeof work of a quoteditem no price
for theomitteditem(s)sha be appliedprovidedthatthe bidder
hasmentioned
t Employer.
in hisbidthatthesameis covered
The priceadjustment
in anyotheritem.
shallnot justifyany additional
paymentby the
The price(s)of omitteditem(s)sha be deemedcoveredby
I (iD
otherprices
oftheSchedule of prices.
PriceAdjustment
forTechnical
Comptiance
I The cost of makinggoodany deficiency
compljance willbe addedto the corrected
resulting from technical
non
totalbid pricefor comparison
t puposesonly.The adilstments
quotedby otherbidder!'being
correspondingiter.l.rln
will be appliedtakingthe highestprice
evaluated in detailin theiroriginat
caseof nonavailability
bidsfor
of prjcefromotherbidders,
I (jiD
thepricewillbe estirnated
PriceAdjustment
bythe Engineer.
for Colnmerciat
Compliance

I The costof makingdoodanydeficiency


vadations and deviations
resulting
from the Bid Schedules
fromany quantifiable
and Conditionsof
Contract,as determined by the Engineerwill be addedto the correcreo
I totalbid pricefor comparison
compliance
purpose
willbe basedon corrected
only.Adjustment
totalbid prices.
for commercial

t (iv) PriceAdjustment
forCdmpletion
Bidsindicating
completion
Schedute
in advance
of thedatesstatedon tbeAppendix
I to TenderVvill
completion
haveno creditgivenin thisevaluation. Bidsindjcating
pedodlaterthanthe periodsetoutin theAppendix
a
to Tender
shallbe adjusted in the evaluation
by addinga factorof 0.05%of the
t totalbid pricefor eachcalendar
corrected
periodof completion.
specified
dayof completion
Bjdsindicating
laterthanthe
a completion
dayslaterthanthe datesset out in theAppendix
beyond30
to Tendershallnotbe
I consideredandrejectedas nonresponsive.

I 26.4 lf the bid of the successful


Employer's
Employer mayrequire
bidderis seriously
thebidderto produce
unbalanced
estimateof the colt of workto be performed
detailed
in relationto the
underthe Contract,
priceanalyses
the
foranyor all
itemsof the Schedule of Pricesto demonstrate
I priceswiththeconstructioR
thepriceanalyses,
methods
theEmployer mayrequire
the intemalconsjstency
andschedule proposed.
thattheamount
of those
Afterevaluation
oftheperformance
of
Securitysetforthin Clause18.34be increased at theexpense of thesuccessful
I bidderio a levelsufficientto:protectthe Employeragainstfinancialloss in the
eventof defaultof thesuccessful bidderunderthe Contract.

I (Not used)
18.27,DomesticPreference

I
t
t
Say no to corrupiion
Sectio'r 2: Inslruclons10Bidders 2-22

18.28 Process to be Confidential

I 28.1 Subjectto Clause23 heretoiore,


Engineer on anymatterrelating
no biddershallcontactEmployerano/or
to jts bidfromthetimeof thebidopening to the
lime the bid evaluationresultis announcedby the EmployerThe evaluation
T resultshallbe announced
announcement
at leastten (10)dayi priorto awird of Contract.The
to all bidderswill includetable(s)comprising readout prices,
discountedprices,price adjustments made, final evaluatedprices and
I recommendaiions against allthebidsevaluated.
28.2 Any effortby a bidderto influenceEmployerand/orEngineerin the bid
I evaluation,
complaint
bid comparison or ContractAwarddecisions may resultin the
rejectionof his bjd.Whereasany bidderfeelingaggrievedmay lodgea wr,tten
not laterthanfifteen(15)daysafterthe announcement of the bid
I evaluationresult;however,merefact of lodginga complaintshallnot warrant
suspension of theprocuremen't
process.

I 18.29.
Post-Qualification
F. AWARDOF CONTRACT

I 29.1 fhe Employer, at anystage,olthe bidevaluation,havingcredjble


primafacieevidenceof any defectin supplier'sor contractor's
reasons foror
capacities,may

t requirethe suppliers
professional,
or contractors
technical,
alreadypre-qualified
to provideinformation
finahcial,legal or managerial
or notl
concerning
competence
their
whether

I Provided thatsuchqualificatjonshallonlybe laiddownafterrecording reasons


thefeforein writing.Theyshall form part of the recordsof that bid evaluation
rePort.

I 2 9 . 2 The determination
production
will takeinto accountthe bidder's
capabilities,
resourcefulness
financial,
and previousexperience
technicaland
of procurement
of variouselectro-mechanical
I qualification
submitted
equipment
wjllbe baseduponan examination
for tunnelprojects.
and instruments
of the documentaryevidence
underAppendixB to lnstructions
of the
lt
bidder's
to Bidders"Evidenceof
Bidder's bythebidderpursuant
Capability" to Clause18.13,
as wellas suchomer
I iniormationasrequiredundelthebidding documents.
2 9 . 3 An affirmative will be a pre-requisite
determination for awardof the Contractto
I the lowestevaluatedbidder.A negativedetermination
that bidder's
bid in whichevdnt,Employer
will resultin rejectionof
will proceedto undertake a similar
determinationof the next lowestevaluatedbidder'scapabilitjes
to performthe
I Contractsatisfactorily.
Lowest evaluatedbid means, (i) a bid most closely conformingto evaluation
I criteriaand otherconditions
lowestevaluatedcost.
specifiedin the biddingdocument;and (ii) having

I 18.30Award Criteria
30.1 Subjectto Clause 18.32,the Employerwill award the Contractto the bidder
whose bid has been deteminedto be substantiallyrespo idding
I
I
t
I Saynoto corruption

t Section2r Inslruclions
to Bidders

documentsand Whohas offeredthe lowestevaluatedbid price,providedthat


2-23

such bidderhas beendeterminedto be qualifiedto satisfactorily


performthe
I Contractin accordance
withtheprovisions
of Clause1B.29.
18.31Employer's
Rightto VaryQuantities
/ Scopeot Work
I 31.1 Employer reserves
therightatthetimeof awardof Contract
to adjusvchange
the
scopeof work and/orincreaseor decreaseby upto25%the quantityof Goods
I and Services specified
in theSchedule
priceor othertermsandconditions.
of Priceswithout
anychangein the unjt

I t8.32 Employer's
Rightto AcceptanyBid andto Rejectanyor a Bids
32.'1 Notwithstanding
Clause 1B.30,
-:
theEmployer reserves therightto acceptor reject
I anybid,andto annulthebidding
awardof Contract,
any obligation
process andrejectall bids,at anytimepriorto
withouttherebyincurringanyliabilityto the affectedbiddersor
to informthe affectedbiddersof ihe grounds for the Employeis
I action exceptthat the groundsfor its rejectionshall upon requestbe
communicated, to any bidderwho submitted
grounds.Rejection ofallbidsshallbe notified
a bid, withoutjustificatjon
to allbidders promptly.
of

t 32.2 No negotiations withthe bidderhavingbeenevaluated as lowestresponsive


any other biddershall be permitted.However,the Employermay have
or

I clarification
meeting(s)
to finalization
to getclarify
of evaluation
be askedfor a presentation
anyitem(s)in thebidevatuation
of'bids,the lowestevaluated
report.Prior
responsivebiddermay
regardinghis proposal.Thesemeetingsmust be
I attended
meeting
financial
by the bidderand.,its:engineers
willbe to allowthe Employer
package ofthebid.
Themainpurpose
/ consultants.
to seekclarification
of the
on anytechnicaland

I 18.33Notificationof Award

I 33.1 Priorto expiration


Employer
of the peflodof bid validity
will notitr/the successful
his bid hasbeenaccepted.
prescribed
by the Employer,
bidderin writing("Letterof Acceptance")
Thislettershallnamethe sumwhichthe Employer
the
that

I will paythe Contractor


Worksby the Contractor
Conditionsof Contract
in consideration

called
of the execution
the"Accepted Contract
andcompletion
as prescribedby the Contract(hereinafter
Amount").
of the
and in the

I 33.2 The Letterof Acceptance


formation
and its acceptanceby the bidderwill constitutethe
of the Contract,
binding the Employer
andtheBiddertillsigning of the
formalContractAgreement.
I 33.3 Upon furnishingby the successiul bidderof a Performance Security,the
Employerwill prompllynotify the other biddersthat their bids have been
I unsuccessful
andreturntheirbid securities.
18.34Performance
Security :
I 34.1 Thesuccessiul
bjdder
shaiifufnishto theEmployer
a Pedormance
Security
in the
formandthe amountstipulated
in the Conditions withina periodof
of Contract
I
I
t
I
I
e olur buuolue pue prq eql ouuedatd Jol ,{:essacauaq ^eul leL.lluo[eu]ojul
lle ^lrlrqrsuodse.r
pue lsoc u^^oslr.lle lesutq lol ulelqool past^pesl l€pplqaql
I
! Ot
llasulH ruJolulol roppls 0t'81 I
'p.le,1
e pue uouenle^etoJpotoptsuocaq lou lleqsu.l!_l
^q pellrurqnssprqpup patjtlenbstp aq (tt.El
lll^^ esnelC ol luenstndse^tlEu.lalle I
ueql reLllo)prq ouo ueqi etoL!ut soledtcuedJosltLuqns oll/!^JepplqV alnlua^
'Jlesu[.]
lurole ur Jauuede sB Jo Iq leqltoplq auo ,(luo]tuJqns lletlsJapptqqce3 L 60
rd,pptg.rod
plg auo 6g.gl
I
s)loM oql ro uoflalduoo I
redord aql roj fuessaceusbur$ pue stalleu] llB pue lcBtluoo eql tapun
suoleorlqosrqllp]a^oclleqssoaltdlo alnpeqcseqg,ulpateyue secudpue seye]
eql 'lceJluogeql ut papt^old^lsso.ldxeesu ]aqlo :s!.!.se JeJosutldecxf so3ud
Jct
Jo elnpaLlcsaql ul poJaluasacud puB sele.raqt pue ptE stq lo ^cuatculns
pue ssaulcarooeql ol se Eutpptqetojaq llestltq ,41sues
t
1leqs.lepptqqce3 ! It
. : prEto ^cuolclJlns St al I
'sluaL!ncop6utpptqeseql'ur'1no1esluaueel6y1ce.4uo3
lo tu.roleql ur palstlele lcelluoc eql ut pepnlcur
eq ll ^ qcrqMslueulncopeql t 1e I
sluauncoo lce4uoc /e.81
'slueuncop
lce4uocaql.roptqaql
t
'sprqJraLll
ouupdord ut sJepprq
JoUedelnl0suoc lou op pue lstsseol paphotdoJe
qorq^ suo[cnr]sulesoql Ll]t/\^
ecuep.locceut peDtulqns pue pe.lEdaldaq lleqsspt8 L 90 I
13?rluoclo ued lou 6uoll3rulsul 9E.gl
.c
sNo|lcnulsNt'lvNotl.toov
I
Ja^oldLu3 eql uoJJtepplqInJsseccns eql Iq lueulaal6V
I
Fe.rluo3 lo urol qcns lo ldtecat eql to slep .(tL) ueeUnol ull..llt^palnoaxa
eq llpr.lsrepprqInlss€ccnseql pue Jaloldulf elll uea,lteq luaLuao.tbvlPLu]o,aql Z 9t I
saued
eqlueer4oq
srueurearoe,,"
rr"13lll1tlo"#
ll i:ilt?1fJ:.i"tf;:i"; I
6urpprg eql ur paprnotdluoutaeJbv lcplluoC lo rj,jlol eql .tepptqIn]ssaocns
aql ol puas lll/,Ataloldurf el,]] 'lce4uoc lo suo puoc aqt lapun ^luncas
ocueLu.roladqqpldeccelo oulqstuJnl jo olep €ql ulolj slep (tL) ue€Uno]ulqlM L 9e
I
luouoar6VloeJluoCJo 6utu6!S ge.gl
',(luncasptq aql eJnltel]olpue pJe,ue jo
]o eql luaulnuue I
aq rol spunorbluotcuJnsalnllsuoclleqsgt gl asnelClo gg gl esnelCJo l,.rt gl
esnelC-qnsjo slueruoltnbeleql LlltM^lduloc ol JepptqInjssaccnsalll Jo e.lnltel Z.re
acueldeccvJoJoDello ldtoceJeql leue slep (ge)lLlotalluo/sl
I
vz-z srspprgot suoprutsLrt
iz uoll3os I
uorldnJJoo
ol ou IeS
I Saynoto corruption

t Sectlon2: Inslructonslo Bidders

Contractfor execution
of the:Works.
Thisshallincludebutnot be limited
to the
followingt ,:
I (a) Inquiries
on Pakistani
IncomeTaxlsales
Tax to the Commissioner
of the
lncomeTaxandSalesTaxof relevant
city.
I (b) Inqujries
on customsdutiesand otherimporttaxes,to the concerned
authorities
of Customs
andExciseDepartment.
I (c) lnformation regardingport clearance
facilities,
loadingand unloading
facilities,
storagefacilities,
transportation
facilitiesand congestion
at
t (d)
Pakistan seaDorts.
Investigations
regarding transport
conditions and the probable
conditions
I 18.41Alternate
whichwillexistat thetinetheGoods
Proposals
by Bidder
wiltbe actually
transported.

I 4'1.1 Should anybidderconsider


modificationto thedesigns,
thathecanofferanyadvantage
specifications
to theEmployer
or otherconditions,
by a
he may,in addition
to hisbidto besubmitted
I any AlternateProposal(s)
technical
in strictcompliance
containing
(c) proposed
specifications;
withtheBidding Documents, submit
(a) relevantdesigncalculations;
constructionmethodology,
(b)
and (d) any
otherrelevantdetails/ conditions, providedalwaysthatthe totalsumenrereoon
I the Formof Bid shallbe thatwhichrepresents
Bidding Documents.
complete compliance withthe

I proposal(s),
4'1.2 Alternate
be considered
if any,of thelowestevaluatedresponsive
bidderonlymay
by the Employeras the basisfor the awardof Contfactto such
bidder.
I 18.42LocalConditions

I 42.1 B;tddermust verifyand supplement


aboutsite and localconditions.
whereverpracticable
by his own investigations
the information
However,Employerwill assistthe bidder
andpOsqible.
I 18.43IntegrityPact

I ThebiddershallsignandstamptheIntegrity
in the BiddingDocument
exceeding Rupeesten million.
Pactprovided
to provide
Failure
at Schedule-H
for all Federalcovernmentprocurement
suchIntegrity
to Bid
contracts
Pactshallmake
thebidnon-resoonsive.
:

I
I
I
I
t
I Saynoto corruption

t Sectlon2: Instruolions
lo Bidderc 2-26

I AppendixA to Instructions
APPENDICES
to Bidders:Nameof Eligible
Countrjes
I Appendix B to Instructionsto Bidders;Eyidenc€of Bjdder'sCapabiljty

I AppendixC to Instructions

AppendixD to Instructions
to Bidders:
Goods(valueaddedjn pakistan)
to Bidders:Domestjc

/ projectsin Hand
CurrentCommitments

I
I
I
I
I inl

I
t
I
I
I
I
I
I
I
t
I
t Saynoto corruption

I Secllon 2: lnslructionsioBidders 2-27

AppendixA to
lnstructionsto Bidders
I
NAMEOF:ELIGIBLE
COUNTRIES
I All countries
of the world with whom lslamicRepublicof Pakjstanhas commercial
retatons.
t
I
I
I
I
I
I
I
t
I
I
t
I
I
t
I
I
Say no io corr!ption

I Section 2: Instruclions
lo BddeG 2-24

r"",','"tiilJ,Tg[i::
t EVIDENCE
OF BIDDER'S
CAPABILITY

JNote:Biddersto providethe followinginformafionwith the bjd separatelyand indicate


I hereinits referenceswherethis informationis available.l

Sr.No. Information
to be SupDlied BidReferences
1. Nameof bidder,business
address
andcountry
of incorporation.
I 2. Type of firm whether indlviduallyowned
(proprietorship), partnership,corporation,
I publiclimitedor privatelimitedor jointventure
andthenamesof itsownersor partners.
3. Copy of Paklstan EngineeringCouncil
Certificate.
4. The duly authenticatedannual reports or
qualificationstatements giving general
descriptionof the flrm,sort of businesscarried
out,balance sheets, profltandlossstatements,
turnoverandbusiness donebythefirm,forthe
last three(3) years.AuditedBalanceSheets
for the preceding 3 yearsand projected assets
and liabilitiesfor the next 2 yearsshallbe
provided.

5. Locationand address ot. manufacturing


facilities of various major
components/elements
of thd, requiredE&M
Project.
6. Fulldescriptaon
of factoriesownedwithtypeof
I equipmenumachinery
manufacturing
and the annual
capacitiesof variousitems
madetherein.
I 7. Detailsof the factoryor factorieswherethe
offered equipment is proposed to be
manufactured. Thisdescriptionshouldinclude
the facilities
and capacitiesof the particular
factoriesincludingtestingfacilitiesand the
pfocesses usedin manufacturingand testing.
Where parts or componentsare purchased
from outside,the details of equipment
I purchased and the namesand expetience
recordof thesuppliers.
I Saynoio corruption
Section2r lfslructionsro Biddelg 2-29

Sr.No. Information
to be Supplied BidReferences

t 8. Detaileddescription of the qualitycontrol


testingand researchfacilitiesof components
ditficultto replace(tunnelventilationand
I frequency converters, transformers with
mediumvoltagesystem and cables,diesel
generatorsand accessories). lf the equipment
I is manufactured underlicense, thenameof the
licenser and details of the licensing
arangements, such as the durationof the
I license,
the licenser
provided
the facilities
andwhether
to ihe bidderby
futureimprovements
are availableor notetc.A copyof the license
I agreement maybeattached.
Names,qualifications
and experience
of the
personnel.
keytechnical
1 0 . The time sincethe manufactiirer
has oeenIn
t this business
andthe time.since
doingworkof similar
nature.
he hasbeen

I 11. Thetimesincetheparticular
hasbeenmanufactured
equipment oflered
andthetimeforwhich
it has beenin service.The firm musthave
at leastone(01)Contract
I completed
sizeand complexity
of similar
witha valueof minimum
US$50 million(or equivalent)duringlastten
(10)years.
I 12. Reference listsof similarworksdoneby the
biddefin its countryandabroadindicating
the
I nameof customef,
product,
andquantity
description of
year of supplyand the approximate
value.
I The referencelist shallincludeat leastthree
(3) tunnelswith a ,engthol more lhan 5 km
comprisingoffollowingcomponents:
. Diesel
cenerator
Pi i€r Suppty
I .
.
Highvoltagenetwotk
Emergencypowersupply
t .
'
Tunnet tighting
Aif qualitymeasurement
t . CcTv-system

t
I
t
Say no to corflrptron

I Section2: lnsiructions
lo Bidders

I lnformationto be S
Emergency
telephone
s
lied Bid References

Tunnelradiosystem(foriescueservices
I andmaintenance seryices)
Publicaddress
system
I Tratficmanagement
system
Firedetection
system
I SCADA
Firefighting
system
I Tunnelventilation
system

I 13. Detailsof projectsunderexecutionand future


contractualcommitments (fgreachpartner,in
caseof a jointventure).
I TheBidder
shallenclose detailiof Projects
in
handwhether
of similar natureor not.Thedetails
I mustbesubmitted
Appendix-D
in linewiththeformatof
to Bid. r.

I 14. Bankingreference,names of banks and


addressesmay be givento whom reference
regardingfinancial
capability of the biddermay
I be made,withauthorjty
the biddeisbankers
to rnakeinquiries
andclientsregarding
from
any
financialand technicalaspects(for each
I in caseof a jointventure).
partner,

15. Information on any litigationresultingfrom


t contractscompleted or underexecution
bidderover the last ten (10) years.The
informationshall indicate ihe parties
by the

I concerned, the matlerof dispute,the disputed


amountsand the resultthereof (for each
partner,in case of a joint venture).The
I infofmationregarding Blacklisting
is alsorequjredto be provided
of the Bidder
bythe Bidders.

I The Biddersare required


casethe Bidders
to provideAffidaviiin
afe not involved
andarenotblacklistedin thepast.
in Litigation

I
I
I
Section2: InstructionsloBiddeF

AppendixC to
Instructionsto Bidders

DomesticGoods(Valueaddedin Pakistan)

NIOTAPPLICABLE
Sr. No.

j
or'
a
g
Contract ldentlllcatlon
6
d
{;
a
o of Employer

-a.
Total Value of vlork
U
ido 1Rs. in Milllon)
N9
o
%age Jv Share
t5
(ttr case of JVI
=.i m
oo z-t
fotat vrto. o
ll
=
o (as per Jv sharel =
!) Rs ln mlllion -l
=
m
z
Date of Star"t g,
6" I
E *D1t9 Completlon
o
m
o
-t
I
6 Total value of Project
o
L 2
o completed (as
, . per IPC
!i':r.t.,vshare)
I
z
=- (Rs tfl mtllton)
I
Awerage monthly
lnvolclng over last slx

(Rc. tn Millionl
I
tl
Balance ltrfork
I
(et per Jv share)
(R6 tn mtltonl
I
L€ftover tlme q>
*r in month
{F rr I
Av€rage monthly I I
lnvolclng of current
commitment (to complcte
the balarce work ln tlme
{R3 tn mtlltonl
t
I
I Saynoto corruption

I
I
I SECTION.3

I LETTERSOF BID/PROPOSAL
(Technical& Financial)
I AND
SCHEDULES TO BID
I
I
I
I
I
I
I
I
I
I
I
I
I
I
Say ro 10cofruption

I Sectlon3i LelleroiTechnicalBid and Scheduteslo Bid 3-1

LETTEROF TECHNICALBID/PROPOSAL
I Bid ReferenceNo.:
PackageNo.:
I
I To;
[Nane of Works]

I
I Gentlemen,
1. Havingexaminedthe BiddingDocumentsincludingInstructions to Bidders,

I Conditions
of Contract,Specificatjons,
Pricesand AddendaNos,
above-named
Drawings,Schedules to Bid,Scheduleof
......... for the executionof the
Works includingdesjgnand build,we, the undersigned, beinga
companyor groupof companies (JVPartners)
I andaddress
doingbusinessunderthe nameof

I i";;p;,;i;;;;; th;;;; ;; . ..
execuieand completesuchWorks and remedyany defectsthereinin conformity
. fi:*ff':flj'll
withthe saiddocuments including Addendathereto.
t 2.
3.
We understandthat all the Schedulesattachedheretoform part of this Bid.
As securityfor due perforrnanceof the undertakingsand obligationsof this Btd,

I w e s u b m i th e r e w i t ha B i d S e c u r i tiyn t h e a m o u n to f . . . . . . . . . . . . . . . . . . .
drawnin the favorof, or madepayableto the Employer,.........and validfor a
period.....daysbeyondthe periodofvalidityof Bid.
.

t We undertake, if our Bid is accepted, to commence theWorksandto deliverand


completethe whole of the Works comprisedin the Contractwjthin the time(s)
statedin thisBiddingDocurnent.
I We agreeto abideby this Bid for the periodof ..........daysfrom the datefixed
for receivingthe sameandit shallremainbindinguponus and may be accepted
at any time beforethe expirationof that period.
I 6. Unlessanduntila formalAgreement
withyourwrittenacceptance
is prepared
andexecuted, thisBid,together
thereof,shallconsttutea bindingcontractbetween
I 7.
us.
We undertake,ii our Bid is acceptedto executethe Performance Security
referred
to in Clause4.2of Conditions forthedueperformance
of Contract of the
t L
Contract.
We do herebydeclare thatthe Bidis madewithoutanycollusion, comparison of
figuresor arrangementwith€ny otherpersonor personsmakinga Bidfor the
I Works. r

I E&[4WorksofLowa TunnelPrcjecl

I
I
I Say no 10corruplion

I Section3r LeileroiTechnic?lBidand Schedutes


to Bid 3-2

L We do hereby declare thatourfirm,including anysubcontractors or suppliers


for
I any part of the Contract,have nationalities from eligiblecountriesllnsertfhe
nationalityof the Bidder,includingthat of a pafties that compise the Bidderif
the Bidder is a consoftiumor associalion,and the nationalitvof each
I 10
Subcon IractorandSupplierl.
We,including anysubcontractors or suppliersforanypartof theContract, do noi

t haveanyconflictof interest.
1 1 . We are notparticipating,
in thisbidding process.
as a Bidderor as a subcontractor, in morethanone bid

I 1 2 . We coniirm,if our Bid is accepted,that all partnersof the jointventureshallbe


liablejointlyand severally
or the constitution
for the execution of the Contractand the composition
of the joint ventureshallnot be alteredwithoutthe prior

t consent oftheEmployer.
1 3 . lf our Bid is accepted,
accordance
(Ple.asedeletein caseof Bidfroma Single

withthe requireniehts
firm).
we cbmmitto mobilizekey peFonneland equipmentin
set forthin our Bidandourtechnicalproposal,
I or as otherwise agreed withtheEmployer.

I nrtAd thiq .l.v ^f

S i g n a t u .r.e. . . . . . . .i nt h ec a p a c i o
t yf . . . .
201.._
. . d u l ya u t h o r i zreoo
signthe Bidfof andon behalfof
I (Nameof Bidderin BlockCapitals)
(Sealof Bidder)

I Bidder'sAddress

I Witness:
I Signature:
Name:

I Address:

I
v!!uP.uv, I

I
I
I
I E&1,,1
Wo&sof LowariTunnelPrcject

I
I
I Saynoto coruption

I Sectlon3: LellerotTechnicalBidarc ScheoJtesto Bid

SCHEDULE-ATOBID
I
SPECIFIC
WORKSDATA
I Oocumentarveviae
Documents
I The biddershallsubmitwiththe bid all the guaranteed
andtechnicalinformation
coveringall Plantand Equipment
characteristics,
technical
data
as perEmployer's
required
I Requirements
documents
(incl.Specifications
andshallbecome
andDrawings),
a oartthereof.
all of whichsha complywithbidding

GuaranteedCharacteristics:
Thebiddershallguaranteethatallthemajorplantjs in
conformiiy
with Employefs
Requirementsas set out thereinand in the Scheduleof
Prices.
TechnicalData;AII technical datafor Plantand Equjpment shallbe as accurate as
possiblebasedon the bidde/sofferof Plantand Equipment proposed by him for

t installation.
The Biddershall,uponawardof Contract,
technicaldata of the respective
PlanVEquipment
furnishto the Engineer the
offeredin the technicalbid/proposal,
but in no case morethan 28 dAysafterreceiptof Engineer's writtenNoticeof the
Commence Date.
I DesiqnProposal

I Documents to be prepared:
7.2,"Tender
l), chapter
ReferloEmployer's
Design"for information
Requirements
regarding
(Section
7 of Volume
to be prepared.
documents In
thebidderwillprovide
addition, unpriced Billof Quantity.
t
I

I
I
I
t Worksor LoMriTunnel Prolect
I Say no to corruption

I
Section3: LettefofTechnicalBid and Schedutes
io Bid

t WORKTO BE PERFORMED
SCHEDULE-BTOBID

BYSUBCONTRACTORS
t / SUBCONSULTANTS
Thebidderwilldo theworkwithhisownforcesexcepttheworkljstedbelowwhichhe
intendsto sub-contract. :
I Itemsof Work
io beSub-Contracted
Nameandaddress
Sub-Co.ntraalor
of Slatementof similar
wofks oreviouslvexecuted

t 1. CivilWorksof
E&IVIBuildlngs:
latiachevidencel

lt is mandatori that the Biddersprovide detaits ot thefunominalectSub-


Contactorfoi CivilWotks(E&MBullclingsetc.).

I 2

I 3.

Itemsof Servce Narneand addressof Statement


I to beSub-Contracted Sub-Consultant
ofsimiar
Servicespreviouslvexecuied
(altachevidence)

I 1. E&[I-Design
Lncl.
It is mandatorythat the Bidclercprcvide cletailsof their nominatedSub-
ClvilWorks: Consultantlor designof E&Mincl, Civil Works
!

I 2.

I
Note;
I '1. No changeof Sub-Contractor / Sub-Consultantshallbe madeby the bidder
withoutpriorapproval
oftheEmployer.
I 2. The truthfulness
Contractors
and accuracyof the staiementas to the experience
/ Sub-Consultants
of Sub-
is guaranteedby the bidder.The Employer's
judgment shallbefinalasto iheevaluation
of theexperience
of Sub-Contractors
/
I Sub-Consultantssubmitted bythebidder.
3. Statementof similarWorksshallincludedescription,
location& valueof work,
I yearcompleted andname& address of theclients.
4. Statement of similarServices
shallincludedescription,
location& valueof
I Services,valueof relatedWorks,year completedand name& addressof the
clients

I
I LowariTunnel
Project

I
I
I Say no to cofluption

t Section 3: Letterof TechnicalBidand Schedllesto Bid 3-5

t PROPOSED
PROGMMME
OFWORKS
SCHEDULE-CTOBID

I
Biddershallprovidea time programme in bar-charVCPlVl/PERT to the bestpractice
I standardlogicallylinked,showingthe sequence
completetheworkof theentireContract.
of workitemsby whichhe proposes
Theprogramme shallindicate thesequence
to
of

t workitemsandthe
including
procurement
period
the activities
of materials,
of tjme.during
likedesignihg,
whichhe
schedule
manufacturing,
proposes
of submittal
delivering,
to complete
of drawings,
construction
theWorks
ordering
and
of Civil Works,

I erection,
testingandcommissioning
biddershallalsoprovide regular
of Worksto be supplied
updates as provided
underthe Contract.
in theConditions
The
of Contract.
The time programme shallfurthei- take the provisions of EmployefsRequirements
I (Section
7 ofVolume 1),chapter 6 "TimeProgramme" inioaccount.

I
I
I
I
I
I
I
I
I
I
t E&l\4
Wo s oiLowariTunnel
Projecl

I
I
Saynoto corruption

I
Section 3: Letlerof TechnicatBld and Schedues lo Bid 36

SCHEDULE-DTOBID
I DEVIATIONS
FROM
I TECHNICAL
PROVISIONS/EMPLOYER'S
REAUTREMENTS

I It is presumed
deviations
thatthebjddershallnot takeanydeviation. However,
if he intendsto take
terms,thosemustbe listedin thespaceprovidedoerow;
to the specified
Sr. No. ClauseNo./ SectionNo.
I Deviations/ClarilicaUons

I
I
t
t
I
I
I
I
I lNoie: Atlachadditionalsheets,if necessaryl

I
I
t
I E&[4Wo.ks of LowadTunnelPrcject

I
I
I Saynoto corruption
Section3r LettefofTechnicaBidand Schedulesto Bid

I 3-7

SCHEDULE_ETOBID
I DEVIATIONS
, FROM
t li is presumed
CONTRACTUAL
CONDITIONS
thatthe biddershallnottakeanydeviation.
However,
if he intendsto take
I deviations to the specified
the spaceprovidedbelow:
Contractual/Commercial
Conditions,
thosemust be listedin

I Sr.No. ClauseNo./ SeclionNo. Deviations/Clarifications

t
I
I
I
I
I
t
I
I lNoie: Attachadditionalsheels,if necessaryl

I
I
I
I E&[4WorksofLowariTunnelPrcjecl

I
I
I Saynoto corruption

I section 3: L€tterofTechnicalBidand Schedules1oBid 3,8

SCHEDULE-FTOBID
I
METHOD
OFPERFORMING
WORKS
I The bidderis required
to submita narrativeoutlining
the methodof performing
the
Works.Thenarrativeshouldindicate
indetailandincludebutnotbe limited
to:
I . Thesequence andmethods in whichhe proposes to carryouttheWorks,including
the numberof shiftsperdayandhourspershift,he expectsto work.
t . A listof all majoritemsof Contractor's
outtheWorksat Site,including number
Equipment proposedto be usedin carrying
of eachkind,make,type,capacity, working
I condition,whichshallbe deployed
CivilWorks,in sufficient
met
by himfor construction
detailto demonstrate fullythatEmployer's
of plantand
/ installation
Requirements get

I . The procedure
[,latedals
for installation
to theSite.
of Plantand transportation
of Plant,Equipment
and

I . Detailsregarding
accommodation,
mobilisation the typeof facilities
in Pakistan,
provision
officeaccommodation,
personnel
including
for maintenance andfor storage,

I .
communications,

Organisation
security
andotherservices
to be used.

head otfice& field officepersonnel


chart indicating, involvedin

I management,
Contract.
supervisionand engineeringof the Worksto be doneunderthe

METHOD
OFTESTING
ANDCOMMISSIONING
I The bidderis requiredto submita narrative outliningthe methodof testingand
commissioning.
Thenarraliveshouldindicate
in detailandinclude
butnotbe limited
tol
I . Thesequence in whichhe proposes
to dealwithtestingandcommissioning
of the
various
items.
I . A listof all testswhichareto be madeoutsideof Pakistan, (other
withinPakistan
thanat Sjte)andat Site
. A listof majoritemsof Contractor's
Equipmenl proposed
to be usedin carryingout
testingand commissjoning at Site,includingnumberof eachkind,make,type,
t capaciiyof all equipment,
workingcondition,
relationto the Works,in sufficient
Requirements getmet.
whichshallbe deployed
detailto demonstrate
by him in
fully that Employefs

I . Theprocedure
for testingandcommissioning
ofallmajoritems.
. A general
narrative quality
outlining control
andassufance
mechanism

I
T
I
I Say no to corruplion

t Section3: lelle-ol TechnicalBrda1d Scheaues lo Bd 3-9

t SCHEDULE-GTOBID

PROPOSED
ORGANISATION
t The biddershalllistin thisSchedulethe key personnel
he willemployfromHeadoffice
and from Site otfice to direct and execute the Works, together with their names,
I qualifications,
experience, positions
heldandtheirnationalities.

I Designation Nameof
Summaryof Qualifications
Experience,
Present
Job Description
&
Responsibilities
I Position
and
Nationality

I - HeadOffice:

I
t SiteOffice:
Contractor'sRepresentative
SiteSupeintendent
SupervisingEngineer
I PlantErectors
ConstructionSupervisors
OtherKeyStaff
I
t
I
I
I
I
I
I E8M Worls of LowanTunnelPrcjecl

I
I
Saynoto corruption
S e c t i o n3 : l e r r e r o lT e c t - n c aB i da n dS c i e d u t e rso B d 3-10

- H TO BID
SCHEDULE
,
(INTEGRITY
PACT}

I DECLARATION
PAYABLE
OFFEES,COMMISSION
BYTHESUPPLIERS
CONTRACTS
ANDBROKERAGE
OFGOODS,
WORTHRS,IO.OO
SERVICES
ETC.
& WORKSIN
MILLIONORMORE
I Con|actNo.--
Contract
Valuel
Dated_-
Contracl
Tillel
I or induced
.........lnameof Supplier]
hereby declares thatit hasnotobtatned
the pfocurement of anycontracl,fight,interest,
privilegeor otherobligatlon
of
benefilfrcmcovernment of Pakistan(Gop)or anyadministrative subdivision
oi agency
thereofor any otherentityownedor conkolledby Gop throughany corruptbusiness
praclrce.

I Wilhoutlimiiingthe generalityof the foregoing,Inameof Supplierlrepresents


warrantsthatit hasfullydeclaredthe brokerage,commission,
and
feesetc.paidor payable
1oanyoneandnotgivenor?greedto giveandshallnotgiveor agreelo giveio anyone
I wilhinor outsidePakislaneitherdirectlyor indirectly
person,includingits affjliateagent,associate,
shareholder,sponsoror subsidiary,anycommission,
thfoughany naturalor juridical
broker,consultanl,
gratification,
director,promoter,
bribe,finder'sfee or
kickback,whetherdescribedas consultation fee or otherwise,with the objectof
obtainingor inducingthe prgcurement of a contract,rjght,interest,privjlegeo; other
obligalionor benefitin whatsoever form from GoP. exceptthat which has been
expresslydeclaredpursuant horelo.
I lname of Supplier]certifiesthat it has made and will make full disclosureof all
agreemenlsandarrangements withall personsin fespectof or relaledto thelransaclion
I withGoP and has not takenany actionor will not take any actionlo circumvent
abovedeclaration,
representation orwarranty.
the

lnameo{ Supplier]acoeptsfull responsibilitand strictliabilityfor makingany false


I declaraiion,notmakingfulldisclosure,
defeatthe purposeof this declaration,
misrepresenting
factsor takinganyactionlikelyto
representalion
and warranty.lt agreesthatany
contract,right,jnterest,privilegeor otherobligation
or benefitobtainedor procured as
t aforesaidshall,withoutprejudiceto any olherrighlgand remediesavailablelo cop
undefanylaw,contractor otherinstrumenl, bevoidable at theoptionof Gop.
Notwithstandingany rightsand remedieaexercisedby coP in this regard,lnameof
Supplie4 agreesto indemnify GoPfor anylossor damageincurredby it on accountof its
corruplbusinesspracticesand .furiherpay compensation lo Gop in an amount
equivalentto ten lime the strmof any commisaion, gratification,bribe,finder'sfee or
I kickbackgiven by lname of Supplie4as aforesaidfor the purposeof obtainingor
inducingthe procurement
benefitinwhatsoever
of anycontract,right,interest,pfivilegeor otherobligation
formfromPoP.
or

I Name o fB u y e r. .: . . . . . . . . . . . . . : . . Nameof Seller/Supplier: ....... ...


S i g n a t u .r .e. :. . . . . . . . . . . . . . . . S i g n a t u .r .e. :. . . . . . . . . . . . . . . . . . . . . . . . . . .
I lSeall lSeall

E&l'lWorks LowariTunneProlect

t
Say no io cofruption
Section 3r -ettero, TechnicaB d and Sct-eo-es to B,d 3,11

LETTEROF PRICEBID/PROPOSAL
AND
SCHEDULES OF PRICES

E&[4Worksof LowaiTunnelPoject
Say no lo corruplion

I Soction3: Lellerof TechnicalBid ano Schedues lo Bid 3"12

LETTEROF PRICEBID/PROPOSAL
I Bid Reference
Package No.:
No.:

I
lNane of Works]
I
I Toi

I Genllemen,
1. Havingexamined theBiddjng Documents including Instructions to Bidders, Conditions of
Contract,Specifications,Drawings, Schedules to Bid, Scheduleof Prices,Employer's
Requiremea nnt sdA d d e n dN
a o s .. . . . . . . . . . . . . . . . . . . . . . . . . .f.o. .r.t.h. .e.e x e c u i i oonf t h e

t above-named Worksincluding
or groupof companies
DesignandBuild,we,the undersigned,
(JV Pa(ners)in JV doingbusiness
beinga company
underthe nameof and

I i";;;i ....... .. . ;;ffX1'l'"


Worksand remedyanydefeclsthereinin conformity
if *llJi:""iff':f,lJi,:":J: withthesaidDocuments including
A d d e n dtah e r e tfoo r t h eT o t a B l i dP r i c eo f P a kR u p e e.s. . . . . . . . . . . . . . . . . . . . . . . .(.R. . s. ... . .
. . . . . . . . . . . . . . . . . . . .w
. . i.t.h. f)o r e i gcnu r f e n ccyo m p o n eonft. . . . . . . . . . . . . . . . .o. .f.T. .o%t a B
I Price (excludingprovisional
accordance withthesaidDocuments.
sum) or such othef sum as may be ascertainedin
l id

t 2.
3.
We understand
ihatalltheSchedules
attachedheretoformoartofthisBid.
We undertake,if our Bid is accepted,to commenee the Worksand to delivefand
completethe wholeof the l/do.fk comprisedin the Conlfaclwithinthe lime{s)statedjn
I theBiddingDocument. ,
4. We agreeto abideby this Bid for the periodof .......daysfromlhe datefixedfor
t receiving
thesameandit shal femainbindinguponus andmaybe accepted
ofthatperiod
beforetheexpiration
at anytime

t 5. Unlessand untila formalAgreement


yourwrittenacceptance
is preparedandexecuted,
thereof,shallconstitute
this Bid,togetherwilh
a bindingcontract
betweenus.
6. if ouf Bidis accepted
We underlake, to executethe PerfofmanceSecurilyreferredto in
I 7.
Clause10of Conditions
We understand
for thedueperfofmance
of Contract oftheContracl.
thatyouarenotboundto acceptthe lowestor anyBidyoumayfeceive.
8. We do herebydeclarethatthe Bid is madewithoutanycollusion, of figures
comparison
withanyotherpersonor personsmakinga Bidfor theWorks.
or arrangement

that all partnersof the Jorn(


We confirm,rf our Bid is accepted.

I
t
Saynolo corruption

I &:ction 3: Leltef of Technic€l 8id and sched;ies ro Bid 3,13

jointlyand severally
t constitution
Employer.(Please
for the execution
of the jointventure
delete
of the Contractand lhe composition
or the
shallnot be alteredwithoutthe priorconsent
jncaseof Bidfroma singlefirm).
of the

I 10. lf our Bid is accepted,


accordance
we committo mobilize
withtherequirements
Bidandourtechnical proposal,
key personnel
setforthin Schedule-B
or as otherwiseagreed
andequipment
andSchedule-G
In
of the
withtheEmployer.
I D a t etdh i s. . . . . . . .d. .a yo l . . . . . . . . . . . . . . . . . 2 0 1 7

I S i g n a t u.f.e. . . . . . . . .i.n. .t h ec a p a c iot yf . . . . . . . . . . . . . . . . . . d


a n do nb e h aol ff . . . . ....
(Nameof Bidderin BlockCapitals)
a u ltyh o r i zteods i g nt h eB i df o r

(Sealof Bidder) a

BiddefsAddress

I N a m e.:, . . . . . _ _ . . _ , . . , , ,
Address:
I Occupation
I
I

I
I
I

t E&MWorksofLowrrlTunnelProleci

I
I
I Saynoio corruption

I Section3r LellerofTechnicalBld and SchedulestoBd 314

SCHEDULE
OF PRICES
I :

t 1.
Description

Preambleto Listof lternsof Wo|ks


I 2. List of ltems of Works

I 3. Preamble
to Schedule

Scheduleof Prices
of Prices

I 4. (a) Survey,Investigation,
DetailedDesign,Training,Documentation

I 4. (b) Construction,
lnstallation
(incl.E&M-Works,
andSpareParts
CivilWorks,Testingand Commissioning)
4. (c) uayworK
I 4. (d) Additional
Recommended
Erection
and
Testing
Equipment
& Maintenance
Tools
I 4. (e) Additional
Recommended
SpareParts

I
I
t
I
t
I
I
t
I E&IVIWorks
oi LowarTunnelPrcject

I
I
I Saynoto corruption

I Section3: Lelleroilechnica Bid and Schedues to Bid 3-15

1. PREAMBLETO LISTOF ITEMSOF WORKS


I
t 1 . Itemsof Works

providesthe List of itemsof works.The list of itemsof worksas


This sub-section
I givensub-section

functional
arethemandatory
with.aniillary
requirements
minimumrequirement
scopeof workrequiredfor the completion
andsupport facilities
anddoesnot limitthe
of the Projectwith all its operational
services,
and
and whichare
I requiredto be designed
supplemented
,in deiail in responseto Employeisrequirements
withothernecessities.

I List of ltemsof Worksin Conjunctionwith OtherProvisionsof Contract


The Listof itemsof works shallbe readin conjunction
withCondilions
of Contract,
I Employer's Requirements (includingSpeciflcations,
Design/Drawings prepafed
andBillof Quantity)
Outline Functional
bytheEmployer.

I Basisfor Payment
Paymentshallbe madein accordance with the Scheduleof Pricesgivenin this
t Section
afterduecertification
bytheEngineer
Qualificationtor ltemsof Workgin the BOQ

I Eachitemof Worksin the BOQindicative


as detailedin the Specifications,
for the scopeof workcoveredby thatiiem
Drawings or elsewhere in the Bidding/ Contract
Documents. The general directioianddescription of works,material,services
I not necessarily
notgenerally
repeated nor summarized
givea fulldescription
are
in theitemsof worksin thelistanddo
of thePlant,Equipment, Machinery andL,4aterial
to be suppliedandServices to be performed undereachitemof wofk.Theitemsof
I worksmaybe expanded,
the requirement
augmented andupgfaded bytheBidder/Contractor
of the projectto makethe projectfullyfunctional as pef
as per
Employer's
Requirements.Referencetcj the relevantsections of the Bidding/Contract
I Documents shallbe madeto ascertain thefullscopeof therequirements.
SizesandDimensions
t The sizes& dimensions
descriptions
mentioned
andspecifications
and/orspecifiedin the varioustechnical
includingOutline
FunctionalDesign/Drawingsmaybe
t tentaiive
andmaynotbe finalas theresponsibility
Employer'sRequirements,
opinionof the Engineer,
fordetaileddesignto meetthe
festswiththe Contractorunderihe Contract.lf, in the
at the timeof reviewof Contractor'sdrawings/designs for
I approval,
certainsizes& dimensjons
shallbe supplied
of someitemshaveto be adjusted
bytheContractor
or amended
for proper completionand/or,operatjonof the Works, then revisedsizes &
dimensions at noextracostto theEmployer.
I
I orLowrr TunnelPrcje

I
I
I Saynoto corruption

I Sectlon3j LetterofTechnicalBid and Schedutes


to Bid

t 6. Unitsand Abbreviations

AASHTO -
ASTM
American Association of StateHighway
AmericanSocietyforTestingMaterials
andTransportation
Officials

I BS

CM/cum/m3
BritishStandards
Conditions
Cubicmeter
of Contract

t HP
Hr/hr
Kg/kg
HorsePower
Hours
Kilogram
I LS
m/tvt/RM-
MS
Lumpsum
l/leter '.,. .
Steel ,.;, ,.
N/lild

t N/A
Each/No.-
pc.
NotApplicab-E
Number :.
Pieces
oPc Ordinary Portland
I RC
RCC
Rapid-Curing
Reinforced
Cement
(Bitumen)
CementConcrete
Rs. PakRupees
I SP
SM,/sqm/m,
Special Provision
SquareMeter
SRC Sulphate Resisting Cement
I T0n
US$
NletricTonne(1000Kg)
USDollar

I 7. The list of itemsis for guidanceof the Biddersonly. Each Biddefis requiredto
develophis own Billof Quantities andCostEstimate for the purposeof quotinga Bid
I Pricein the Scheduleof Prices.Any plea by the Contractor basedon additionof
items in the list requiredfor proper functioningof the E&N/lSystem to meet the
Employer'sRequircmenfsand/oran increaseor decreaseof actualquantitiesduring

I executionof the Works shall not be deemed to be a Variationin terms of the


provisionsof Clause13.

I
I
I
I
I
I E&MWofksoi LowarlTunne Project

I
I
I Saynoto corruption

t Ssction 3: LeilerofTechnicalBidand Schedulesto Bid

2. LISTOF ITEMSOF WORKS


I FORBIDDER'SREFERENCE
(NON-BTNDTNGBOO)
ONLY

I
BILL NO Description
I B I L LN O .1 A
B I L LN O ,1 B
I B ] L LN O ,1 C
BILLNO.,1D
t B I L LN O .1 E

I B I L LN O .1 F
BILLNO. 1G

t B I L LN O .1 H
B I L LN O .1 I

t B I L LN O , 2 A
B I L LN O . 2 8

I B I L LN O , 3 4
B I L LN O . 3 8

t B I L LN O . 4 4
B I L LN O . 4 8

I BILLNO,5A
EILLNO,58

I B I L LN O . 6 4
B I L LN O , 7 4

I B I L LN O . 7 8
BILLNO.BA
I BILLNO.BB
BILLNO,9A
I B I L LN O . 9 8

I
I Wo.ksot LowarlTunnelProjecl

I
I
I Say no lo corrupiion
Section 3: Lelle'ol TechncalBioano Schedutesto B.d
l 318

I BILL NO Description
B I L LN O .1 O A Emergency
CallandServiceTelephone
System

t B I L LN O . , 1 O B SpareParts- Emergency
B I L LN O ,1 1 A runner
Kaoro
SysEm
CallandServiceTelephone
Syslem

I B I L LN O .1 1 B SpareParts- TunnelRadioSystem
B I L LN O ,1 2 A PublicAddress
System

I B I L LN O ,1 2 8 SpareParts- PublicAddressSystem
BILLNO. ,134 Traffic lvlanagement
System
t B I L LN O ,1 3 8 SpareParts- Traflicl\,4anagement
Syslem
BILLNO, 144 FiIeDetection
andlntfusion
Alarm
l BILLNO. ,I48 SpareParts- FireDetection
andIntfusion
Alarm
B I L LN O ,1 5 A SCADASystem
I B I L LN O .1 5 8 SpareParts- SCADASystem

t BILLNO, 164 FifeFighting


System
B I L LN O ,1 6 8 SpareParts- Fire:Fighting
System

I B I L LN O ,1 7 A TunnelVentilation'system
B I L LN O ,1 7 8 SparePans- | unnet.venltalon
System

I Fiitings ,1 :
B I L LN O ,1 8 A Tunnel

Pans- | unnetFtIItngs
B I L LN O ,1 8 8 Spare

t BILLNO. ,19A tunnet


BILLNO, '19B CivilWorks
Parnlng
- l\,4RT
SouthPortal

t B t L LN O . 1 9 C CivilWo*s- IVIRT
BILLNO, 19D CivilWorks- ft4RT
l\,4ined
NorthPortal
TunnelSection

t BILLNO. '19E CivilWorks


- NARTSouthPortal
- NARTl\,4ined
B I L LN O .1 9 F CivilWorks TunnelSeclion

I - NARTNodhPortal
B I L LN O ,1 9 G CivilWorks
B I L LN O . 2 0 General ltems- FaiilitiesfortheEngineer/Employer
& hisstaffand
I l\,4isc.
ltems

I
t i." .f t"*"'i T

I
I
I Say no to cofrupUon

t Section3r LetteroiTechnicalBidand Schedutes


lo Bid

Bill No. 1 General


I s.# Item# Description Quantity Unit

I B
0 0 0 1 0 1 Desgnforalllradeslistedin Employe/s
9p!cs
000201 Faclory AcceptanceTests
requlremems
and
1 , 0 0 lumpsum
r , 0 0 umpsum
000202 SiteAcceptance
I
Tests 1 . 0 0 umpsum
000203 '1.00
c 000204 1 . 0 0 ump9um
Testbeforcdesign(lengthofradiatingcabte(s),stillanon
000205 Anierna 1 , 0 0 lumpsum
I D

E
Masf.Liohiino.elc.)
000206 TunneRado Sisnall\,]|easurins
aflercompteijon
000207 TrialOperatiohwtthoqtTrafic
1.00
100
000208 TrialOperationwithTfiifc

t
3.00
Exhaustairfantesiariangemeni - iempe€iure
000209confrmalion 1 , 0 0 lumpsum
Exh_austair
fahiesiar.Engement- poinis
operrting
000210 1 , 0 0 lurnp
sum

I F
000211 Exhauslairfan - lvtotor -ternperature
teslarrangemenl
ExhauslAir Dampertestaffangement,ieakage
004212 conlirmallon
1 , 0 0 lumpsurn
1 , 0 0 lumpsum

I 0 0 0 2 1 3 Exhaust
Ak Damper - temperature
lestarrangemeni
040214 Jel Faniest afrangemenl, StaticThrusi
1 , 0 0 lumpsum
1.00
000215 LealaseTesiof the ExhaustAr duct 1 . 0 0 umpsum
I G
000301 StafiTralnins
000302 OperalorTralning
Documentalionforall
iternslistedin Empoyers
1.00
'1,00
000401 Requiremenls

t 000501 [4a]ntenance
andsDecs
andwarranty
000502 Coope|aiionand assistencefor operalion24hldav
1 , 0 0 lumpsum
12.O0
3.00

I Eill No,2 DieselceneratorSets

I s.# Item# .Description Quantity Unit


DG Set,Accessorles, l4oveableCrane,PowerandContro

I Cabling,
lncl SCADAlnlerface(PLC,disiribuledl/O unl Hardwafe
& Sofiwareas descrbedin Specsiiem 4.15.3.3)
0 1 0 1 0 1 as describedin Specs; iem 4.1.3.1.and item4 1.3.2. 3,00 umpsum

I lncludingassembly,nsiallation,alt requiredrxing
stfuclureslixingmaierial,connectionmalera, incidenlats
1abes,elc. as wellas fuelsloragetanks,iue l.ansfer

I B
010201l/late al for Nlaintenance
010301
1.00 lumpsum
1.40

I
I
I Lowaf TunnelProjeci

I
I
t Saynoto corrupUon

I Sectlon3: LelterofTechnlca Bd and SchedulesJoBid 3-20

Bill No. 3 HighVoltagePowerSubply


I s.# Item# Descrlptlon Quantity unit

I HighVoltageSiaiionforVentilallonAuildingSouth,
inc udingPowerandConlrclCablingas descibed in
Specs,item423.1.,
as wellas a lHigh Vo lageAccessories as descibedln

T Specs,itern4 2
020101inc. SCADAInlerface(PLC,dslrlbuledl/O unil,Hardwarc
& Softwareas describedin Specsllem 4.15.3.3)
ino udingassernbly,insiallaiion,
allrequiredfix ng
1 , 0 0 lumpsum

t siruciures,fixlngmalerial,connection
materal, ncidenias

HighVoltageSubsialonfof ElectricalSubslalionsand
VentilationBuldins North,

I 020102
includingPowerand ConlrolCabling
Specs,iiem 4.2.31.,
as wellas a lHigh VollageAcc€ssorles
Specs,item4.2. I
as describedn

as describ€din
6,00 lumpsum

I incl.SCADAInleriace(PLC, dislribuledl/O unit,Hardware


& Softwarcas desc b€d in.Specsiiem 4.15.3.3)
includingassembly,installalion,all rcquifedfxing
siruclures,fixlngmalerial,conneclionmaleria,lncidentals,
labels etc.

I Threephasetransfofiier11l0,4kvforVenl ai on Building
(o ),
includingPowerand ConlrolCabling
020103as descibedln Specs,ilem4.2.3.5. 2,00
I inc udingassembly,nsta aiion all requiredtixing
stnrclures,fixingmaierial,conneclionmaleria,incdentals,

Threephasetransformer11/0,4kVfof Eleclrlcal

I o20t04
Subsiations(Dry),
inc udingPowerand ConlmlCabling
as describedin Specs,itern4.2.3.5. 14,00
inc udingassembly,instalationallrequiredlixing

I siruclures,fixlngmaterial,conneclionmaleria,incdentals,

Threephaselransfomer 0,4/11kV fof DGBuidifs(Oil),


includinsPowerand ConlrolCablins

t as descibedln Specs,liem
020105 incl'rding
assembly,
slruclures,
fixlnsmaledal'
abes. etc.
4.2.3.5.
instdllalion,
allrequired
conneclion
Jixing
male al,incidenlals,
3,00 pc.

I Thrce pha8elransformer
(oiD,
:11/0,7kV
. ! .'
lncludlngPowerand Corlrol Cabling
020106as describedln Specsjileln4.2.3.5.
ior VenlilaUon Building

4,00 pc.

I ncludlngassemblyinstallaiion,
structures,
abe s. etc
all rcquifedlixing
iixingmaGrial,connection malerial,inc dentals,

H shVoiiase Cablea3 descilbedin Specs,ilern4.2.3.5.


020107 lncludlngas6ernblyinstallation, f xingmalerialconnection 67.524,44 m
I B
maledal incidenials. Itbas. elc.
420201 lValerialfof [4ainienance
020301
1 . 0 0 lumpsum
1 , 0 0 lumDsum

t
t
t E&ltlWorlsofLowa.TunnelProieci

I
I
I Saynoto corruplion

I Section 3: LellerofTechnicalBld and Schedues to Bid 3-21

Bill No.4 PowerSupply400/230V@50H2


I s.# Item# Quantity Unit

I Dsl butionCabinetsi9r a eLecicalequpmentncluding


Powerand
Cabinels
ControlCablinsbetween
a6wellas beiween
0 3 0 1 0 1 asdescribed
various
ln Specs,item4.33.1.
lransformeE
Cabnets
and

1 , 0 0 lumpsum
I incudinsassembly,
slructures,
inslalalon allrequired
fixlngmalerla,conneclion
fixins
maleial,incldenials,
DslribullonCabineis,iof EmergencyCa lNlches,

I Emeruency Cabinsand Fee Fled Arca,


Powerand ControlCabling
030102as descrlbedin Specs,item4.3.3.1.
includingassemblyinslallalion,
all requifedtixing
1 , 0 0 lumpsurn

t struclLrrcs
lxing material,connec-tion

PowerFaciorConection
as descibedin Specs,iiem 4.3.33.
malerialincdenials,

I 030201 ncludingassembly,installation,all requiredtixing


stluclures,fixingmate al,connectionmaterialinoidentals,
Labes. etc.
030301 fi,lateial for i\,tainlenance
1 0 0 lumpsum

1.00

t B 030401 SpareParls

Bill No. 5 EmergencyPowerSupplt


1 , 0 0 lumpsum

I s.# Item# Descfiption Quantity Unit

I PowerSupply(UPS)tor Venl aUon


Uninterruplibe
Building,
inlemalPowerand ConholCabling,
inc. SCADAInledace(PLC distributedl/O unii, Hardware
040101 & sofrwafeas descibedin Specsitem4.15.3.3) 2,OO pc.
I as descrlbedn Specs,ilem 4.4 3
inoludingasseribly,insialallon,all rcquiredfixlng
slruciures,tixingmalerlal,conneolionrnateial, ncidentas

I Uninterruptib
Substations
e PowerSuppy (UPS)fof Elecirical

lnlernalPowerand ConlrclCabling,
ncl.SCADAInierlaoe(PLC,dislribuledl/O unil, Hardwarc

I 444102 & Soflwareas describedin Specsliem 4.15.3.3)


as desc bed in Specs,item4.4.3
includlngassembly,installation,
all req! rcd tu(ing
slructu.es,fixingmateial,connectionmalefial,incidenlals
5,00

t B 040301
rabels,etc.
040201 l4ateralfor l,lainlenance' 1 , 0 0 lumDsum
1 , 0 0 lumDsum

I
I
I
I E&lvlWoks of LowariTunneProject

I
I
I Sayno to corruption

I Sectlon3r LetterofTechnicalBdand Schedutes


io Bid

Bill No.6 Earthingand PotentialEqualization


I s.# Item# De3cription Quantity Unit

I Earthlng/Ground
Systern
Equipmenl
0 5 0 1 0 1as
ngSystemandPolentialEqua
forTollstat
on.Substalion
ai Free'Field,Arca
describedin Specs,iieni4.5.2
zalion
Noft and al Elecirlcal
1,00

I ncludngassembly,
Eanhiig/crcundlng
installation,
materialincldentalsetc
Systetn
a required

andPotential
SFtemfof ElectcalSubtlations
conneclion

Equalzalion

I 050102as descbedin Specs,iiem4.5.2


lncluding
mateflal.
assemby, imtallation,
lncidenlals.
Eadhihg/Orcunding
etc.
allrequired
connection
Syslemand PotentialEqualizalion
1,00

t SyslemforallElect.icalEquipmeniinlunnesryenlllation,
050103as describedin Specs item4.5.2
lncludingassemby instalation,allrequircdconnecilon
6,00 pc.

I mate al, incidentals, elc.


050201 l/Ialerialfor l\,lanlenance 1 . 0 0 lumpsuTn

I
I
I
I
I
I
I
I
t
I
t E&[,lWorksoiLowaiTunneProiect

I
I
I Saynoto corruption

I Section3: LetterofTechnicalBidand Schedues to Bd 3-23

Bill No. 7 TunnelLighting


I s.# Item# Description Quanlity Unit

I EntranceLighllngfor lvlRT& NART,incl.Lamps,Power


and ConirolCabling
0 6 0 1 0 1as desc bed ln Specs,ilem4.6.3.1.,4.6.3.4.and 4.6.3.5.
nc udingassembly,insiallationjunctionboxes,allrequi€d 1 , 0 0 lumpsum

I ixing sifuciurcs,fixingmateria, conneclon maieria,


lncldenials.labels.etc.
Inte or Lighting
ControlCabling
for[4RT&.NART, inc. Lamps,Powerand

t 060'102as descibed
including
lnSpecs,
assemby,
lixingstrucitures,
i1er04.6.3.2.,4.6.3.4.
junction
installalon,
and4.6.3.5.
boxes,altrequired
fixingmalefal,connection
labes.elc. ..'
incidentals.
mateial
1 , 0 0 lLrmpsum

t lnteriorLlghiing
descdbed
forIVRT(qhotcrele
PowefandConlrolCablinq
060103 as
Lining),
incl Lamps,
in Specsitem4.6.32 , 4.6.3.4.
includngassernbly, junction
nslalbtion,
and4 6.3.5.
boxes,ai requred 1 , 0 0 umpsum

t fixlngslruciures,
incidenlals,
nxingTale al,conneclion
labels, eic. t
EscapeRouteOrientallon
Powerand ControCabling
maleial,
Lightingior MRT& NART,

060i 04 as describedin Specs,lem 4.6.3.9. 1 , 0 0 lumpsum


I nc udingassemblyinsiallalion, allrequiredlixingrnaiefial,
connectionrnaterialincidenlalslabels etc
[,4arker Lighls,lnleffaces ior l,,lRT& NART,Powerand
C o n t r o l C a bn g

I 0 6 0 1 0 5 as described16Specs,ilem 4 6.3.10
lncludingassemby,inslallallon,
conneclionmalerial.incidentals.
a requiredfixingmalefia,
labels.etc.
1 , 0 0 lumpsum

Luminaires fofVenlilationDuctandAccessShafi ghllng,

I 060106 as
incl Lamps, PowerandContrc Cabling,Cableconduiis
describedin Specs,item4.6.3.8.
includingassembly,inslalation,all requircdlixing 1 , 0 0 lumpsum
structures, f ixingrnaterial,
conneclionmaieial, incidentalB,

I Luminance
Evaluaion
li,4eter
Uni,
120,nbl.Column,
. r:
Foundalion,
Powerand Conirol Cablig

I 060201 asdescibedin SpecsjilbF4.6.3.6.


includlng
assembly,
struclures,
elc.
in$alhtun,allrequired
fixingmalerial,.
fixing
connecton mateial,incidentals,
4,00 pc.

I LumlnanceMeterLth, ndl-EvaluallonUnil,
Powerand ConlrolCabling
as descibedln Specs,ilem 4 6.3.6
060202 nc udingassemb y, insl.lllalion,
all requred fx ng 4,00

I siructufes,fixingmale al, connection


etc
Luminancel\,,leler
Powerand
L, ncl.Evaluation
ConirolCabling
maierial,incidentals

Unit,

I 060203 as descfbedin Specs ilem 4.6.3.6.


includng assembly,lnslallation, all req!'iredlixing 4,00
strucluresf xingrnaieral coineclionmaterialincidenlals,

PLCLighting/distibuled l/O unii,Hardwarc& Software

I as desdbed in Specs,ilem4 15.3.3.


060301 includng assembly,insiallationconnectionmaterial
incidenlalslabels.eic.
1,00 lumpsum

t
060401 l\,,laler
al for Maintenance 1 , 0 0 lumosum
B 060501 ---lqo lumpsum
2^(\r'ellfarx

I E&IVl
fTltr\

I
I
Say no to coffuption

I Sectlon3: Leler ofTechnicalBid and Schedules


to Bid
I
3-24

Bill No.I Air QualityMeasurement


System
I s.# Item# Description Quantity Unit

t Carbon Monoxideand Dusl Paiicle Deiector,


PowerandConrrolCabling
as desff bed in Speos,iiem 4 7.3.1.1.
0 7 0 1 0 1includns assemby installallon, allrequircdfixing
1 3 , 0 0pc.

I structurcs,f xingnralerial,conneclonmalerial,incidentals,

OpacityDelecior/ DusiPafilcleDelector,
Powefand ConlrolCabling

I 070102 a6 describedin Specs,llem 4.7.3.1.2


includingassembly,installalon,all requiredfixing
struclurcs,fix ng malerlal,oonneclionmalerial,incidentals,
labels.etc.
13,00

t AlrVelocltyMeasLrremeniiPowef and ConlfolCabling


as d$cibed 'n Specs ilem4.7 3.1.3
070103 nc udingassembly,iniAlation, all €quiredfixing
j.conneclion
slructufes, f ixingmaterlal malerial,incidentals,
30,00 pc.

I abels etc.
PLCVentilalion
Hardware & Sofiware '
070201 as described
ll:
/dlst bl4€dl/OunilforVeniilation
in Specs,ilem4.153.3.
Control
1 , 0 0 lumpsum
including assembly, inst€llation
conneclon
maierial,
I B
incidenials. labels. elc.
070301 I'lale al forlvlaintenance,
070401
1.00
1,00

I B i l lN o . 9 C l o s e dCircuitTelevisionSystem

I s.# Item # Description


OulsldeCameraUnil,locationoutside, pan/lilUzoom,inc.
Quantity unit

I
Colurnnincl Foundaton,PowerandConiro Cabling,
Distribulon Boxes,Heating
0 8 0 1 0 1 as desff bed in Specs,itern4.8.3.1 6,00
including assembly insiallaiion, all required llxlrg
slruclures,flxlngmalerial,connecUon maierial,lncidenlals,

I labels,etc.
InsdecameraUnii,mounling
andControCabling,
inside,
DMribuiion
fixedcanera,Power
Boxes
desc bedin SPecs;letn4.83.1.,
080102as
I includingassembly,
struclures,
ins.hlklon,allrequired
nxingmateiql,..conneclion
labels.etc.
fixlng
malerlal, s,
incldenla
91,00

CCry€ystem including

I Hardware,lvlonliors,
CCTVpiclu€ swlchboald,
[4ullipexe|s/ Demultip]exer.s,
Videorecodingunil,Videodelectionunit,Cabling,
Software,Llcensss
080'103 as describedin SPecs,ilem 4.8 1 , 0 0 lumpsum

I malerialconnection
elc.
080201 l\Ialerial
forNlaintenance
a I requircdtixing
includingcabling,assembly,inslallalion,
material,jncidentals,labels,selup,

1 . 0 0 lLlmosum

t B 08030'l 1,00

I
I E&[,4Wo ls of LowariTL]nne

I
I
I Saynolo corruption

I Soction 3: Letterof TechnlcalBld and SchedutestoBid 3-25

Bill No. 10 EmergencyCall an ServiceTelephoneSystem


I s.# Item# Quantity Unit

t EmergencyCallTelephanejEmergency Call Niche


Powefandcontfol caljllng,Doorsensof,Alann Push
Button"SOS"
0 9 0 1 0 1 as describedln Specs;itema 9 3.1 and 4.9 3.2. 44,00 pc.

I includingcabllng,assernbly,installation,
all requrcd tixing
malerial,connectionmalerial,lncidenrals,
etc.
Eme€enoyCallTelephone,Emergency
labels,setup

Call Cabln

I Poweia nd contfot c;btins, ooorSens'or,


B u l l o n" S O S '
090102as descr'bedin Specs i\em4.93.1 and4.932.
etarm pLjsrr

includn9 oab ng, assembly,inslallalon,al €quircd fxlng


4,00

I malera, connectionmalerial,ncidenlals,

CenlEl Unitior Eme€encyCa Sysiem,


PowersndConrotCabting
labels,selup,

I as descibed in Specs,ilern4.9.3.3.
0 9 0 1 0 3lncludingcabling,assembly,inslallalon,a requircdfxing
maierial,connecilonmaterial,incidentals,
labels,setup,
2,00 pc,

SewiceTelephone

I as describedin Specs,ji6m 4 9.3.5.


090201 includingcabling,assemblt,inslallalion,
malefal,conneclionmaledal,incidenlals,
all requifedfixins
labels setup,
1 , 0 0 lumpsum
elc. : '.,

I InlerfaceioCenlralUniiJoiEmeEencyCallSystem
as describedin Specs,jl6h 4.9.35.
090202 includlngcabling,assedbly, nsia ation,all feqlirednxing 2,00
malerlal,connectionmaleria,incidentals,abels,seiup,

I B
090301 l,laterlafor [4aintenance
090401
1 . 0 0 lumosum
1 , 0 0 lumpsum

I I.

I
I
I
I
I
I
I E&l\/l
Worksof Lowari
TunneProieci

I
t
I Saynolo corruption

I Section!r LellerofTechnicalBid and Schedulesio Bid

Bill No. 'l1 TunnelRadioSystem


I s.# Item# D-escription Quantity Unit

I Radiaiing

requlred
coaxialcab e'(rlLeaky
asdescribed
1 0 0 1 0 1includingmouniingbrackels,
Feedef')
in Specs,item4.10.3.3
assembly,
nxlngmateial,connecllon
insiaation,all
materlal,
incidentals,
1 , 0 0 lumpsum

I labels.etc.
JumperCable
l
as descrlbedin Specs,iiem 410.3.6
100'102includng mouning bfackels,assembly,inslallation,
all 1 , 0 0 lumpsum
requiredtx ng maierial,connection
maieial, ncidenials,
! abels.elo.

as descrbed in Specs,iiem 4.103.6


1 0 0 1 0 3 nc udingmounlingbrackets,assemby, lnstallaiion,
all 1,00
I rcquiredfixingmalerlal,connection

TunnelRadioEqulpmentincludingReceivers&
rnalerial,incidenials,

TransmitteGHF-Coupler, LF Swltchand Conlrollvlatrx,

I Amplifiers,Splitiers,E/O €sp O/E converters,


System
100201 Powerand ControlCablngand FibreOpticcabe
Survelance

1,00
as describedin Specs,ilem4.10.3.1

I includingcabllng,assembly,insiallation,
allfequlfedfix ng
malerialconnectionrnalerial,lncidenlals,abes, setup,

FreeF eld <+ TunnelRadloTransposer,

t PowerandControlCablingand Fibr€OptjcCable
as descfbedin Specs,iiem 4.10.3,1.
100202 inc
udingcabling,assembly,inslallalon,allrequLred
rnate a , conneclon malerial,incidentals,
nxing
labels,setup,
6,00 pc.

I elc.
Sendingand RecevingAerlals,includingSefSuppo.iing
(Heighlas necessary
Radio[,lasi,incl.Fouridation
acoordingto givensignalql]aliiy)

I 100203Powefand ContrclCabhg and Fbre OplicCable


as describedin Specs,ilem4 10.32.
includingassembly,insiallalon,al requiredfixing
connectionrnaieial,incidenlals,labels,setup,eic
rnaieral,
1 , 0 0 lumpsum

I B
100301[4alerialfor [/aintenance
100401
1 . 0 0 um0sum
1 . 0 0 lurno
sum

I Bilt No. 12 PublicAddr€ssSystem ,

s.# Item# Description Quantity Unit

I L o u d s p e a k ei nr c . P o w e ra n dC o n t r o l C a b l n g
as descdbedin Specs,ltem4.11 3.1.
11 0 1 0 1includingmounlingbrackel,assembly,nsla ation,all
requlrednxingmalerial,connection
16,00
rnaleia, ncidenials,

I CenlralUn I for PublioAddress system,


lncl PowerandConlrc Cab ng,AmplifieB Diglalsound
PrccessingUnli,incl Hardlvare, Sofrwarc,Licenses,E/O

I Gspeclively O/E transduce|€, CouplingUnils,etc.


1 1 0 1 0 2a sd e s c d b ei ndS D e c si l e m 4 1 1 . 3 2 - 5 .
r r c J d r r gc a o h n sa. s s e r o U , . s l a l l ao n .a l l r e o " i r e to\ ' - 9
rnaterial,connecilonrnateial, ncid€ntals,abes, setup,
1 , 0 0 lumpsunl

t B 110301
elc.
110201 tulaterial
for Nlantenanoe 1.00
1 , 0 0 lumD
sum

t LowariTunnelPrcjec1

I
I
I
Say no to corrupiion

I Section3: L€tterof TeohnlcatBid and Schedues to Bd

:.
3-27

Bill No. '13TrafficManagement


System
I s.# Itern# Description Quantity Unit

I EmergencyTelephoneSign, I urninaled
as descibed in Specs,ilem 4 12.3.2.
12A101 ncludingmountifgbrackel,a$embly, nstattaiion, arl 48,00 pc.
requircdnxingmateial, connection rnaieiat,incidenlars,

I No Ovedakingallowed,variablei|afticsign,tunne
as descdbedln Specs,item4.12.3.3
120102 includlngmountingbracket,assembly,insiattationar 40,00 pc.

I requircdfixlngmaledal,connociionmale al, incdenlats,


labels.eic.
Varlable
SpeedLlmllSi0n'60km/h, 30km/h
as desc bedin specsj'irein412.3.3.

I 120103incudingmounting
assembly,
bracket, controlle/inlerface
instaationjall (bquircd
conneclionmale al.inilddntals.
Va ablel\IessageSigndl
module,
nxingmato al,
labels.
etc.
48,00 pc.

I as descdbedn Specs,iteilr4.12.3.4
't20't04 includng rnountingbracket;coniro
assernbly,installalion,
e/interfacemodute,
all tequredfixingmatefal
connectionmaterlal.hcdenials.labels.eic.
4,00 pc.

I TunnelNameSign630x960
as described
rcquired
mm(WxH)
in Specs,ii€m4 12.3.1.
120105 incudingmountingbrackel,assembly,
nxingrnateial,connection
installation,
rnaterta,
at
tncidentats,
4,00

I TrafficLighlAnnouncemenl
as describedn Specs,ilem4.12.3.1
1 2 0 1 0 6includng mouniingbracket,assembly,instattationatl 2,00 pc.
requlredfxing maleial connection
maledat,inctdenlats,

I RadioFrequencySlgn
as deecribedin Specs,ilem 4.12.3.1.
120147 inc udingmounlingbfackel,assembly,insta ation,atl 4,00 pc.
I requircdfixingmate al, connection

Sign'"Turnllghtson"
materal,incidentats,

as desoribedin Spec€,ilem4.12.3.1.

I 120108 ncludingmounllngb|apkei,assembly,inslallalon,all
rcquiredfixingmaterial;conneclionmale al, incidentas,
l a b e l se. r c . rl: .
Sign'Endof prohibitions'l
4,00 pc.

I asdescrlbed
1 2 0 1 0 9including
fequired
in Specs,
mounting
jiem4.12.3.1.
braakbl,
lixingmaierial,
labelsetc.
assembly,
boniection
instaaiion,ar
rnateia,incidentats,
2,00 pc.

t Three-coloured
as described
120110 including
assernby,
lrafficlights,LED,200mm
in Specs.ilem4.12.3.5.
rnouningbracket,
inslallalion,
controerlinterface
allrequired
modute,
tixingmaleral,
48,00 pc.

I connecilon
Thrcs-coloured
mateial.incdentals. labels.
i|affic ghts,LED,300 mm
as desc bed in Specs,iiem 4.123 5.
eic.

120111 includingmounlingbfbckel,conlrolle/interface rnodute, 1 2 , 0 0pc.

I assembly,insla aiion;a requiredfixingmaie a,


oonneclionmalerialincidenlas.abels.elc.
One-colourcd lfafficlighls,LED,200 mm
as describedin Specs,ilem4.12.3.6

t ncludng mounlingbracket,conlrolerlinterface
124112 assernby, installalion,
modute
all requiredlixingmalerial,
connecilonmaterial,lncidentals, labels,etc.
4,00 pc.

I E&l',,lWo . r.r t*--,i"€+Ra\


at e
ffi
z) rl
I '.:..,
tr
\ #
I
I Saynolo corruption

I Section3: LeiterofTechnca Bld and Schedulesto Bd 3-24

I Trafiic-counting
Descrlptlon

InduclonLoopfor one lane

I as described
all required
in SDecs.
llem4.12.3.6
120113 incudingcontrcller/interiace
lixingmaierial,
module,
assembly,
connection
installation,
material,
incidentals,

1 Tmflic-counting InductionLoopfor Ivo


as describedin Spocs,iiem 4.12.3.6
120114 inc udingcontrclle/inierfacemodule,assembly,insta alon,
aii requifedlixingmaieial, conneciionmatedal,lncidenlas,

I LightBarfierandoccupation-eiatus
Induction
as d$cibed in Specs,ilem 412.3 8.
Loopforone

ncludingcontroe/interfac€module,

I
assembly,inslallation,
all rcquiredJixingmaterial,connection
malerlalincidenials

l',,lechanical
Barrler,incl.AwpenderCables,refleclve
F m/Foil

I including
assemby,
conneclion
instdhiion,
sll required
male al,incidentals,
labes,elc.
f xingmateial,
E eciricalBar er, lncl FlashlngLighls,occlpaiion'siatus
InductionLoop,Foundqtiot_" etc

I as described
lncluding
allrequircd
in Specailei}4.123.9.
controlledintefade
module,assemb
fixngmalerial,bonneclion
y, insiallation,
malerial,
incdentals,

I PLCTfafiic/ disiributedl/O unit,Hardwarc& Soflware,


Venlilalon Building,EleclrlcalSubslaiions,
Free-Fleld,

a s d e s c b e d r S p e c si l e n 4 . ' 2 3 . 1 0 a n dI 1 5 . 33

I includingassembly,insla ation connection


incidenlas. labels elc.
TrafiicSignColumn,incl.Foundation
TrafiicSignOantry,[4ouniingPlales,NlountingBrackels,
maleial,

t etc., incl.Foundation
HeighlConlfo Ganlry,MounlingP ates,l,4ounlng
Brackels,elc., ncl.Foundalon
HeighlConlro Ganlry"IlechancalBarier", l\4ounling

t Plales,IlounijngBrackeis,elc incl.Foundation
120501"Cuitingslot in kerbofsidewalklforsupplyof Nlarker
Lighlsl'
"CablepipeDN16 for laylngin slot lfor supplyof ]\,lalner
Lishlsl'

I "Refillingoflhe slotwith pemaneniplasliccompoundlfor


supplyoi l',larkerLiqhtsl''
slotin drivingsu.dioelforsupplyTrcfiic-cou
"Cutting niing
lnduclion Loool' : t.

I Ivlaleialforlvlaintenanae'
SpareParls

I
t
I
I E&l\,,l
Worksoi Lowa TunnelProjecl

I
I
I Saynoto corruption

I Section3r Letterof TeohnicalB d and Schedulesto Bid 3-29

No. 14 Fire Detectionand tntr{3itrnAlarm


t s.# Item# Desaription Quantity Unit

I A l a r mP u s hB u t t o n ' F I R EE"m e r g e n cCya l l N i c h eL, E D


as descrbedin Specs, lem 4.'14.37.
M A 1 A 1 includingcablingassemblyiinslallation, all requlrcdnxlng 44,OO
male al, connection mate al, incldenlals,labels,

I Powerand ControlCabllnd.
Ala|mPushBuiton"FlRElEmergency
asdescbedin Specs;ilem4.14.37.
etc.
Ca Cabin,LED
140102 includingcabling,
assehbly,lnslallation,
allrequiredfixng 4,00 pc.

I maleial,connecilon
matorial,
PowerandConlrolCab
incidenlals,
inq.eic.
labels,
Alam PushBullon"FIRE VenilLaiion
E ectricalSubstalions
Buildingand

I 1 4 0 1 0 3as describedin Specs,item4.14.3.7


lncludng cabling,assernbly,installation,
rnaiefal, conneclionmalerlal,incidenlals,
Powefand Conlro Cablino.etc
a rcquircdlixing
labels,
36,00

I FireAlarmIndicalingLarnp
tof signallingfire alVentilalionBuildinss
140104 includingcablng,assembLy,
maleria,connection
insiallailon,
a requircdtixing
material.incidentals. labels elc
1 , 0 0 lumpsum

I iorsgnaling fire al VeniilalionBuildingsand inside


1 4 0 1 0 5venlrlation
ducl
includingcabling assembli,insiallalion,
all rcquifedlixing
1,00 lumpsum
material.connectionmateiial.incidenials.labels.etc.

I Doofsensor,
as described
1 4 0 1 0 6 jncluding
iireexlnsuisher
cabling,
cabineiai ECN
in Specs,ileh 4.14.3.8.
allfequired
assentblii.inslallalion, fxing 44,40 pc.
material.
connecilon matd al.incidentals.labes. eto.

t DoofSensor,Fire FighllngNlche
as describedin Specs,ilem 4.14.39.
140107 nc ud
ng cabling,assembli nslalation,all requlredfixing
44,00
maieral.conneclonrnate al. ncidenlals.abeLs.etc.

I Doube SensorforFirc Extinsulsher


as describedin Soecs.item4.18.35.
rcrnoval
140108 inc ud ng cabling,assembly,inslaLLation,
allrcqu redfixlng 44,00
rnaierialconneclionmaleria. ncdenlab. labeb.etc.

I L nearFireDetection
1 4 0 1 0 9 including
cabllng,
SensorCabe
asdescbedin Specsitem4.143.1
assernbly,
maleria,connection
installation,
malerial.
nxng
allrcqurrcd
'nc'denlals,
labels.
eic.
10.300,00

I Firc DeleclionUniland Sub Unils


as descrlbedln Specs,item4.14.3.3
140201 includingcablng, assemby,insiallaiion,
mate al, connection
all requiredlixing
material,incidentals,
labels,setup,
1 , 0 0 lumpsurn

I LineafFirc DeleciionUnitend Sub Units


as descibedin Specs,llem 4.14.3.4.
't40202 ncludingcablingassembly,installaiion, al rcquiredfixing 1 , 0 0 lumpsum

t B
mateial,connection
eic.
maierial incidentals,

140301 [4aieral for [,,lainienance-


140401 SparcParts , i.
labels,setup,

1 . 0 0 lumpsum
1,00

t
I
t E&[4Worksof LowaiTunnelPrcjeol

I
I
I Saynolo corruption

I Soction3: LetterofTechnicalBid and Schedules


to Bld 3-30

Bill No. 15 SCADASvstem


I s.# Item# De8cription Quantity Unit

I [4aslerPLC,Hardware
as describedihSpecs,item4.153.2.
1 5 0 1 0 1 includilgasserbly Inslaaiion,conneclronmaleral 1,00 pc.
incidenlals,
labels,etc.

I l,lasterPLC,Software
150102 asdescrlbed
includino
andLicenses
in specs,]ted4.15.3.2.
setuD, etc 1..
1 , 0 0 pc.
Redundant l'/asterPLCHardware

I as described inSpecs,itenr4.15.3.2.
1 5 0 1 0 3 'lcludingassenbly.
labels.
ncidentals.
Insiallal
eic. :
o. co..ec on naleriar.
OpticalLink Modues InierfaaeSwilches,Ethemet
1,00

I swiiches,Palchboards, SpliceBoxes,
I'lillplexerE/Demulliplexeis,
1 5 0 1 0 4 as describedin Specs ilemelc.
4.15.3
includingassembly,inslallation,
conneclonmalerial,
1,00

I incidentalslabels.elc.
PLc general
Bu dlngs
1 5 0 1 0 5asdescribed
(rcdundanl),.
Hardwarc& Soflware,
in Specs,item4.153 2.
Ventilaton
1 , 0 0 lumpsum
includlng
assembly,instaalion,connection
malerlal
I incidenlals.
abes.elc.
PLC gene€l (redundant),Hatdware & Sohwarc, Ebctricat
Substalions

t 1 5 0 1 0 6as descnbedin Specs,lem 4 15.3.2


lcludirg aEs€nby. Insrallal
ncidentals. labels.eic.
o i connecrion

PLCseneral(redundani),Hafdware& Sofrware,Dc
nalerii
1 , 0 0 lumpsum

Building

I 1 5 0 1 0 7 as descibed in Specs ilem4.15.3.2.


includingassembly,lnslallalion,
incidenlalslabels.erc
conneciionmate a
1 , 0 0 lumpsum

PLCgeneral/ distributed llo unit Hafdware& Soflwafe

I E m e r g e n cCya N i c h e s . : j
1 5 0 1 0 8 as descibed in Specs,item4.15.3.3.
lncludingassembly,inslaLhiion, conneclionmalerial,
44,00 pc.
lncidenlals. labels.etc.l ,..

I RedundanlS€rueFsystern,iincl.
ncildingcabling,assembly,.insta
150201 sl,Lcrures,t\ing malelal.
labels seluo.etc
Keyboard,Mo!se,
aiion,al rcqurednx ng
colnectronraie al r.c denlas 1,00

I Workstation,
150202 struciures,
lncl Keyboardj
incudingcab ng,assembu,
l',4ouse,
...
allrequircd
installaiion,
Jixngnat€jral,.Connection
labels.setup.eic.
tixing
malerialincidenlals, 1 , 0 0 pc.

I Inleg'a on/Pa,dmetizaI on-PC.incl.Kerboard l\4oLse. .


150203including cdbling,assembly,inslallallon,
all requiredf xing
struoluresfxing maierialconneclionmate a, incidentals,
labes, selup,etc
1 , 0 0 pc.

I 24' LEO^4onltof
includingcabling,assembly,inslallalion,
150204 slructures,fixingmaleia, connection
all requiredfixing
mate a, ncidentals, 3,00

t 150205
150206
OperalionSystemincl.Licenses

Visualizalion-Software
for SCADAincl.Licences
1 , 0 0 lumpsum

1 , 0 0 lumpsum
150207SCADASoftware
incl.Licences
I Cornmerclal
150208 includlnq Sofrwafe
setuo.elc.
incl.Licenses
1 , 0 0 lumpsum
1 , 0 0 lumpsum

I
I
I
I Say no lo corrupiion

I Section3; Lelle.ofTechnicalBid and Schedulesto Bid

I s.# Item# Oescription


150209 DalabaseSonwarelncl.tlcences
Quantity Unit
1 , 0 0 lumpsum

I 1 5 0 2 1 0NeiworkSoftwareincl.Licences
ConlrolCentreLAN
includlng
swiichesroutets,neiwok,sockets, cabling,
1 , 0 0 lumpsum

't50211 condulls,

I assembly,insiallation,
f xingmalerial,
struclufes,
al requlrcd
connecllon
fixins
malerlat,
incidentats,
1 , 0 0 lumpsum

150212 includingpowefsupplv, 1,00


I conneciioncables.setuD.elc.
1 5 0 2 1 3lncudinqpowersupplv,
"Fitiingfor ConirolCentfe:
conneclion
cables,
seluDelc. 1 , 0 0 pc.
- OperatorControlDesk . .

I - Off ce-Deskfor Computdr.rworkplace


- Deskfor PrinteB
' Chak
150214 -
..

1 , 0 0 rump
sum
FjiiDgCabinels

I includjngassernbly,
installation,
allrequ red flx ng material

as descrlbedin SDecs.liem 4.15.38.1.'

I CCry plclureswlichboard
150215 includingcabling,asremby,installaiion,
stfuciures,f ixingmaleridl,conneolion
all fequiredtixing
malerial,incidentals, 1 , 0 0 llrmpsum

t 26 ' IED VideoMoDliorand VideoMonilorCoDtroJ


1 5 0 2 1 6lnc udingcab ng, assembly,nstallalon, a requiredf xing
slruciufes,fixingmaterial,conneclonmalerial incidentals, 6,00

I 150217
lvlonilorWall iof pos.150216
includingmounlng channels,assemblyinsialation,all
requlredfixingslruclures,fixingmalerialconneciion
malerlalincidenials, labels.seluD.elc.
1,00

I CCry contfolunit
154218 includlng
cabijng,assemblyinslalatjon,alJrequnedntirg
siructures, malerial,
Rxing
labels.selup,etc.
conneciion rnaierial,
lncidenlals, 1 , 0 0 pc.

t Tunnelradiooperaiion
ncludingcablng,
1 5 0 2 1 9slruciurcs,
panel,
assembly, installaiion,
fixingmateral,6onneciion
labels.setuD.etc.
all rcqulr€d
nxing
maieial,incidentas, 1 , 0 0 pc.

I
Pubic addressconlfolpanbl,
includinscablins,assernbly, all requiredtixins
insiallallon,
150220 structures, nxirg maledal,co.neclion malerjai jnciderlais, 1 , 0 0 pc.
labes. sellD. elc
150301 It4aterlal
for l\/lainlenance. 1 , 0 0 lumDsum
I B 1 5 0 4 0 1SparcParls 1 1 , 0 0 lumpsum

I
t
I
I E&MWorksof LowarlTunnel
Projeci

t i

:..
I
I Saynoto corruption

I Section3: Letterof TechnicalB d and Schedulesto Bd 3-32

Bill No. {6 Fire FightingSystem


I s.# Item# Deseription Quantity Unit

I CO2 Fire Enignuisher,5kg


1 6 0 1 0 1as descibed in Specs,iiem 4 16.31.1
lnc udinginstalation,allrequiredlixingmaterial T , 0 0 lumpsum
ncidentals.labels.etc.

I Dry PowdefFire Extinguisher


1 6 0 1 0 2as
inclLrding
inslallalion,
6kg
describedin Specs i|en.|4.1631.2.
all fequiredlixingmaleral
incidenlals.labels.elc.
1,00

I Dry PowderF re E{nguishergkg


1 6 0 1 0 3as describedn Specs itenr4.163.1.3.
includin9inslallation,
all rcquiredfixingmalerial,
incidenlas. labels.elc.
1 , 0 0 lumpsum

I 160201 as describedln Specs.itern4.16.3.3


Fircbd ngushing
160202 as descdbed
Pipe
in Specs.ilem4.16.3.4
1 , 0 0 lumpsum
1 , 0 0 lumpsum

I BoostefSlallon
Circulalion
as descdbed
160203 inclt'ding
(rcdundant

ln SDecs.
swilches,
Prcssur€
pumps,ShockAbsortref
ilem4.16.3.5
coniaclors,
)
pumps,Jockeyand

powerandcontrclcabLing, 1 0 0 lumpsum

I motofcircuilswltches,
insiallalion,
conneoUon material.
conduls,cables,
ali.equircd
incidenlals.
assembly,
lixingsiruclurcs,
tixingmateflal,
iabeb.etc
Valves,Regulalo|s,l',,lanoineterc,
etc.

I
as desc|bed in Specs. lem4.16.3.6,9
160204 includng evalualionuniis,.powef andcontrolcabling 1 , 0 0 lumpsum
assernbly,insiallalion,
all requiredlixingstruclures,
fxing
nale al coineclio. naleria. incidenr€ s labes elc
FloalSwilch/ LevelSensoffor WalerReseryoir/Firc

I Fighlng P pes
as describedin Specs,ilem 4.16.3.9
160205 includlngevalualion units,powerandcontro cabling 1 , 0 0 Iumpsum
assembly,installallon,allrequiredtix ng struclures,frxing

I maleaal conneclo. naleia. incidenra


SoundAlarmior Waler Reservoir
as describedin Specs, iem 416.3.9
s labels elc

'1,00 lumpsum
160206 includingpowerand contfo cabling,assemby insla aiion,

I all requiredlixingmaierialrconneciion

SCADAlnlerface
materal incidentals

PLCF fe Fighting/disirlbuledl/O unil, Hardware&

I 160207as describedin Specs,item4 15.33.


includ1g essemby. Inslallalion.
incidenlals.
labels.etc.
conrecro. mdtera
1 , 0 0 lumpsum

t B
160301lvlalefal forlvlainlenance
160401 SparcParls :l
1,00
1 , 0 0 lumpsum

I
I
I
I E&l',4
Wo*s of LowariTunnelProject

I
t
I Saynoto corruption

I Section3r LellerolTechnicalBidand Schedulesto Bid 3-33

Bill No. 17 TunnelVentilation


System
I s.# Item# Ddtcription Quantity Unit

I Jel Fan 400VAC


asdescribed
including
170101 tunne sensols,
lncl Powefand
substructures
ConlrolCabting
inspecs,1em.4.17.3.1.4.
formounling onthe
45,00 pc.
s ceilling,
assembly, instalation,allrequi.ed
fixing

l siructurcefxingrnaterial,
labels. eic.
.conneclionmaleiat,inctdentats,
FrequencyConverter,ino[ Powerand ControlCabng
as describedln Specs.item4.17.3.
170102 includingassembly,irhla 1 0 , 0 0 pc.
I 170103
fation,allrequifedfxing mateial,
conneolionmaledal.incidenials. labels.etc.
lleasu'e EqL onentJel Fa. incl.Powera.o Contrcl
45,00

I AxialFan,690VAC330 kW incl.Porerand Contro


Cablin9
as descibed in Specs,iiem 4.17.3.12.
170241 includingsensols,substructures, assernbly,
installaton,all 2,00 pc.

I fequiredlixingstructufes,lixingmateria,connection
matedalincidentals.
Axia Fan,690VAC,345
Cabng
labels.etc.
kWincl.Powerand Control

I 170202 as descibedin Specs,ilem4.17.3.1.2.


rncluding
sensorc,subsiruclurcs,
f xingsiruclurcs,
rcquircd
mate al.incidentals.
assembly,
flxingmaterial,
labels.€lc.
installation,
connection
all 2.00

Shuloff/CutoffDamper fqrAxia Fanincl.Powerand


I Conirolcabling
170203 simrnllar
asdescribed
including
.r.:
inSpece,item4.17.3.1.2.
sensols,substnictures, assembly, lnsiallaiion,
all 4,00 pc.

t
fequired
iixin9slructures, lix n9rnateflalconnecllon
malerial,
incidenlas, labels:etc.
l,loveableCraneforAxialFarlincl.Powefand Conirol
Cab ng
similafasdescribedln Sbqcs,iiern4.1.3.2.(for DG Sei),

I 170204 capabe otthe loacl,4relghlltoneAxialFan


includng assembly,n$allationall requi|edfixtng
siructuresfixlngrnaie al c?nnecllonmsierial,incidentals,
4,00

abels.elc.

I T|amversebafilesincl.Powerand ContrclCabling
nc Ldingassembly,inslalaiion,allrequircdfixing
170245 slruciures,
labels etc.
fixingmaleial; connection
malerial,incidenlals, 4,00 pc.

I SoundAbsofbers/ Silencerc
includingas€emby installaljon,
170206 struolures,
al requiredlxing
lixingmaterial,connection
maleria,inodentals, 4,00 pc.

I ForcedCoollngSystemfof AxialFan
lncludingassembly,nsiallation,
all requlreclfixing
170247 slructures,fixingmaledal connecllonmaterial,jncidentals, 4,00 pc.

I andl4oniioring
l\4easure EquipmentAxial
PowerandConirolCabling
Fan330kWincl.
y installAfion,
170204 including
assemb allrequircd
nxing
I flxingmaterial;
struclure8,
labes,eic.
i
malerial,
connection incideNias, 2,00 pc.

l,leasureand l\,lonlofingEquipment AxlalFan 345kW

I 174249
includingassembly,inslalfti{ion,
all requiredfnng
slructuresfixingmaie al, ebnneciion
abels.elc.
mate al incldenlals, 2,00 pc.

I
I
t
I
Saynoto corruptlon

I soction 3r LellerofTechnicaLBdand Schedues io Bid

I Item# Description

HydfaucAggregateforvariablepllchb adeAxialFan
Quantity Unit

I 330kWincl.Powerand ConlrolCabling
170210 as describedin Specs ilem 4.17.3.1.2.
ino,lrdiDgasse,rbly, inslbiislion aii Equted tixtDg
struclures,fixlngmate al, conneclionmalerial,incidenials,
2,00 pc.

I l_lyd
raulicAggregale pitchbladeAxla Fan
forvafiable
345kWncl PowerandControlCablng
174211 as descibedin Specs,item4 17.3.1.2.
2,00 pc.
t ncludlng
siructures
assembly,
]abe,s.eic.
Jixing
installation,
malerial,
Remole-conifolled
allrcquired
connection
nxins
maleiat,inctdentats,
Damper,3x4minol.Powerand Control

I
Cabting
170301as descdbedin Specs,itern4.17.3.1.3.
inoludingassernblyinslallation,
a requlredflxing 46,00 pc.
slruciurcs,fixingmaterial,coanection
materla,incidenlas,

t
labels elc.
170441 N4alerial r
for t\,4ainlenance 1,00
B 170501 SparePans 100

I B i l l N o .1 8Tu n n e
s.# Item#
l F i t t in
Description Quantity Unit

t RaisedFloor,insideEleciricalSubstatlons,

Centfe,lncl.floofsudaclng
1 8 0 1 0 1as
desff bed in Specs,ilern4 18.3.4.
Vent atron
Buildings,DG BuildingElectricaNicheNorihand Conirc
1 , 0 0 lumpsurn

I includingsubsiructufes,
inslallation.
incldentals.
p ates cuti n9,assembly,
labels.etc.
RaisedFloor,insldeEmergencyCalland F re-Figlhlng
Niches incl.floorsurfacing

I 1 8 0 1 0 2as describedin Specs,item4.18.3.5


lncludlngsubstrucluresplales,cutting,assernbly,
nstallallon.
incidenlalslabels.eic.
LifflngToolsfor RalsedFloor
1 , 0 0 lumpsum

t
1 8 0 1 0 3irc Jdirq brackel.inslallaflon.icrdentals,abes. etc 6,00
SoftFircwallsS90
180201 as descdbedin Specs, lem 4.18.33. 1 , 0 0 lumpsum
inclLdingcJrring assemblysea !. icidelrats, abers erc

I Emergency
asdescribed
1 8 0 3 0 1including
Cal Niche
in Specs,itern4 183.5.
substructures, paintcoaiing,
assembly,
instaliaiion,ssallngtowaidsthetunnelwall,
incldentals,
44,00 pc.
labes. etc.
I Eme|gency
180401 ncludlng
CallCabin
substruolures
nstallallon.
incidenlals
painvcoalng,assembly,
labels.etc.
4,00
Fire Fighting Niche

I as descrlbedin Specs,liem 4.18.3.6.


180501incudingsubstructurcs,
inslallalion,
painvcoating,assemby
sealinglowardsthe lr.rnnelwa, incidenias,
44,00 pc.
labels elc.

I 1 8 0 6 0 1Coveing PanelssiainlesssteelmaterialNo 1.4401


accordinqto DIN '17440
RoomVenliLation& Aircondltionlng
1,00

rncluding
cabling,
assemblyinstall€iionall fequir€dlixing

I 180701 slructure8,

180801l',1ater
nxingmatefial,
connection

al for [4aintenance
rnateal incdentals, 1 , 0 0 lumpsum

1 . 0 0 lumosum

I oi Lowa Tlnne Prolect

I
I
I
Saynoio corruplion

I Section 3: LetlerofTechnca Bid and SohedulestaBid 3-35

| 180901 Sp€re
I B Parls

Bill No. 19 Civil Works (asperdrawinss


andspecirication$
section-6)
1,00I lumpsum

t s.# Item# Description Quantity Unit

t 1 9 0 1 0 1l\,'lRT-Painllns
of lunne wallsup to 4 3m abovefooioaths
1 9 0 1 0 2 NAR- Pa 1119 oltunnelwallsLp to 4.3mabovefoopar-s
8 1 6 0 0 sl\4
26880 Sl!4

I l{lRT.SoulhPortal
190201Ventilation Bu dlno
190202 TrafllcContrclCentfe
1.090 st\.{
340 Sl',1

I 190203D G B u i l d i n q
190204 PoriaiBlockSlas detaitedin drawino
Pjpertorltor E&1,|Bljldjngs,Manhoesand EarlhjngSfrlps
194205 as snownon orawf0
471 sl\4

I a) Roadconstruclion
190206abutmenl
ai ihe PodalBlock51 & up1oBridse
as shownon drawna
b) Pavemeni
in frcntofbuibinqs
190207 DrainagePipes& l,,lanholes
as shownon drawino
400 stt4
4 A00 SI\4

I 190208FuelFillingSlation l
190209 FrreFiqhlrnqCatchBasrnand PurnpStalon
SlopeProleclon as shotn on drawnqs
a) Ava'ancfeProlecnonSvsre.rO.reqa Net oreoJrve,enL 200 Rl\,1

t 190210
b)Short CrelewilhWireMesh& RockBolis
c) RCCGuardRailas per NHA Specitications
MRT-MinedTunncl Section
7.500 S M
250 Rt\,1

I c 190211
190212 Coverfor CableDLrcts
MRT-NorthPortal
3
17.000RI]I

I 1 9 0 2 1 3Venl latlonBuildino
194214 Portal Block Sl as deiailed in drawin'r
E&[4Works,N,lanhoe3
1 090 S M

1 9 0 2 1 5 Pipewoftfof and EarlhingStips as

t D
190216
RoadConslrucilonal the PorlalBlockN3 as shownon

190217 DrainaqePipes& I\4anholes


as shownon drawino

I NART€outh Porhl
1 9 0 2 1 8Tmnsformer
N cheat SouihPodal
19D219 FireFiehilnqCalchBasinand PumDStalion

t E Pipeworkfor E&l','l
190220 shownon drawinos
and Eaifi ng St ps as
Workq.Manholes

190221 RoadConsiruciionat the Poaral


NART-MInodTunnel Section

I 190222
190223 Coverfor CableDucls 3400

t NART-North
Portal
190224 LowVoliaqeBuildinq
ClassD UPVCpipeconnections fromLV Buildnq to l\4anhoe& Road
a ) D l al 6 0 m m 25 Rl\4
I G 190225 b ) D a 1 1 4 m m
c) Da 50mm
190226 Earlhng Slip (40'4mmGa vanzediron)
100 R[4
1 0 Rll

I
ffi
E8l\,1
Worksoi Lowari
TunnelProjeci

I
I
I 6ay no10corruption

I Section 3: LellerofTechnicalBid and Schedulesto Bid 3-36

I Bill No.20- Generalltems- Facilitiesfor the Engineer/Employer


& their StaffandMisc.
Items
I Payltem# Description Quantity Unit

I 8-1(r)

B-1(iD
P ovideE-ginee/Eng,.ee.s R-;pesenradve
FumishandEquipEngineer/Enbinee/s
Terpo.ary Ofihe
Repfesentative

I B-2

B30
lvlainiain R'sTemporary
Englneer/E Office
jneer'sRepresenlalive
Provde Engineer/Eng Resdenlial
24 llonlh

24
Accommodajionon RonlalBasis

I 8,3(iD

8,4
Furnish
aid EquipEnglneer/Engineer's
Residenlial
Accommodation
l\/laintain
Englnee/Engineer's
Representalive

Reprcsenlaiive
Residental
24
L.S

I ProvideEngineer's/Enginee/sRepresentativeVehlcles

(r) ToyoiaLandCftrser Parado(4x4)wih A/C 2

t B-5(D (l)

(iii)
ToyoiaDoubleCabin(4x4)wiih FJc

ToyolaHiaceVanwithA/C
6

t (iv) ToyotaHiaceAmbulanceVanwiih P/C and allfitl ng6&

ProvideEmploy6r'sVehicles

I 8,5( ) /il -
oyoldI ard CruiserPdrado(4^4)w rh A/C

( ) ToyolaDolble Cabrn(axa)wilh A,/C

I Running & Maintenanceof Engineor's/Enginee/sVehiclos

t
/il I olotd tand c.L se. Pa.ado11,4\wiih A/c 4a
B-5(iiD (l) Toyora
Double
Cabrn tuC
{4{4)wirh 144
lvlonth
(iiD ToyotaHiaceVanwilh ll/C

I (iv) ToyolaHiaceArnbulanceVan
wilh AJc and allfiltings
Monlh
Running& Malntenance
of Employer'sVehicles
I B-5(iv) l|\ Toyoraland crJiser Parado/4x4)wln A,/c 24
p'lc
I B-0
(ii)
Employing
ToyolaDoubeCabin(4x4)wlth
TfaineeEnginee|sIncludingBoading,lodgingand
48

96
lvlonih
EngineeF
Monlh

I
I
I E&[IWofts of LowarTuhne Pro]eci

I
t
I Saynoto corrupUon

I Section3: LellerofTechncalBid and Schedutes


lo Bid 3-37

t ,t. General
3. PREAMBLETO SCHEDULEOF PRICES

I 1 . 1 TheScheduleof Prices
shallbe readin conjunction
withtheConditions
of Conrracr
together
withtheEmployer's (incl.Specifications
t 1 . 2 The Contract
Documents.
Requirements andDrawings).
shallbe for the wholeof the Worksas described
Bidsmustbeforthecomplete
in theseBiddino
scopeofWork.
I Description

I 2 . 1 Thegeneraldirections
repeated
sections
anddescriptions
nor summarized
of the Bidding
of workandmaterials
in ihe Schedule
Documents
arenotnecessarily
of Prices.References
shallbe madebeicreentering
to the rerevanr
pricesagainst
I eachitemin theSchedule
2.2 Thequantities
of Piices.
shownin theSchedule of Pricesareestimated
ouantities onlvas an
I indication
of theScopeofWorkto enablethebidderto bidfordifferent
Worksfor his estimateof costs.The estimated
comparingthebids.lt is,however,
quantities
item;of the
shallbe used for
to be notedthaiin theeventof anyincrease or

t decreasein the quantityof any item of Worksand subjectto provis;ons


Conditions
of Contractherein,theactualquantitiesexecutedwillbe paid.
of the

Units& Abbreviations
I 3 . 1 Unitsof measurement,
symbolsand abbreviations
expressed
in the Bidding
Documents
shallcomply
withtheSysteme
Internationale (SlUnits).
d' Unites
I Thefollowing
abbreviations of prices:
shallbe usedin theSchedule

I Foreign
Abbreviation
Currency
Component FCC
t LocalCuffencyComponent
UnitedStatesDollars
Pakistani
Rupees
LCC
us$
PKR/Rs
I Number
Kilometer
Kilogram
No.
km
Kg/kg
I Cubiclvletef
Provisional
Percent
Sum
cum/cl\,,1/m3
PS
%

I SquareMeter sqm/sN,4/m'

t
I E&l\4
Worksot LowariTunnelPrcjecl

I
t
I Saynoto corrupiion

I Section3r LetteroiTechnicalBid and Schedulesto Bid 3-38

Ratesand Prices
t
4.

4 . 1 Exceptas otherwise providedunderthe Conditions


expressly of Contract,
the rates
and amounts enteredin the Schedule of Pricesshallbe the ratesat whichthe
I Contractorshallbe paidandshallbethefullinclusive
impliedin the Contract;
valueof theworksetforun
exceptfor the amountsreimbursable
or
to the Contractor
undertheContract.
I 4 . 2 Unlessotherwisestipulatedin the Conditions
entered
bythebiddershallnotbe subject
of Contract,the ratesand prices
duringtheperformance
to adjustment of
I theContract.

taxesandotherleviespayable
4 . 3 All duties, by theContractor
undertheContract,
or
I for anyothercause,as on the datehwenty
submission
submitted
of bidsshallbe included
bya bidder.
eight(28)dayspriorto the deadlinefor
in theratesandpdcesandthetotalBidprice

t Additionali
reducedduties,taxes and leviesdue to subsequent
changesin legislation
additionsor
as per provisions
shallbe reimbursed/deducted of the
Conditions
of Contfact.
I withthe provisions
4.4 Thewholecostof complying of theContractshallbe included
in
the itemsprovided in the pricedScheduleof Prjces,and whereno itemsare
I provided,the costshallbe deemedto be distributed
amongthe ratesandprices
enteredfor the relateditemsof theWorksand no separatepaymentwill be made
forthoseitems.
I Therates,pricesandamounts shallbeentered againsteachitemin theSchedule
of Prices.
Anyitemagainst whichno rateor priceis enteredby thebidderwillnot
I be paidfor by the Employerwhenexecutedand shallbe deemedcoveredby the
ratesandpricesfor otheritemsin theSchedule of Prices.

I 4 . 5 Thebiddershallbe deemed
facilities
facilities
andcharges,
to haveobtained
transportation
facilities
as to portclearance
all information
and charges,loadingand unloading facilitiesand charges,storage
andcharges,congestionand/orother
t conditions to beexpected
all requirements
at Karachi
relatedthereto.
Portandof anyotherseaport of Pakistan
and

I The Contractor
transportation
shall be responsible
of the Plantto the Site.
to makecompletearrangements
for the

t The biddershallbe deemedto haveincluded


incidental
all clearing,
costsin thisregardin hisbid.TheContractor
eitherKarachi
Portor or anyotherseaportof Pakistan.
forwarding
and other
willhavetheoptionto use

t 4.6 The Contractor


respect
shallprovidefof all partsof the Worksio be completed
for commercial operation.Notwithstanding
in every
thatany deiails,accessories,
etc.requiredfor the complete
t are not specifically
consideredasincluded
installation
and satisfactory
mentionedin the Specifications,
in theContractPrice.
operaiion
of the Plant,
such detailsshall be

t E&MWoiks of LowariTunnelProjecl

I
I
t Saynoto corrupUon

I
Section3: LellerofTechnicaBid and Schedues ro Bid 3,39

I 5. Bid Prices
5.1 Break-up
of BidPrices
I Thevarious of Bidpricesshallbequotedasdetailed
elements below:

I a) FOBPortof Shipment

Thebiddershallquotepricesfor FOBportof Shipment for all individuat


items
I and for each sub-totalof Plant,ErectionEquipmentand Sparepartsto be
suppliedfromoutside
of Shipment
Pakistan
priceshallinclude
on FOB(Portof Shipmen0
thecostof thefollowing:
basis.TheFOBport

I D Design,manufacture,
alltransportation
factorytesting,packingfortransport
finishing,
costsincurredin placing
and
theplant,Erection
Equipment
I andSparePartsandothermaterials
ii) Provision of cleanon-board
on boardthevessel.
billsof lading.
iii) Export taxes, fees or chargeslevied on exportingplant, Erection
I Equipment andSparePartsandothermaterials
thecaseof Plantimoorted to Pakistan.
in thecountry
of origin,
in

I iv) Provisionof certificates


otherdocuments
of oigin, consularinvoices
issuedin thecountryof origin.
required)or any

I b) Insurance

i)
& Shipping

lnsufance
I The biddershall quotepricesfor insurancecoverfrom ex-factory/
worksto the Sitefor thesub-totals
of the Plant,ErectionEquipment,
ex-
Spare
I Partsand othermatefialsto be importedfor the Contract.Such orices
shallincludeall insurancecostscovering the responsibility
for a tossor
damageswhileloading,udoading,storingand tdmm,ngon boardor on

I inlandcarrier
andtransportationto Site.
The pricesfor transportation/marine
insurancecovershallbe quotedon

I the basisof insurance


acceptable
throughinsurersfromany country(ies)
to the Employer.
of theworld

ii) Shipping
I Thebiddershallquotepricesforshippingfromportof shipmentto theport
of entryin Pakistan
for the sub-totals
of the Plant,Erection
Equipment,
I SparePartsand othermaterrals to be importedfor the Conkactin
Pakjstan.Such pricesshall includeall marinetransportation costs
includingoceanfreight
andothercharges, etc.
I The pricesfor shipping/marine shallbe quotedfor shipment
transportation

I E&[4Worksof LowarTunnePmieci

I
I
I Say no io cofruplion

t Section 3: LellerofTochnicalBidand Schedulesto Bid 3-40

throughreputedshippinglines includingPakistanNationalShipping
I (PNSC).
Corporation

Costof shipment(s)
effectedby the Contractorat his optionby aircraft
I shallbedeemedto be included
in theTotalBidPrice.
CIF(Pakistan
Seaport)
Price
I CIF (Pakistan pricewill be the totalof FOB
Seaports)
prices,
tnsuranceand
shipping described
hereabove.
I o ) Customs
Duties

I Customsdutyfor Plant,ErectionEquipment,SparePartsand othermatedals,if


any,offeredfromoutsidePakistanshallalsoincludesalestax,importdutyand
otherlmportcharges.

I DDP(Pakistan
Seaport)Price

I DDP(Pakistan
described
Seaport)pricewillbe the totalof CIFpriceand customsduties,
hereabove.

t Ex-factoryPricefor Localcoods

The biddershallquotepricesfor LocalGoods,maierials(otherthan materials


requiredfor civil works such as concreteand reinforcementetc. Cost of which
I willbe includedin the priceof civilworks)andequipment
of Ex-Factory(Pakistan) of "Schedule
in the relevantcolumn
Suchpricesshallinclude:
of Prices".

I i) Design documentation, drawings, dratting, planning services,


testingand packingof finishedgoodsreadyfor deliveryto
manufaciuring,
Site.
I ii) All customduties,salestax andothertaxesalreadypaidor payableon the
components and raw materialsused in the manufacture or assemblyof
t LocalGoods,
g) Insurance
materials
of Localcoods
andequipments.

I Insuranceof LocalGoodsandothermaterials
all insurance
costscovering
fromfactoryto Siteshallinclude
the responsibilityof all lossesor damages,while

t loading,unloading,
storing,trimmingon the carrierand transporting
Checkingand verifyingof consignments,
damagereports(whenapplicable)
to Site.
issuanceof receivingreportsand
shallbe the Contractor's The
responsibility.

t operating
shallbe quotedon the basisof insurance
costof insurance
JnsuraDce Company(NJC)of Pakistanor any other insurance
in Pakistan
andacceptable
to the Employer.
throughNational
company

I LocalTransport

I E&MWorksof LowariTunne
Prclect

t
I
I Saynoio corruption

I Section 3: LellerofTechnicalBdand Schedues lo Bd 3-41

t Inlandtransportation
the Contractor's
forthePlant,Erection
in respectof:
responsibility
Equipment
andSparePartsshallbe

the Plant,ErectionEquipment, SparePartsand othermaterialsoffered


I from outsidePakistan;from the port of entryin Pakistanto the storage
areaat theSite,and

t iD indigenous
Plant,Erection
Equipment,
SparePartsandothermaterials
if
any, offeredfrom within Pakistan;from the factoryin Pakistanto the
storagearea at the Site, and all chargesoccurringtherefromincluding
I octroi,zila1ax,feesetc.andchAlges
expenses
forloading,
shallbe bornebytheOOntractor.
of the Plant,ErectionEquipment,
forwarding
Unloading
andunloading
at theSite,handling
SparePartsand othermaterialsto the
I designated
received
pointof Site storage,checking
againstshippingdocuments,
and verifying all shipments
issueof all receiving
issuesof damagereports(whenappljcable)
reportsand
shallbe the Contractor's

I resPonsibility.
Thebiddershallrecognize
suchelementsof the costswhichhe expectsto

I incurin the perfofmance


theratesandamounts
of theWorksandshallincludeall suchcostsin
enteredin theSchedule
of Prices.

t iii) Erection
& OtherWork
Thebiddershallquotepricesfor Erection& OtherWork(foreignand local
curfencyportion)for'the sub-totalsof the Plantat the Site.Suchprices
T shallinclude
the costsof handling of the Plantandothermaterials
Site storageto pointrof finaliristallation,erection,installation,
from
testing,
commissioning includingall inspection,reliability
tests,thecostof foreign
I andlocalerection staffandlabolir,toolsandequipment,
coverthe servicesof qualifiediepresentative(s)
etc.lt shallalso
of the supplie(s)of Plant
or advise(s)to assureproperereclion andcommissioning of ihe Plant.
I The priceshallalsolhcludecost.dfarranging
Contractofsoperations
theContractorwiththd National lnsurance
insurances
in Pakistanwhichinsurances
Company
in respectof
shallbe effectedby
(NlC)of Pakistan or
t anyotherinsurancClcompany
Employer.
operating in Pakistanand acceptable to the

I 5.2 TotalBidPrice
Thetotalof bid pricesunderforeigncurrency andlocalcurrency columns in ihe

I Schedule of Pricesshallbe entered


andpricesandlumpsum amount
at whichtheContractorwill
in theSummary
entered
of BidPrices.
in iheSchedule
be paid(bytakingintoaccount
of Prices
Theunitrates
willbetherates
clauselB 12),andshall
valueof the work including all costsof
I be deemedto be the full inclusive
performing
accepting
the Workssuchas overheads,
the generalrisks,liabilities
income tax,
and obljgations
supertax, profits,
costsof
set forthor impliedin the
Contractexceptfor the amountsreimbuisable, if any,to the Contractor underthe
I Contract.The ratesshallalggincludeContractor's
SecurityandotherBankGuarantees requir.ed
costfor providingPerformance
for performance of ihe Contract.

I
t
I
t Sayno to corruption

t Section 3r Lellerof TechnicalBldand Schedulesto Bid 342

6. Erectionand TestingEquipmentand Maintenance


I Tools

6 . ' t In the Scheduleof Prjces,underErectionand TestingEquipment& maintenance


toolsthe Employerhas drawnup a list of Erectionand TestingEquipmentand
I Maintenance Toolsalongwithestimated quantities.
onlyin FOB pficecolumnfor all individual
The biddershallenterthe price
itemsandshallgivethe break-upof the
pricesintoFOBPortof Shipment, Shippingto wharfat the portof entryin Pakistan,
t Insuranceto Site and LocalTransportin Pakistanagainsteach sublotal.These
ErectionandTestingEquipment
costincludedin the BidPrice.
and Majntenance Toolsshallbe furnished andthe

I The Employershall have the option of orderingadditionalquantitiesof these


essentialErection
andTestingEquipment and Maintenance
Tools,at the un|lrares
I enteredin the Schedule
Date.
of Prjcesno laterthanoneyearafterthe Commencement

I The unit ratefor any jtem shallbe computedby dividingthe totalamountby the
quantityof thatitem.

t 6 . 2 The biddef shall also list, in the space providedin the Scheduleof Prices,
AdditionalRecommended Erectionand Testing Equipmentand lvlaintenance
Tools, any Erectionand TestingEquipmentand lvlaintenance Tools which he

I recommendsbe providedfor the Works, in additionto those alreadyspecifiedby


the Employerin the Scheduleof Prices.The biddershallenteragainsteach such
item, its recommendedquantity,and price. The cost of such Additional
Recommended ErectionandTestingEquipment andMaintenance Toolswillnot be
I takeninioaccountin the evaluation
of bids.

t The AdditionalRecommended Erectionand TestingEquipment


Toolsmay be selectedby the Engineer/Employer
and lvlaintenance
and the ContractPricewill be
withthe pricesset againstthoseitemsin the Scheduleof
adjustedin accordance
Prices.
I 7. Spare Parts

I 7 . 1 ln the Scheduleof Prices,underSpareParts,the Employerhasdrawnup a listof


sparepartsalongwithestimated
FOB price
quantities.
columnfor all individual
The biddershallenterthe priceonlyin
itemsand shallindicatethe break-upof price
I into FOB Port of Shipment,Shippingto wharf at the port of entry in Pakistan,
Insurance to Site and LocalTransportin Pakistanagainsteach sub-total.
sparepartsshallbe furnished andthe costincludedin the Bid Price.
These

t The successfulBiddershall prepare and at the time ot prepara on of Letter of


Acceptancesubmitto the Employerthe unit ratesof all indjvjdualitemsof the spare

t parts.The unit ratesof the spare partsfor the requiredquantitjesshall give a total
costequalt0 the amountenteredin the Schedule of Pficefor spareparts.

The Employershall have the option of orderingadditionalquantitiesof these


I spareparis,at the unitratesenteredin the Scheduleof Prices.no tater
essential
thanoneyearafteriheCommencement
Date.

I
I
I
t Saynoto corruplion

t Section3: LellerotTechnicatBd and Sohedules


to Bid 3,43

I Theunit ratefor any itemshallbe computedby dividingthe totalamountby the


quantityof thatitem.

I 7.2 TheBiddershallalsolistin thespaceprovided


Partswhich he recommends
jn theSchedule
of PricesanySpare
be providedfor the Works.in additionto those
specified
bytheEmployer in theScheduleof Prices.TheBiddershatlenteragainst
t eachsuchitem,its recommended
Additional
bids.
Recommended
quantity,
rate and price.The costof such
SparePartswillnot be consideredin theevaluationof

I The Additional
Employer
Recommended SparePartsmay be selectedby the Engineer/
andthe ContractPricewillbe adjustedin accordance
withthe pricesset
I 8.
against
thoseitemsin theSchedule
Reimbursable
Costs
of Prices.

t 8.1 lf providedin the ParticularConditionsof Contract,the Contractor


shallbe
reimbursedthe actual amounts(withoutany overheadchargesand profits)

t disbursedby himin respeciof non-exempt


taxes,levieduponPlant,Erection
him or his subcontractors
Equipment
Pakistani
customs,imporiduties,and
andSparePartsimported by
directly
into Pakistanfor the purposeof this Contfactfor
incorporation
in theWorks.
I 8.2 Thebiddershallrecognize suchelements
of thecostswhichheexpectsto incurin
theperformanceof theWorksandwhicharereimbursable,andheshallnotinclude
I anysuchcostsin the ratesandamounts
enteredin theSchedule
of Prices.
9. Provisional
Sums
I Provisional
Sumsincluded
be expended
andso designated in theSchedule
in wholeor in partat thedirection
of Pricesif any,shall
anddiscretion
of theEngineer. The
I will onlyreceivepaymentin respectof Provisional
Contractor
instructed
bytheEngineer to utilize
suchsums.
sums if he has been

I Thereimbursement shallbe madeas per the actualexpenditure


to the Contractor
dulysubstantiated to theEngineer.
as acceptable

I
I
I
I
I E&[4WorksofLowariTunnel
Projecl

I
I
I Say no to cofruption

I
Section3: Lellerof Technica Bidand Scheduleslo Bid 3-44

DAYWORK
SCHEDULE
I General

I 1 . 1 Workshallnot be executedon a Dayworkbasisexceptby writtenOrderof the


Engineer.The ratesfor Dayworkitemsenteredin the Scheduleof Pricesshall
applyto any quantityof Dayworkorderedby the Engineer.Nominalquantities
I have beenindicatedagainsteach item of Daywork,and the extendedtotalfor
Daywork
Prices.
shallbe carriedfoMardas a provisional
sum to the Summary of Bid

I Daywork- Labour

I paymentsdue to the Contractor


2 . 1 In calculating
hoursfor labourshallbe reckoned
for the executionof Daywork,the
fromthetimeof arrivalof thelabourat thejob
Site to executethe particularitem of Dayworkto the time of departure,but

t excluding
directly
perlorm
mealbreaksand rest periods.Onlythe timesof classesof labour
doingworkordered
shallbemeasured.
by the Engineerandforwhichtheyare competent to

I Thetimeof PlantErectors or otherexpatriate personnel


supervisory shallnotbe
measuredunlesstheirtime on Site is extendedby VariationOrder.The rates

t enteredby the Bidderfor thesecategories


allowances
andoverheads.
shallbe dailyratesinclusive
of all

ForlabourotherthanPlantErectorsor otherexpatriatesupervisorypersonnel, the


I shallbe entitledto paymentin respectof the toialtimethat labouris
Contractor
employedon Daywork, calculatedat the basicratesenteredby him in the
-
Scheduleof "DayworkRates Labour"togetherwith an additionalpercentage
I paymentson basicratesrepresenting
described
below:
the Contractofsprofit,overheads, etc.,as

t a) Thebasicratesforlabourshallcoveralldirectcoststo theContractor,

time,overtime,subsistence allowances
including
(butnot limitedto) the amountof wagespaidto suchlabour,transportation
andanysumspaidto or on behalfof
t suchlabourfor socialbenefits
basicrateswillbe payable
in accordance
in Pak.Rupees
withPakistan
only,and
Labourlaws.The

I b) Theadditional percentage payment to be quotedby the Bidderandapplied


costs shall be deemed to cover the Contractor'soverheads,profits,
superintendence, liabilitiesand insurancesand allowancesto labour,
to

t timekeeping
lighting
and clerjcalandotficework,the useof consumable
and power;the useand repairof staging, scaffolding,
stores,portablepowertools,manualplantand tools;supervision
stores,water,
workshops and
by the

t Contractor's
incidental
staff, foremenand other supervisorypersonnel;and charges
to theforegoing. Payments underthisitemshallbe madein foreign
currencyand local curfencyat the percentages enteredin the Daywork
Schedule.
I
I E&[4WorksofLowariTunnel
Projecl

I
t
t Saynoto corruplion

I Sectlon 3: LellerofTechnicalBldandSchedutesto Bid 345

I 2.3 Ratesenteredin the DayworkScheduleshallapplyto labourof tradeand


qualification
as described
and to labourof othertradeswith similarskilland
qualification.
t Daywork- Contractor'sEquipment

t 3.'1 The Contractor


already on Siteandemployed
in the "Schedule
on Daywork
jn respectof Contractor's
shallbe entitledto payments Equipment
at thebasicrentalratesentered
of DayworkRate- Contractor's Equipment".
by him
The saidratesshall
I be deemedto includecompleteallowance.
and insurance,repairs,maintenance,
consumables andall overheads,
for depreciation,
interest,indemnity
supplies,fuel, lubricantsand other
profitandadministrativecostsrelatedto the use
I of sucheouipment.
3 . 2 ln calculatingfhe paymentdue to the Contractorfof Contractor's Equipment
I employed on Daywork, onlytheactualnumber
payment,exceptthat,whereapplicable
of working
hourswillbe eligible
and agreedwith the Engineer,
travellingtime from the part of the Sitewherethe Contractor's
Equipmentwas
for
the

t locatedwhenorderedby the Engineerto be employedon Dayworkand the time


fofthefeturnjourney thereto forpayment.
shallbe included
3.3 The rentalfatesfor ContractoasEquipment employedon Dayworkshallbe stated
I in PakistaniRupeesbut paymenisto the Contractor
foreigncurrenciesaccording
will be made in localand
to the ratesenteredin the Schedule.

I 4. Daywork.Materials

4.1 shallbe entitledto the followingpaymentsin respectof materials


The Contractor
I used for Daywork(except for materialsfor which the cost is included in the
percentageadditionto labour costs) which are actually incorporatedinto the
Works:
I a)The net cost of such materjalsdeliveredto warehouseor workyardarea or
storageareaat the Site.Suchcostshallbe calculated
by the Contractor
on the

I basis of the invoicedprice and freightand insuranceas certifiedby the


Engineer on the basisof invoicesproduced.

t b) Percentageaddition,in local and/of foreign currency,of such net cost of


materials
to coverthe Contractoas
handling charges, overheadsandprofits.

I 4.2 Paymenlof the net costto the Contractor


thesamecurrency as the invoice.
of Dayworkmaterials
Payment of theaddition
shallbe madein
for handlingcharges,
overheadsand profitshallbe in localand/orforeigncurrencyas enteredin the
Schedule
of Daywork - lvlaterials.
I
I
t
I
t
t Saynoto corruption

I Section 3: Leiterof Techncal Bid and Schedulesto Bid 346

t 4 . S C H E D U LO
E FPRICES

I GRANDSUMMARY
I ForeignCurrency
Component

Equivalent
LOCaI
Cu ency TotalAmount
s.# Description
I us$
' PakRs
{asper
. t B .1 2d )
Componeni
PAKRs.
(PAKRs)

I 1

SURVEY,
2 = col {41+ col 15)

I INVESTIGATION,
4 \a) DETAILED
DESIGN,
TRAINING,

t DOCUMENTAIION

CONSTRUCTION,
INSTALLATION
I 4 (b)
SPAREPARTS

I 4 (c) DAYWORK

I .PROV]SIONAL
TOTAL

SUIV] 10,000,000/- 300,000,000/-


I G.TOTAL

t (tobe mentioned
TotalBidAmount in theLelterof PriceBid/ Proposal)
Rupeesin wofds:
t
I with".Foreign
Currency
component
of % of TotalBidAmount

* The worksnot containedin the coniract and requirecl

t io be execuledon urgenibasismay be executed


and paidthroughthe ProvisionalSum afterthe appfovalof Contractor's
quotationshallbe completein all respectincludingContractor's
clause13.5of Condiilonsoi Contract.
Quotationby the Employerwhich
overheadsand profitas per provisionsof

I '. Pleasefefef lB 12.1b lor the limitof Foreigncurrency,,componeni

I E&[4Worksof LowariTunne
Prci

I
I
I Saynoto corruplion

I Soction3: LelterofTechnicalBid and Scheduleslo 8id 3-47

4 (a)SURVEY.INVESTIGATIONS.DETAILED
DESlcN.TRAINING:
I DOCUMENTATION

I s.# Description ust

Survey,Investigation,
etc. L.S

! Detailed
Design,Iraining,Documentation

t B
BillNo BIA ( i ) D e l 6 i e dD o s ' g n

B i l N o B 1 G ( i ) S l a f iT r a ' n r n g
!.s,
L,S

I BillNo 81H (i) Documeflation


L.S

LS.

I TOTAL TO BE CARRIEDFORWARDTO GRAND


SUMMARY

I NOTES:

1 . Paymentto the Contfaciofwill be made on satisfactorycompleiionof the iasks and submissionof

I necessaryreportsand DetailedEngineeringDesignupon Employelsapproval.


ln orderto economizethe usageof time,the DetailedDesignmay be carriedout in phasesas pef the
approvedWork Programfor executionofwork

I The detaileddesignfor each phasewould be proposedby ihe Biddetcontractorai least a month


eafler lo the proposedDateof Commencement of relevantactiviiies,so as to enablethe Employefto
reviewand commentleadingto the appfovalby the Employer.

I The breakdownof cost of detailedengineeringdesignwould be preparedby the Bidder/Contractor.


The breakdownfor DetailedDesign as given in ihe table above is ientativeand provisionalas
guideline
only.

I 5. Paymeniagalnstltem No. A (Survey& Invesligaiion) shall be made on one time lump sum basison
satisfaclorycompletonofthe tasksand submissionof relevanideliverables.
6. Paymentagainstltem No. B (DetailedDesign,Training,Documentalion) shallbe madeon lump sLrm
t basison satisfactory
competionoflhe tasksand submissionof felevantde iverabies.
I

I
I
I
I
I E&lVlWorks
of LowarTunnelProtect

I
I
I Say no to coiruption

I Section3i LelterotTechnica)Bidand Schedulesto 8id 3-48

4 (b) CONSTRUCTION.
INSTALLATION
andSPAREPARTS
I 4 (b1)SCHEDULE - SUMMARY
OF PRICES OF BIDPRICES
I s.# Oescription

I c TestingandCommissioning,
lvlaintenance

I D
Section1 - SouthPlatform

SpareParts

I E
Section2 - IVIRT

SpareParts
I 4 \b2)
F
Section3 - NorthPlatform

t SpareParts
Section4 - NART

I SpareParts
Seclion5- NorthAccessRoad

I SpareParts
4 (b3) Section6 - CivllWorks
I 4 (b4) J Generalltems

I TOTALto be carriedoverto GRANDSUMMARY


CONSTRUCTION, IMPLEMENTATION

I TOTALto be carriedoverto GRANDSUMMARY


SPAREPARTS

I TOTAL

I
T
I
I Worksof LowariTunne
E&L,l Project

t
I
I
Saynoto corruption

I S e c l l o n3 : l e l l e . o f I e c t - n r c a t Ba, on dS c h e d u t et so B n 3{9

I 4 (b2)SCHEDULEOF pRtCES- EAU|PMENT.ERECT|ON,


coMMtsstoNtNG
TEST|NG&

I For.lgncurioncycompon€nt Lo@rcurcncycomponont

I 66 @ ai E
f,r
!9 e 5
I
E Eb
$ 3
p E= !
;
d
-
'i5
,i1E
$r F

I Testingand Commlssioning,M.inion.nco
q rr!o- c 18: (il FacloryA@p(an@resis LS

I
(ii) srreA@epranc€Tests
qlr!o- c1Q: (i). T.e!!soncolrptelon LS
LS
B l l N o . C I D : ( i ) T e s t sb e f o r o
doeqn LS
(ii) RadioSlgnallvleasuring
aner

I Btll!9, 91Er 0 _ rno Operalion

BlllNo C1L V!:'tttalon T€sls


wiihoulTraiiic
LS

I c
(i) Exhauslaif fan iest amngement-
leqpet4lrre conlirmalon
(ir) Exhausldirlantestarangeme -
oporalngpoinlsconfi.maitol'
LS

(iD Exhauslairfan - Motortesla angoment

I lenperaluEconiimalon
(iv)Exhausr At oampert6st
eakagglonihalion
(v) Exhausl
-
ar€ngomenl
LS

LS
AirDampe.lesl arangemenr,

I . . tenp-erg!rcconr.maton
(vi) Jet Fanlcsl a(anoen€nl- SlalicThr$l
(viilLoakaqeTesl otlhe ExhausiAirduci
B l l N o . C l l : ( i ) M a m t e n a . caen dW a r a n t v
LS
LS
12

I
(ii) Cooperalion and assisiance for

Tot6l toho canled overto.'4(bl) Schodlro olPricos-Summ.ry of Bid Pricos,':

t
Sectlon1- Soulh Platlorm
qlllfior p4r 0 Po!€r s!'ppt !o!{ vorlasg
LS
BillNo D5 (i) PowerSupplyEmergency LS

I tsilNo D6
B l l l N o .D 7
0 t,Ohtins
LS
( i ) E a n h n o / P o t e n t iEao u a l l z a t o n LS
LS
LS
BillNo. O9.r (i) CCTV LS

I D
Bll!'\lo:Q14.0 Publc Addross syslom
LS
LS
LS
BjLl!q. !13.i0 _lrallc r.lana!6monl
syst€m LS

I B ll ! 9 Q l ! . 1 0 S C A D A s y s t o m
LS
LS
LS
Total to bd carriod ovorlo "4 (bl) Schoduleof Prlces- Summaryof Brd Pricos": constructton / Insta a{on

I
t
t
I
I Saynoto corruption

I Seclion 3: Lelterof Techncal Bid and Scheduesto Bid 3-50

I Fooisncuiiqncyconponent r-ocalcu.rencyconpon6nt

I '0d

t 3

I
t t
f,
s:
E6 E
Ei fa g- .59
nd
3B
e g

$t
I
I
B l N o E 2 . ( l ) o l e s e l G e n e r a tSoer t e LS
LS
BillNo E3. O HghVoLlagg
Pot4gt9qlpli LS
LS
3!|No E _(, loF VolaseJolvg. 9uppry LS

I Pil!N.o.Fi i 0 ..Fn9l!9]!c}qo'lgrslpplv -
BillNo. EO. li) Eafthrno/Polonlial
LS
LS
LS
Eouallzalidn LS

t BirrNo.EZ: (i) T!!t'6! L!g!'lit'g

BllNo. E8: (i) AirOuaiiv Measuremenl


LS
LS
LS
LS
BlNo E9: (i) ccrv
I
LS
LS
B l N 9 E 1 0O q T e r s e n ccya l l s y s l e n LS
LS
BlllNo,E11i0.. -r,snelEg!j-o.
-s}.9,1s!'..
, _ LS

I BirlN9 E]2 O 8u!lcAddres!syslen

BilNo. E13 O TEfic ManasemeftSyslom


LS
LS
LS
LS

I 841!0. El4 (, !tre&l€cron qndi'tlrlsrg44


BllLNo,E15:(i) 9cAP4Sy.s.l
|]'i
LS
L5
LS
LS

I
LS
B l No E16 0 FneF ghl ng Slslem LS
LS
PjlL
Ne,ElTr0 -r.r,,-!jr',61.-s!!ile!ie!
9ylrqq LS
LS

I BilNg El8 O runrc Frullgq LS


LS
TotariobEcarrredoverto "4 (bt) scheduloot Pric6- summaryol Bid pricos,,r consrrucon/tnsta a on

t
I
I
t
I E&l\/l
Worksof LowaiTunnelProjeci

I
t
I Saynoto corrupiion

I Sectlon3: LeitefoiTechnicalBidand Schedutes


lo Bd 3-51

I Fooigncuruncy cooponont Locarcur0ncycompononr

I F6
f-
I ft e- E€ P
I g
& F 9B 3-

dE
_9
E

I s.clion 3 - North Prafform


BilNo, F6i lD Earlhino/ PolenlalEoualizsron LS
B i l N o . F l 3 ( D T r a t f cM a . a l r e m e S
n tv 6 t e m LS

I LS
Tolarlo b6cari6d overto"4(bl)Schedute otPrtces-Summary of Bid PrtcEs": CoBtrucflon / tNta ation

I Bl No. G3: (i) HiahVolraoe


Powersupotv LS
LS

I Blll!"10c!: l!)
Bti llo G5 It
! r -v,-o.f1?.99
P..o]|',e.r..s]pply
Powe,suppiy
Emergencl
LS
LS
ts
LS

I B i l N o . G 6 l ) E a n h i n /oP o t e n l i aE o ! 0 L i z a t o n L S
BrllNo. G7 (L) TunnelL$hling

B i l l N o .G 8 : ( i ) A n Q u a i t yl e a s u r e m e n t
LS
LS
LS

I
LS
BlNo G9. (il CCTV LS
LS
BilrNo Glo: li) Emeroe.cvCal Svsiem LS
LS

I Bjlll\o Gl1: (l) Tlnne RadioSyslem

BilNo. Glz 1) euQlict\4dEls sIslell


LS
LS
LS 1
LS

I B LNo.Gl3rO TraficManagemeni

!,1! N9. G1! (!) Fle Delegtpnalrq trlll6ion A.


Syslem

LS
LS
LS
'|

I
B l N o .G I s t i ) S C A D A S y s l e m LS
LS
BINq G16:(i) frlE f gltli.sS.J!,l.elt LS
LS
B ! l N o G I 7 ( i ) T u n n € l V € l r l a lSl ol snl e m LS

I BillNo. G18: (i) lunnel Fitlinse


LS
LS
LS
Totalto bo cairled ovor to'.4 {bl)Schodlto ot Pricas- Summrry orBid Pricae,,: Construction/ hsrafiation

I
I
I
I E6[,1Wo .s of Lowar]TunnelProjecl

t
I
Saynoto corruption

I Section3: LeiierofTechnicalBid andSchedulesto Bid 3-52

I FoEign curoncy Conpononl Loc.lCumncycomponont

I
I P
p
T .f; F
EE
*€
*.E E -
8-
"-9€
F
'F
[;
dE

I Soclion 5 - Norlh Acc6s Ro.d


BllNo. H6. l) E a r l h i n/oP o l e . t i a l E o u a l T a t o n
H9 (D ccTv LS

I Btlll.,io.
H12 1) EubicAddross

BillNo H13 {)
syslem

Trafllcr anaaemenlSysiem
LS
LS
LS
LS

I LS
ol Pric.e- gummaruot Bid Prlc$": coNtrucrlon/ lnsrallallon
Totaltobecarrledoverto"4lbl) schoduro

I Col.I above,thebidderclaiming
INoterRef:
manufactured
in Pakistan
margin
of domestic
shallalsofillAppendix
preference
C to Instructions
forGoods
to Bidders.l
I
I
I
I
I
t
I
I
I
I E&lVlWorks
of LowarTunnePrcjecl

I
I
I Saynolo corruption

I Sectlon3: LeflerotTechncalBidaid ScheqJlesto Bia 3-53

4 (b3)SCHEDULE - Section6 - CivitWorks


OFPRICES
I s.# Description Unlt
ust usi
I B i l l N o . l 1 9 A- T u n n . l P . l n t l n g

11gA-(i)[,1RT-Panling
orlunnowallsupto4.3m

I abov6loolpalhs
l19A1ii) NART-Palnng oflunnelwalls!p to
43m aOovefootpaihs
SM

SM
81600

26,880

I Bill No. ll9B -MRl-Sourh Porial

l l 9 B - ( i )V 6 n r l a r lB
onurrdng SM r,090

I l1gB'(i) Trafic Coflrol Cenlr€

l19B-(iii)DG Bullding
si,

SM
340

411

I l 1 9 B - ( i vP) o r l a l B l o cSr I a s d e l a l e di n d r t u n g

l1gB-(v)PipoworklorE&M
andEarthing
Bulldinos
Manholes
Snipsasshow.on LS
LS 1

I 19B1vi)RoadCo.strucion
S1& !P lo AridSe
aiihePonalBlock
abutment
asshown SM 400

I l19S1vi)Pavement
introntoi buidings
l1gB'(vii) DEinagoPipes& Manholesas shown
SM

LS
4 800

I l l 9 8 ( i r ) F l e l F l l i h qS t a l i o n

198-(x)F€ Fighrn!CarchBasinandPump
LS

LS
1

I 1198(xl) SlopeProlecliones shownon dEwinqs

a)Avaranche
Prcieclion
syslemomogaNel 200

I b) ShorlCrolowilhWlreMesh& RockBolis

c) RCCGuardRai ae per NHA


SM 7,500

250

I BrrrNo,l19c- MRT.Mlned
Tunn.l s.ction

119C(i) Tra$fomer Niches 3

t l19C-(li) CoverforCableDucls

Bi No. t19D- IrllRl-NorthPortal


17,000

I rsD-ti) VenlilalonBuldng SM 1,090

11g+(ii) Poda,aro.k sl asderailedin drawirq LS

t 11gD(ii)PipeworkrorE&r',|
\ /o*s Manholee
and LS
EaifiingS1rpsasshownondrawngg
l19D-(lv)RoadConslructonailho PodalBlock
LS

I N3 aBshownon drawing
l1gD-(v) DrainagePpes& Manholesas shown
LS

I of LowariTunnelProject

I
I
I say

I Sectlon3: Lellero'Technica Bidano SchedL.eslo B,o 3,54

I s.# Description

Bill No.l19E - NARlSouth Ponal


us$ us$

I l1gE-(Dfransformef
NichsatsoLtlh
l19E1ii)FneFiqhling
Ponel
CaichBasnandPump
LS l

t
LS

1gE-(ili)PipoworklorE&MWorks,Manholesand
EadhlnoSlripsas shownon dhwinqs LS 1

t
l9E1iv) RoadConslruclion
sl lhe Podal LS 1

B i l l N o .1 1 9 F - N A R T - M i n € d T u n n o l S o c t i o n

I
l9F-{i) TranslormerN che LS 1

119F(il) CoverforCableDucts 3,400

I Blll No.119G- NART"NorthPortal

l19G (i) LowVollageBulldlng SM 72

lr96-(i) ClassD u PVCpipeconneclions


trom

I LVBuldingrolr,{anhote
& Road
LS 1

I LS

LS
I

I (d) EanhingSfip (40'4mmGavanizedron) LS

ot Pnc6s- Sommary
Toralto becarriedovsrto "4 (b1)Schodulo
1

ot Bld Frlces''

I
I
I
I
I
I
I
I E&LlWorks
of Lowa TunnelProjecl

t
I
I Saynoto corruplion

I Sectlon3: LellerofTechnicalBidand Scheduteslo Bid 3,55

I 4 (b4)SCHEDULE OF PRICES- Generatttems- Facilitiesfor the


Engineer/Employer
& their Staffand Misc.Items

I s,#
NO.
ItemDescription Unit Qtv
Rate
lRs)
Amount
(Rs.)

I Bill No.20 - Generalltems


J20,10)
Provide
Engifeer/Engineer's
Reprosonlatve
Temporary L . S

t J20-1(i)

J 2 02
Furnish
andEqulpEnginee/Eng

Mainlain
Engifeer/E
neeisRepresentalive

Rs Temporary
Of|co
L,S

24

I J20-3o

J203(rD
ProvideEngneetEngineer'sReptusonlaltve
AccommodatDn
Furnlsh
on RenlalBasis
andEqulpEngneetEngineeis
Residenlia

Rep€sentarive L S
R€sld6.llal
Accommodallon

I J20-4 l,4aintain
Engheer/Englne6r's
Residental Accommodation
Ropr€senlalive

Provlde Engheols/Englnoor,sR6prosentalive
24

I (i) Toyolaland Cruser Parado(4x4)wilhA/C

(ii) ToyotaDoubte
2

c:bin (4x4)wlhA/c 6

t
J20-5(D
(iii) ToyolaHiacoVanwllhA/C

(iv) ToyoiaHiaceAmbularceVanWlh pJCandall

I J
Provlde Employe/sVehlclos
1

I J20-5(iD (i) ToyoiaLandCruser Parado(4r4) w hpJc

(iD ToyolaDoublecabin (4x4)wilhA,/c


1

t Running& Maintonanc.

(i)
of Enginoer's/Engineer's

ToyolaLandCruiserPa.ado(4x4)withA/C 48

I J20-5(ii0 {ii)

(i i)
ToyolaDoube cabin (4\4)wth A/c

ToyolaHaceVan wilhrJC 24

t (iv) ToyotaH ace Ambulance


Van wllhA/C a|d al
24

I
Runnlng& lvlahr6nancoofEmproyels VehtctE3

J20-5(iv) ii) ToyotaLandcruserparado(4r4)wlhAJc 24

I J2A-6
(il) ToyotaDoubleCabin(4x4)wilhA/C

Employing
T.aineeEngineereIncudinqBoardirg
96

I lolalio be carned overto..4(b1) gcheduleofPrlces -summary ofBtd prics'

I E&1,4
Worlsof LowarTunnel

I
I
Say no lo corfuption
Section 3r Leiterof TechnicatBid and Schedutes10Bid 3"56

4. {c) ScHEDULEOF PRICES


DAYWORK
Nominal UNITRATE TOTALAMOUNT
No. Quantig
FCC LCC IPKR) FCC L C CI P K R }

Daywork-Labour

2 Daywork- Contractor's
Equipment

3 - Materials
Daywork

Total(tobe carriedto Summary


of BidPdce)

E&lv,l
Wo&soi LowariTunnelPrctecl
t Saynoto corruplion

I Section3r Lettefof Technica Bld and Scheduesto Bid 3-57

OFpRtCES
4. (d)ScHEDULE - ADDTTTONAL
I RECOMMENDED ERECTION
ANDTESTING
MAINTENANCE
TOOLS
EQUIPMENT
&

I The biddershallpropose
TestingEquipment
in the spaceprovided,
& Maintenance
a detailedlistof Erection
Toolswhichare recommended
and
by him in
addition
to thosespecifled bytheEmployer underSchedule 2(b)above.
I 2. The purchase
lvlaintenance
of additional recommended Erectionand TestingEquipment
Toolswouldbe at the discretion of the Employer andthe costof
&

I suchequipment
However,
Erection
will not be takenintoconsideration
the Contract
andTesting
Pricewill be adjusted
Equipment
in the evaluationof bids.
to includethe costof additional
& lvlaintenance
Toolswhichareselected bythe
Employer.
I 3. The listof ErectionandTestingEquipment & MaintenanceToolsshallinclude
descrjptionas wellas quantity
of eachitemandthe unitrateandpricesfor the
I total quantityproposedfor each item of Erectionand TestingEquipment&
l\4aintenance
Tools.

I FomisncurencyComponont Local Cun€ncy Componont

t
I
I 1.

I 2.

I 3.

Tolal{nollo be cari€d lo SummaryolBid Price)

I
I
t
I
I E&i\,4
WorksofLowarTunnelProject

l
I
I Say no to cofruption

t Soction3: LelteroiTechnicatAid and Schedutes


to Bid 3-58

OFPRIcES- ADDITIONAL
4. (e)ScHEDULE
I RECOMMENDED
SPAREPARTS
1. Thebiddershallpropose in the spaceprovided,
a detailed
t list of Spare Partswhich are recommended
addition to thosespecified
2(b)above.
bytheEmployer
by him in
underSchedute

I 2. The purchaseof additional


wouldbe at thediscretion
recommended
of the Employer
Spareparts
andthecostof
jn the
I suchequipment
adjusted
willnotbe takenintoconsidefation
evaluationof bids. However,the ContractPricewill be
to include
thecostof additional
SparePartswhich
areselected bytheEmployer.
I 3. Thelistof SparePartsshallincludedescription as wellas
quantityof eachitemand ihe unit rate and pricesfor the
I totalquantityproposed
for eachitemof SpareParts.

t FoErgn!uroncy uompononr

I s

t
I
t
I
I
I
I
I
t E&[4Worksof LowadTunne Projecl

I
I
Say no lo corruption

SECTION.4

APPENDIX
TO TENDER
t Saynoto corruption

I Section-4:Appenox ro Tender

I APPENDIX
TOTENDER
Sub-
Item Entry
t Employer's
nameandaddress
Clause
1 . 1 . 2 .&2 The Chairman, National Highway
Authority,
28 lvlauveArea,Sectorc-9/1,
1.3
I Contractof's
nameandaddress
lslamabad,
1 . 1 . 2 .&3 As per
Pakistan.
Contract Agreement
1.3
I Engineer's
nameandaddress 1 . 1 . 2 .&4
't.3
Willbe providedat the timeof signingof
conract

I Time for Completionof the


Works
1. 1. 3 . 3 One (1) year calculatedfrom the
commencementDate.
DefectsNotificationPeriod 1 . 1 . 3 . 7 Three(3) yearsfrom the effectjvedate of
I Section
issuanceof TakingOverCertificate.
1 . 1 . 5 . 6 The Project shall be divided into

I followingsix (6) Sectionsfor the purpose


of effective planning, deployment,
execution,monitoringand paymentin

t accordance with the Scheduleof Prices


and Payments:-
Section'1: Aboveground South

I Platform including South


Link Access Road (about
1.75Km)

I Section2: Nlodified Road Tunnel


(MRI)
Section3: Aboveground North
I Section4:
Platfom
NorthAccessRoadTunnel
(NARr)
I Sectjon5: Aboveground North Link
Access Road(from NART
to Baradam)
(about3.5Km)
I Section6: CivilWorks(incl.Buildings
(E&M)at Southand North
portats)
I Electronic
tfansmission
systems ElectronicTransmission Systems is
applicablesubjectto the conditions

I Governing
Law
given in the Particular
Contract.
of
Conditions

1.4 Lawsof lslamicRepublic


of Pakistan
t Rulinglanguage 1.4 English

I E&[/]Worlasof LowariTun.el P ojecl


tlt
t {e
I
I Say no to corruption

I Section-4:Appendixlo Tender

Sub-
Item Entry
I Language
forcommunications
Clause
1.4 English

I Timefor accessto the Site 2.1 Within14 days from Commencement


Date.
Amountof Performance
Security 4.2 The performancesecuritywill be in the
I form of an unconditional Bank
Guaranteein the amount(s)o'f 1jo/aol

I the accepted contract amount from a


scheduledBank of Pakistanacceptable
to the Employeror from a foreignBank

I counterguaranteedby local scheduled


Bank acceptableto the Employer.In
case of JV the performancesecurity

t must be in the name of JV. JV means


any JointVenture,Consortium or other
incorporatedgrouping of t\,vo or mofe
I persons or firms as refefed jn GCC-
1.14.

t Period for notifying


unforeseeableerrors, faults,
deficiencyand defects in the
5.1 Wthin 28 days from commencement
worl(s.
of

Employels Requirements
I NormalWorking Hours 6.5 .From800H|Sto 2000Hrs
(Tunnelwill be usedfor generalpublic
I from 1000Hrs to 1200Hrs and tunnel
from '1200Hrc to
' clearance/ventilation
1300Hrs)
I DelayDamages
fortheWorks 8.7
&
The DelayDamagesfor delayis at the
rate of Zero point zero five percent
(0.05%) of the Accepted Price
Contract
I 14.15(b)
per day, in the currenciesand
proportions Price
in whichthe Contract
is payable.
I lvlaximumamount of Delay
Damages
8.7 Ten percent(10%)of the final Contract
Price.

I Amount of Bonus 8.14 The Bonusfor earlycompletion is at the


rate ol Zera ooint zero two five Dercent
(0.025%) of the AcceptedContractPrice

I .(excluding Provisional Sum) per day. in


the cunenciesand oroporlionsin which
'the
ContractPriceis oavable.

I Maximum
amount
of Bonus 8.14 Fivepercent(5%)of the Contracr Price.

I E&[4Worfisof LowariTunnelPrcjeci

t
I
l ray norc corrupron

I Section-4:Appendx to Tender

Sub-
4-3

Item Entry
I Percentagefor adjustmentof
Clause
13.5(bxiD
10%(TenPercent)includingoverheads
Pfovisional
Sums anotaxes
I TotalAdvancePaymeni 14.2 The AdvancePaymentis limitedto ten
percent (10%) of AcceptedContract

I Pricelessthe Provisional
the unconditional
Sumagajnst
BankGuarantee
a scheduled Bank of Pakistan
from
acceptableto the Employeror from a
I foreignBank counterguaranteed
localscheduledBankacceptable
by
to the
Employer.
I Number and
instalments
timing ot Advance Paymentis to be made in two
(2) instalmentsand the timing of

I instalmenisis defined in Particular


Conditions
of Contract.
Percentageof Retentionlvloney 14.3 Five percent(5%) from each Interim
I Limitof Retention
Money
Paymentup to limitof Retention
l\,4oney.
Five percent (5%) of the Accepted
Contract
Price& valueof anyvariations
I l\4inimumamount of lnierim 14.6
pursuant
to sub-clause 13.1.
Five percent (5%) of the Accepted

I PaymentCeriiflcates
DelayPayment 14.8
ContraclPrice.
- 4% perannum
a. LocalCurrency
Rate of interest on unpaid b. Foreign
Currency- '1%perannum
I amount
Cuffencies
of Payment 14.15 Paymentshallbe madein Pak.Rs. The

I rate of exchange for foreign currency


.portionshall be TT&OD selling rate
publishedor authodzedby the Siate

I Bankof Pakrstan
to deadJine
prevaiIng28 daysprior
datefor bidsubmission.

I Periods for submissionof


Insurance (a) evidence of
'18.1 Within28 daysof Commencement
lnsurance Company should have
Date.

insurance established/registered
officein Pakistan.
I lvlaximum
policies
(b)relevant
amountof deductibles 1 8 . 2 ( d ) One percent(1%)of AcceptedContract

I for insurance
nsks
of the Employer's

'18.3
Pdce.

peroccurrence,
l\4inirnum
Amountof Third Party .Rs.1,000,0001 number
I Insurance
The DB shallbe comprised
of 20.2
bf occurrence
unlimited.
One(1)l\4ember

I E&MWorksof Lowar Tunnei

t
t
t Saynoto corruption

I
S o c t i o n - 4 r A p p e xn dl o T e n d e r 44

Item Sub- Entry


I Appointment(ifnotagreed)
to be
Clause
20.3 Chairman,
Pakistan
Engineering
Council
maoeoy (PEc)
I Placefor DABandArbitration
procee0rngs
20.6 Venuefor DAB and Arbitration
lslamabad, Pakistan
shallbe

I DABproceedings shalltakeplaceas per


FIDIC proceduresand rules (FlDlC-
1999)

I Arbitration shall take place in


accordance with laws of Pakistan
(Arbitration
Act 1940of Pakistan)

I
I
I
I
I
I
I
I
I
I
t
I
! E&N.,lWori<s
of Lowar TunnelPrcject

I
t
Saynoto corruption

sEcTtoN-5
GENERALCONDITIONS
OF CONTRACT
(PART-r)
t Saynoto corruption

I
I
FEDERATION
INTERNATIONAL
DESINGENIEURS.CONSEILS
I F I D IC

t
I
I
I PARTI GENERALCONDITIONS
For Electricaland MechanicalPlant,and for Buildingand
EngineeringWorks Designedby the Contractor(Yellow
I Book)
FirstEdition1999

I
I
I "Copiesof the FIDICConditions
FIDICSecretariat
P.O.Box86
of Contract
can be obtained
from:

I 1000Lausanne
Switzerland
12
- FlDlC.org/bookshopl
e-mail:fidic.pub@iidic.orq

I
I
successfulbidderis requiredto purchaseDocument(for Employer)
I from FIDICat the time of signingof the Contract.

I
I
I
t
t
Saynoto corruption

SECTION.6
CONDITIONS
OF CONTRACT
PART.II

CONDITIONS
OF PARTICULAR
APPLICATION
I Saynoto corruption
Section 6: ConduonsofConiract(COPA)- Parl-tl
I 6-1

PARTII . CONDITIONS
I CONDITIONS
OF CONTRACT
OF PARTICULARAPPLIGATION
The Conditions
of Contract
comprise the "GeneralConditions',
and the Conditions
of
I Particular
Application".
The Conditions
of Partjcular
Application
set out hereunder
are basedon the General

t Conditions
and denotedeletions,
deletions,
additions
theseconditions
of Particular
additions
or amendments
or amendments
to the General
Application
to theseconditions.
Condillons
alongwithreference
havebeenrecorded
to the relevani
Ail
in
clauseof
suoctause.
I
1. G E N E R A LP R O V I S I O N S
t Definitions Sub.
Clause
I 1.1.1
TheContract
1 . 1. 1 . 4 Add following '1.1
at the endof sub-clause .1.4:
For the purposeof this Contract"Letterof Tendel' shall
t eitherbe readas "Letterof TechnicalBid/Proposal"
"Letterof PriceBid/Proposal",as appropriate.
or as

I 1 . 1 . 1 . 7 ln the first line of sub-clause1.1.1.7Ihe word 'pfoposal'


with'bid/proposal'.
shallbe replaced
Add following
at theendof sub-clause
1.1.1.7:
I For the purposeof this Contract"Contractor's
Proposal"
shall either be read as "Contractor'sTechnical

I Bjd/Proposal"
appropnate.
or "Contractor'sPrice Bid/Proposal",
as

1.1.2 1 . 1 . 2 . 8 Add following


at theendof sub-clause
I Partiesand
Persons
1.1.2.8:

For the purposeof this Contract"Subcontractor"


shallbe
read synonymouswith "Subconsultant", whereas
I "Subconsultant"
specifically
of JV)preparing
relates
designof theWorks.
(single
to a consultant

I 1 . 1. 5
Worksand
1.1.5.9 Addsub-clauseasfollows:
"CiviiWorks"meantheWoftsspecifically
relatedto civil
Goods
T 1.1.6
works(buildings,
1.1.6.10Addsub-clause
tunnelpainting,
asfollows:
etc.).

OtherDefinition
I "PublicUtilities"
meanspipesforwatersupply,
sewagg,the overheadand underground
facilities
of electdcity
andcommunications
gas/oil
and
transmission
etc.
I 1.1.6.11Addsub-clause
asfollows:

I E&lVlWorks
ot LowariTunne
Projecl

I
I
I Saynoto corruption

I
S € c t i o n8 : C o f d l o n s o f C o n t l a cItC O P 6-2

I "Services"means services to be executed by the


Contractorin relationto the Works includinginter atia
oesrgn.
I 1.3 1 . 3( a ) Addfollowing
attheendof sub-clause
1.3(a):
Communications
I Electronic
transmission
throughe-mailmay be usedfor
sending letters signed by respective Authorized
Representative(s)
on their letterheadwith issueidairy
I numberand as advanceinformation to be confirmed by
hard copies. All assertionof legal, contractualand
financial
ightswillbe basedon confirmatorylettefssend
I throughhard copies within one (1) week of the
corresponding
e-mail.

I Priorityof
Contract
1.5 Deleteitems(a)to (e)andreplaceas follows:
(a) TheContract Agreement,
I Documents (b) TheLetterof Acceptance,
(c) TheLetterof PriceBid/Proposal,
(d) TheLetterof Technical Bid/Proposal,
(e) TheAppendix
I (f) TheConditjons
(g) TheAppendix
to Tender
of Particular
to Tender
Application(Part-ll),
(h) TheGeneral Conditions of Contract (Part-l),
I (i) TheEmployer's
a.
Requirements
Employer'sRequirements
in following order:
b. Specifications and SpecjalProvisions -
I c.
E&t\4
OutlineFunctionalDesign/Drawings
d. As-Built-lnformation
I (j) TheSchedules
(k) TheSchedules
of Payments,
to Bid(A to H),
(l) TheAppendices to Bid,
I (m)Design proposal of theContractor
(n) DetailedDesignpreparedand submittedby the
Contractor,
I (o) Contractor'sFinalProposal
anddulyapproved
including
WorkProgram,
(p) AnyotherContractor's Proposal
Methodology
dulyadjustedand
t accepted
Contract
bythe Employer
including
formingpartof the
applicable partof Instructions
Bidders(lTB)havingeffectad influence in ihe
to

I 1.6 '1.6
executionof work.
In the last line, replacethe word 'Employeiwith
Contract "Contractor"
I Agreement

I E&1,,1
Worksof LowariTunnel Project

t
Saynoto corruption

t Section 6: CondilionsofConlract(COPA)- Pad-ll 6,3

1.8 1.8 Addthefollowing


newparagraphs
I Careand Supply
of Documents
clause:
at theendoflhe sub,

Aftersigningall thedocumentscomprisjng
the Contractby
I both the Parties,copies of full set of the Contract
Documents anddistribution
thesameas follows:-

I '1.Original
2. 5 Copies
+ 1 copy- to theEmployer
to theEngineer.
at lslamabad.

I 3. 2 copiesto be retainedby theContractols


4. 3 copieson the Contactor'ssitefor execution
Office.
of work.

I 5. 1 copyfor recording
builtdrawings.
6. 1 copyto Employer's
thechanges andvariation for as-
referencefor safe custodyand

I 1.'t2 1.12
recordandrecording
Add new secondparagraph
variations,if any.
to Sub-Clause
1.12 as
Confidential follows:-
I Details
The Contractor shalltreatthe detailsof the Contractas
private and confidential,save insofar as may be
I necessary
disclose
for the purposethereof,shallnot publishor
the sameor anyparticulars thereofin anytrade
or technicalpaper or elsewherewilhoutthe previous
I consent in writingof the Employer.lf anydisputearises
as to thenecessity of anypublicationor disclosure
forthe
purposeof the Contract, the sameshallbe referredto the
t Employer whosedetermination shallbefinal.

I 2. THE EMPLOYER

t 2.1
Rightof
Accessto the
2.1 at the end of firstparaofsub-clause
Addfollowing 2.1:-

The possessionof Site and accesstheretoshallbe givenin

I Site accordance with the applicableProgrammeof Work for


commencement
Requirements,
of work as furtherdetailedin Employer's
to enablethe Contractorto commenceand

I proceedwjth the Works as per the applicableProgramme


of Work.

2.2(b)iii Replace
thesub-clause
I "fortheimport
asto ows:
andexportof Contractor's when
Equipment
it is enteringintoportof thecountryor beingremovedfrom
I theSite."

t E8[,lWons ol LowariTunnelPro]eci

t
t --:tr'
I Saynoto corruption

t Section 6: CondUonsofConlGcl (COPAI- Part-tl 6-4

t 2.4
Employer's
Financial
2.4 Deletethe sub-clause
in rtsentirety.

Arrangements
I At theendof thelastparagraph,
addthefollowing
text;
Employer's
t Claims "orfromtheencashment
liquidation
of thePerformance
ofotherassets
oi theContracto
Securitv
or bv

I 3. THEE N G I N E E R

I 3.1
Engineer's
3.1 Withreferenceto Sub-Clause
shallalsoapply;
provisions
3.1,thefollowing
Dutiesand
I Authority The Engineershallobtainthe specificapprovalof the
Employerbeforecafryjng
thefollowing
Clauses:
outhisdutiesin accordance
with

I (a) Consenting
to the sublettingof any partof the Works
undersub-Clause4.4"Subcontractors".
I (b) Certifying
4.I 2
additional
costdetermined
"Unforeseeable
Physical
undersub-Clause
Conditions".

I (c) Any action under sub-clause4.2 "Performance


Security"
andClause18"lnsurance"
of sorts.

t (d) Anyactionundersub-clause
8.8"Suspension
ofWork".

t (e) Anyactionundersub-clause
Completion".
8.4 "Extension
of Timefor

(D Any actionundersub-clause8.7 "DelayDamages"or


I Paymentof Bonusfor EarlyCompletion
Sub-ClauseB.'14).
of works(PCC

I (g) lssuance
10.1.
of "Taking
overCertificate"
undersub-clause

I (h) lssuinga Varjation


OrderunderClause13,except:
(i) in anemergency*situation,
as statedherebelow

I (i) Extrapayment
sub-clause
as a resultof Contractor's
20.1 (Contractor's
Claim).
claimsunder

I (j) Release
of Retention
'14.9
Sub-Clause
Moneyto the Contractor
"Payment
of Retention
under
l\,4oney".

I E&r',,1
Worksol LowarlTunneProjecl

t
t
I Saynoto corruption

I Ssction 6: Conditionsof Contracl(COPA)- Part ll 6-5

I (k) lssuanceof "FinalPaymentCertificate"


Clause
14.13.
underSub-

I (l) lssuanceof "PerformanceCertificate"under Sub-


Clause11.9.

t (m)Certifyadditional
Access
costundersub-clauses
to theSite),'17.4
(Consequences
Risks),16.1 (Contractor's
2.1 (Rightof
of Employefs
Entitlementto Suspend
I Work) and 13.7 (Adjustments
Legislation).
for Changesin

I (n) lssuing
Sum".
instructions '13.5"Provisional
undersub-clause
*(lf in the opinionof the Engineeran emergencyoccursa{fecting

I the safety of life of of the Works or adjoiningproperly, the


Engineermay,withoutrelievingihe Contractorot any of his duties
and responsibjlities undef the Contract,inslructthe Contfactorto
executeall such work or lo do all such things as may, in the
I opinionof the Engineer,be necessaryto abaie or feducelhe risk.
The Contraciorshall forthwithcomplywilh any such instructionto
the Engineer.The Engineershall determinean additionto the

I ContractPrice,in Gspect of such insiruction,in accordancewith


Clause13 and shall notlfythe Contractoraccordingly,wiih a copy
lo the Employer.)

I 3.6
Management
3.6 AddthisSub-Clause
at theendof Clause
3
Meetings "The Engineeror the Employermay fequire the
I Contractor'sStaff and others to attend amanagement
meetingin orderto reviewthe progresswith referenceto
the agfeedprogramme and arrangements for futureworks.
I TheEngineer shallrecordminutes of management meeting
and supplycopiesof the recordto thoseattendingthe
meeting andto the Employer. In therecord, responsibilities
I for anyactionsto be takenshallbe in accordance
Contract. No Travelling
(TAJDA)
withthe
Allowance/ DailyAllowance
or any expenditure incurredby Contractor will be
I paidbytheEmployer

Notwithstanding
to theContractor inthisconnection".
the requirementof further meetings,
I following
Site
meetings
between
are plannedto takeplaceregularly
Employer,
. Construction
Engineer
Nleeting
andContractor:
- 1 timeperweek
at

I . Progress
Review
lf noistipulated
Meeting
otherwise
-'1 timepermonth

eachmeetingshallgetrecorded

I directlyduringthemeetingbywayof projeciing
thetextwith
a beameron a screen visiblefor all Darticipants.

I E&[I Worksof LowariTunnelProject

I
I
I Say no to corruplion

I Section6: ConditionsofConiract(COPA)- Pan-ll 6-6

at the endof the meetinga printout of ihe


Furthermore,
I minutes get
shall signed bytheparticipants.

I 4. THE CONTRACTOR

I 4.2
Performance
4.2 Deletethefirstparagraph
of thesub-clause
paragraphs:
withthe following
andreplace
Security
I The ContractorshalldeliverPerformance Securityin the
amountand currencystatedin the Appendixto Tenderto
the Employerwithin28 daysatterthe receiptof ihe Letter
I of Acceptance. The Performance
formof an unconditjonal
Securityshallbe in ihe
BankGuarantee
bank locatedin Pakistan
issuedeitherbya
or a foreignbank througha
I correspondent
provided
banklocated
bytheEmployer
in Pakistan.
The Peffofmance
Securityshall be draftedaccordingto the relevantform
intheTenderDocuments.

I ThePerformance
and orooortions
Securityshallbe denominated
of currencies
in thetype
in whichthe ContractPriceis
payable.
I Without ljmitationto the provisionsof the preceding
paragraph, whenever the Engineer determines an addition
I to the ContractPriceas a resultof a changein costand/or
legjslation
or as a resultof a variationamounting to more
than 25 percentof the portionof the AcceptedContract
I Price,the Contractorat the Employer'swrjttenrequest,
shall increasethe value of the Performance Security
accordingly to coverthesaidaddition, within28 daysafter
I the receiptof Employer's
writtenrequest.

I 4.3
Contractor's
4.3 At theendof thisclause
addfollowing:

I Representative "TheContractor'sRepresentative
personto whomContractor's
ora suitablereplacement
Representativedelegates
power,functionsand authoritymust be a qualified
any

I Electrical/Mechanical
experience
Engineer
andmusthaveat leasttotal
of 20 yearswith10 yearsin the fieldof E&M
Worksof Tunnelsand he mustbe registeredwith Pakistan

t EngineeringCouncil(PEC)withintwo (2) monthsof his


aDoointmentsor elsehewouldceaseto work.
In case of Contractor's
failureto deployits Contractor's
I Representative
or its suitablereplacement
within fifteen ('15) d
personat Site
after stipulated Date of

I E&lt4Woftsof LowariTunnelProjecl

I
I
I Saynoto corruption

I S e c t i o n6 r C o n d l o n so f C o n t r a c(tC O P A ) ,P a d ] l 6-7

Commencement,an amountof Rs. 20.000i-per


I equivalent
amountin applicable
currency
fromanymoneydue to the Contractor
dav or
willOeOeOuiteO
reckoning
after15'n
day from stipulatedCommencement Date till the
I deployment.
In addition,the Contractorshall provide sutficient
t interpreters
adequate
of local languageat the Site to ensufe
communicationwiththelocalpersonnel."

t 4.4
Sub-
Contractors
4.4 Addfollowing
at theendof sub-clause
4.4:-
"The Contractormay subcontractthe Works for the
I maximumcumulative
Contract
Amount
valueequalto 30%of the accepted
afterdueapproval
bytheEngineer.

I In respectof fhe Works, Goods, Materials,Plant or


Services being subject of the subcontract, the
Subcontractor will undertaketowardsthe Contractor such
I obligations
discharge
Employer
and liabilities
as wjll enablethe Contractor
his own obligations and liabilities
underthe termsof the Contract
towardsthe
and will save
to

I harmless and indemnity


costs,charges
the Contractor
andexpenses whatsoever
fromand against
the same and from all claims,proceedings, damages,
arising outof or
in connectionthere with,
or arisingoutof or in connection
I withanyfailureto perform
liabilities.
suchobligations or to fulfilsuch

I The Subcontractor(s)
Contfactor
will saveharmlessandindemnify
from and againstany negligence
the
by the
Subcontracto(s),
hjs agents,workmenand servantsand
I from and againstany misuseby him or them of any
TemporaryWorks providedby the Coniraciorfor the
purposes
oftheContractandfromallclaimsasaforesaid.
I Certificationof Paymentsto Subcontractors.
Beforeissuing,undersub-clause 14.3 and 14.11,any
I certificate,
whichincludesany
doneor goods,materials,
Subcontractor,
payment in respectof work
Plantor services
the Engineer
supplied
shallbe entitled
byany
to demand
I fromthe Contractor
less retentions,
reasonable
includedin
of theworkor goods,materjals,
proofthat all payments,
previouscertificates
in respect
Plantor services of such

I Subcontractor
Contractor.
have been paid or dischargedby the

(a) Satisfiesthe Engineerin writing that ne nas


I reasonablecausefor withholding
suchpayments and
or refusing
IO maoe

I
I
I
I Say no to corfuplion

I Sectjon6: CondiiionsoiContraclICOPA)- Pafttl 6-8

(b) Produces to the Engineer proofthat he


I reasonable
hasso informedsuchSubcontractor
in writing,

I The Employershall be entitled to pay to such


Subcontractordirectly, upon the certificate of the
Engineer,all payments, less retentions,
and applicable
I taxes, providedfor in the Subcontractor,
Contractor
which the
hasfailedto maketo suchSubcontractor
andto
deductby way of set-offthe amountso paid by the
I Employer
Employer
fromanysumsdueof to becomeduefromthe
to the Contractor.

I Providedthat, where the EmployerRepresentative


certified
and the Employer
the Engineer
has paiddirectly
has
as aforesaid,
shall,in issuinganyfurthercertificate
in favor
I of the Contractor,deductfrom the amountthereofthe
amount so paid,directlyas aforesaid,
or delaythe issueof the certificate
butshallnotwithhold
itselfwhendue to be
I 4.4 4.8
issuedunderthetermsoftheContrac
Addfollowing
at theendof sub-clause
4.8:-

I Safety
Procedures "ln the eventof work beingcarriedout at night,the
Contractor shallat hisowncost,provideandmaintain such
goodandsufficient lightaswillenabletheworkto proceed
I satisfactorily
and withoutdanger.The approaches
Site and the Workswherethe night-work
to the
is beingcarried
outshallbe sufficientlylighted.
Allarrangement adopted for
I suchlightingshallbeto thesatisfaction
of theEngineer."
4.16 4.16 Addthefollowing
as newsub-paragraph
at theendof sub-
I Transportof
Goods
paragraph
(a):
"TheContractor shalldulyconsiderthenature, volumeand
t weightof all equipment, machinery
requiredfor the execution
and plantand Goods
andcomp,etion
worksfor the safeinlandtransportation
of the stipulated
up to the Site.After
I consultation withthe Engineer,
the Contractor shall,at its
own risk and cost, use the most appropriateroute for
transportingthe samewithoutcausing thejmpediments to
t the public transportand damageto any structure,
installation,servicesexisting outside the Project site
handedoverto the Contractor by the Employer andwjthout
I causingany delayto the approvedProgramme
Works.TheContractor
hisownriskandcost;"
of the
shallrnakegoodof anydamageat

I Substitute
the entiretext of sub-paragraph(b)
following:
with the

I EAN,lWod\s
oi Lowai TunnelProject

t
I
I Saynoto corruption

I
Sectlon 6: Condilionsof Conl|act 6-9

I "The Contractor
markingof packages
for properpacking,
shallbe responsible
in accordance with recognized
practices,
international shippingthrough
I vessels registered
in any eligiblesourcecountryor throughconference
vessels,clearingirom customauthorities,
line
loading,inland
transporting,
receiving,
unloading, andprotecting
storing of
I Plant,Goodsand all otherihingsrequired
and"
for theWorks;

I 4.18
Prolection of
the
4.18 At theendofthesub-clause
addthefollowing:
"This shall includeadherence to all provisionsof the
I Environment Environmental l\4anagement
relevantEnvironmental
of Contract,
Plandulyapproved
Protection
duringtheexecution
Department
of theWorks.
by the
jn the area

I The Contractor
landscape
shallexercisecare to protectthe natural
andshallconduct his constructionoperation so
I as to preventany unnecessary
defacing
destruction,
of the naturalsurroundings
scarringor
in the vicinityof the
Works,exceptwhereclearingis requiredfor Permanent

I Works,approvedTemporaryWorks and for excavation


operations.
preserved
All trees and native vegetation
andshallbe protected
shall be
fromdamage,whichmay
be causedby theContractor's construction
I Equipment. On completion
shallbe smoothed
operations
of the Works,all workareas
and gradedjn a mannerto scarring
and

damageor defacingmay occur as a resultof the


I Contractor'soperations,it shallbe repaired, replanted
otherwisecorrectedas directedby the Engineerat
or
Contfactor's
expense.
t Borrowareasshallbe locatedand operated so as notto
detractfrom the futureusefulnessor valueof the sites.
I Uponcompletion of operations,
a safeand slightly
borrowareasshallbe leftin
conditions.
No borrowareasshallbe
locatedwiihin500meterfromthe rightofway.
t Durjngthe performance
ContIact,the Contractor
of the work requiredunderthe
shallcarryoutproperand efficient
I measuresas often as necessaryto reducethe dust
nursance,and to preventdust originating from his
operations.For waste water disposal,the provisionof

I septic tank alone for worker'scamp etc. will not be


sufficientand may have to be supplementedwith
secondary treatmentin formof graveldrains/ constructed
wetlanddepending on the laboratory
I thesepiictank.
resultsof effluentfrom

I E&NlWod(sof LowarTunne Project

I
I
I Saynolo corruption

I S e c l i o ne : C o n d r l r o nosf C o n r r a c i

t The Contractor shall take all necessary measuresto


preventwaterfrom the Site causinga nuisanceon or, in
anyneighboring landor propertyeitherby causing flooding
or by depositingsedimenton the surfaceof the groundor
I in drainsor watercourses.
this,the Contractor
Wherevernecessarv
shallconstruct temporary
to orevent
diainage
channels, layersumpsand traps(in additionto those
I shownon the Contract)
ditchesor watercourses.
discharging into existingdrain,
The Contractor shallremoveall
sediment, whichmay accumulate on any landor in any
I drains,ditchesor watercourses
a resultof hisoperations.
or in anyotherpropertyas

I All worksincluding
otherwise.
thosebelowsub-sojlstandingwater
levelshall be carriedout in the dry unlessspecified
The Contractor's arrangements for controlling
I the intlowot waterinto the partsof the excavatjon
workedandduringtheplacing
thereinandforthecollection
of concrete
anddisposal
bejng
andotherworks
of watershallbe
I to the Engineer's
includeinter-alia
Approval.Such arrangements
temporary cofferdams,well-point
pumps;drainstrenches,flumesand other recognized
may
systems,

I means. All Costsandcharges


way whatsoever
be included
in dealing
withwaterin any
and the effectsthereofwill be deemedto
in the ContractPriceandin the unitratesor
pricesof theContractor for excavations
I Waterflowingintoexcavations shallbe carriedby trenches,
drainage layersor openjointeddrainsto sumpsfromwhich
I it shallbe pumped.Suchtrenches
generallybe clear of the Permanent
drainsor sandsshall
Works unless
approvedotherwiseby the Engineer.lf, with the said
t Approval
excavated
of the Engineer trenches
underor immediately
drainsor sumpsare
adjacent
Works,theseshallcompriseopen-jointed
the Permanent
pipeswithgravel
t mounds. Whenno longerrequired
the Engineer
injected
andwhenapproved
theyshallbe filledwitha cement
underpressure
by
/sandgrout
so as to fillthe pipeandall voids
I completely.
The Contractor shallkeepall surfacesuponor against
I whichconcreteis to be deposited
and no concrete
properly
freefromrunningwater
shallbe placeduntilsuchsurfaces
drajned.Suitableprecautions
are
shallbe takento
I preventrunningwater from washingout cementor
whileit js settingor frominjuringtheWorksin any
concrete
olnerway.

I Notwithstanding
Contractor's
the Approvalby the Engineerof the
methodsof dealingwilhwater,the Contractor

t E&[4Worksof Lowari

I
I
I Say no to corflrption

t otcontEcl(coPA)- Padll
lgctlon 6r condilions 6-11

I shall be responsible
liabilities
of dealing
all effectsthereof.
for and acceptall the risksand
withwaterfromwhatever sourceandof

I The Contractorshall throughoutthe executionand


completionof theWorksandthe femedyingof anydefects
therein,complywithall applicable
EnvironmentProtection
I LawsandRegulations of theCountry/Province.

I 4,19
Electricity,
Substituted
4.19 The entiretext of Sub-Clause
withthefollowing:
is deleiedand substituted

I with Water and


Gas
"Exceptas otheMisestatedin the Contract,
shallbe responsible for the provision
the Contfactor
of all suppliesof
water,gasandotherservicesas are required
electricity, for
l the field establishment
Site.Anyapparatus
and carryingout the Worksat the
andequipment requiredfortheuseof
theseservicesshallbe arrangedby the Contractor, at its

I ownriskandcost."

I 4.21
Progress
4.21 ln the secondline of first paragraphafter the word
"prepared"add the text "in the formatacceptableto the

t Reports Engineer......"
In sub-paragraph(g),theword"and"appearing
at theend
of paragraph
is deleted.
I In paragraph(h)the full stop(.)appearing
at the end is
witha comma(,)
substituted
I Add the followingitemsat the end of sub-clause
with
continuingorder:
I (i) An updatedschedule
percenrage;ano
the progressin
indicating

t 0) Description
report;and
of all workscarriedout sincethe last

I (k) An updatedProgressCurve/Projected
theplannedandactualprogress;
indicaiing
Cash flow

(l) An updated Critical Resource Usage Chart


and

I showing
and
comparison of plannedandactualvalues;

(m)An updated Material/Equipment procurement plan


I showing comparison of plannedandactualvalues;

t worksof Lowa TlnnelPrciecl

I
I
I Saynoto corruption

t Section6: CondilionsofConlracl(COPA)- Panll 6-12

t (n)
and
An updated schedule of shop drawings
comparison of planned andactualvalues;and
I (o) Descriptionof the Worksplannedfor the next28
dayssufficientlydetailedto enabletheEngineer
to
detemine his programmeof inspectionand
I (p)
testing;
and
Summary of allsubmission; andInformation
about
problems and areasof concernand proposal
I (q)
overcome
Updating
Inesame.
of baseline programwithdelayevents
to

I everymonthalongwith delayanalysisof events


and actions recommendedfor action by the
conlractor.

I (r) Photographs showingthe progressand any other


majorconstruction activity.

I 4.22
Securityof the
4.22 Addthefollowing
at endof thesub-clause:-
Site "lf deemednecessary by the Contractor, he shallengage
I throughout the durationof the Contractlicenseholder
privatesecuritypersonnel/ entitiesrequired
for carryingout
pertainingto the executionof the Works.
site operations
t The costof engaging
shallbe borneentirely
suchsecuritypersonnel
bytheContractor."
/ entities

I b. S T A F FA N D L A B O U R

I 6.1
Engagement of
Staff& Labour
6.1 Addnewparagraph
at endof Sub-Clause
"TheContractor
6.1:
is to complywithPakistan Engineering
t Council
bylawsto employlocalstaffandlabourincluding
sub-contractorswith appropriate qualificationand
experience."

t Personsin the
6.3 at theendof paragraph:
Addthefollowing
Serviceof "or the Engineer's employees, exceptwith the prior
I Employer writtenconsentof the Employer,
as thecasemaybe."

t WorkingHours
6.5 paragraphs
Addthefollowing at theendofsub-Clause:
"lf as a resultof carrying
out the Workson holidaysor
locallyrecognized daysof rest or beyondthe normal
I prescribed workjnghoursundercircumstances
(c) hereinabove, the Employer
(b) and
incursadditional
costby

I E&[4Wo*s of Lowa TunnelPrcject

t
I
I Saynoto corruption

t oiConlEct (COPA)- Parul


Section 5: Conditions 6,13

thefieldstaffof theEngineer,
I additionalsupervision
suchadditional
costshallbe borneby the Contractor.
supervision
Thepayment
costshallbe madedirectly
for
to the

t Consultantin respectof the Personneldeployedfor


additional
basts-
hoursat theapplicable chargerateon prorata

I Duringclosureof LowariPassdue to snowin winter


season (generallyfrom mid Decemberto March), lhe
LowariTunnelis keptopenfor PublicTrafficon specified
t daysrangingfrom one (1) to two (2) daysper weekfor
three (3) to five (5) hoursper day. As per Standard
Operatjng Procedure (SOP)issuedby Govt.of Pakistan,
I the openingof LowariTunnelfor publictrafflcduring
winterseason20'16-'17 is scheduled for one (1)full day
per week from 7:00amtill 7:00pmon FRIDAYonly.
I The disruption
vehicles
due to openingof tunnelfor public
duringthe wintershouldbe cateredfor in the
stipulatedTimeforCompletion of theWorksgivenunder

t thisContract
prepare
andthe Contractor
hisWorkProgram
is reouired
accordingly.
to Dlanand

6.6 The textof firstparagraph


I Facilitiesfor
Staff& Labour
6.6
the following:
is deletedandsubstituted
with

"Save insofaras the Contractotherwiseprovides,the


I Contractorshall provide and maintain suitable
accommodation andamenities for all itsstaffandlabour,
employedfor the purposeof or in connection with the
I Contract,including all fencing,watersupply(bothfor
drinking and other purposes),electricitysupply,
fireprevention
sanitation, andfirefighting equipment, air
I conditioning, refrigerators,furnitufe, welfare and
recreation
facilities
andotherrequirements in connection
withsuchaccommodation or amenities. The Contractor
I shallkeepthe facilitiesthroughout
Worksin a neatandhygienic
the execution
condition.
of the

I lf femalelabourers
children
are employed,nurseryfor their
mustalsobeofganjzed.

I On completion
the temporary
of the Works,unlessotherwise
camps/housing
shallbe removed andtheSitebe reinstated
agreed,
providedby the Contractor
to itsoriginal

I condition.
withtheapproval
Notu/ithstanding
of theEngineer.
the above,followingcompletionof the
Worksin casethe Employer requiresihe Contractor
not
I to remove/demolish
thenthe relevant
the temporary-built
cost,as determined
camps/houses,
by the Engineer

t E&MWofts ofLowa.iTunnelPfojecl

I
I
I Saynoto corruption

t Section 6r Condilionsof Contracl(COPAI- Part-tl 6'14

after due consultationwith the Employerand the


I shallbe paidto theContractor.
Contractor,
6.7 paragraph
Addthefollowing at theendof sub-ctause
6.7:
I Healthand
Safety Thereexistssomeundefinednaturalventilationin both
directions
of Tunnelwithwindspeedrangingfrom0 to 2
t meterpersecond(peakvaluesmayexceedthisvalue).
But there existsno satisfactory
mechanicalventilation
system in the Tunnel. The Contractorshall be
I responsible
interest
underhis own obligations
thepolluted
to dissipate
and in his own
airfromthetunnelcavity
aftertheuseof tunnelbypublicvehicles.
I The Contractor shallremainresponsible
the needfor ventilation
for assessing
for iis ownworkingand provide
I 6.8 6.8
the samefor safetyandhealthfeason
paragraph
Addthefollowing at theendof sub-clause
6.8:

I Contractor's
Superintendence "Contractor's
knowledge
superintending
of English
staffshallhavea working
andUrdu;otherwisetheContractor

t shall arrange a sufficjent number of competent


interpreters
hours.
to be available
at the Siteduringall working

I A sufficientnumberof Contractor's
shallbe qualified
graduate
superintending
engineers
staff
in theirrespective
field.'
t Contractor's
6.9 paragraph
Addthefollowjng at theendof sub-clause
6.9:

I Personnel TheContractoris encouraged


asfaras practicable.
to engagelocalpersonnel

I 6.12
Measures
Againstinsects
6.12 AddnewSub-Clause
The Contractor
6.12asfollows:
shallat all timestake the necessary
I and Pest
Nuisance
precautionsto protectall staffand labouremployed
the Sitefrominsectnuisance,
reducethe dangers
rats,andotherpestsand
to healthand the generalnuisance
on

I causedbythesame(e.9.by meansof larvalcontrol/anti


larvalwork).The Contractor shall providehis staffand
labourwith suitableprophylactics for the Preventionof

I malariaandshalltakestepsto preventtheformation
stagnantpoolsof water.He shallcomplywith all the
regulationsof the local health authoritiesin these
of

respectsand shall in particulararrangeto spray


I thoroughlywith approvedinsecticides
erectedonthesite.Suchtreatment
all buildings
shallbe carriedoutat

I E&l\,,l
Worksof Lowa.iTunnelProjecl

t
I
I Say no to cofruption
ofConlracl(COPA)- Part-il

I
Section6r CondiUons 6,15

Ieasttwicea year or as instructed


by the Engineer.
The
I Contractorshallwarnhisstaffandlabourof thedangers
of bilharzia
andwildanimals.

I 6.13
Epidemics
o. tJ AddnewSub-Clause
6.13as follows:
In the eventof an outbreakof illnessof an epidemics
I nature,the Contractor
such regulations,
shallcomplywith and carryout
ordersand requirements
madeby thegovernment or thelocalmedical
as may be
or sanitary
I authoritiesfor the
overcoming thesame.
purpose of dealing with and

t 6.14
Burialof the
Dead
6.14 AddnewSub-Clause
Any employee,
6.14asfollows:
who has met a fatal accidentwhile
I engaged
deceased's
upontheWorks,shallbe provided
for burialetc.as perPakistani
facilities
allnecessary
customs
familywill be compensated as
andthe
per the

I 6.t5
provisions oi clause18.3.
AddnewSub-Clause
6.15asfollows:

t Supplyof Food
Stuffs "The Contractor
sufficient
shall arrangefor the provisionof a
pricesfor
supplyof suitablefoodat reasonable
all hisstaff,labourandsub-conlractors forthe purposes
I of or in connectionwiththecontract."
6.16 6.16 AddnewSub-Clause
6.16asfollows:
I Supplyof Water
"TheContractor practicable,
shall,so faras is reasonably
provide
havjngregardto localconditions, on the Sitean
I 6.17 6.17
adequatesupplyof drinkingand otherwateffor the use
of hisstaffandlabour."
AddnewSub-Clause 6.17as follows:
I AlcoholicLiquor
or Drugs "Contractorshallnot,otherwise
theStatutes,Ordinances
than in accordance
andGovernment
with
Regulationsor
I Ordersfor the time beingin force,import,sell,give,
barteror otherwise disposeof any alcoholic
drugsor permitor sufferanysuchimportaiion,
liquoror
sale,gifi,
I barteror disposalby the subcontractors,
labour."
agents,staffor

t 6.18
Armsand
Ammunition
6.18 AddnewSub-Clause
6.18asfollows:
"The Contractor shall not give, barteror otherwise
disposeof, to any personDr persons, any arms and
I ammunitionof any kindof
aforesaid."
permitor sufferthe sameas

t E&1,,1
Worksoi LowariTunnelPfojeci

I
t{s
I
I Say no to corflrplion

I Section5: Condilionsof Conlract

I 6.19 6.19 AddnewSub-Clause


6.19asfollowsl
Festivals&
l Religious
Customs
"TheContractor
labour,
shallin atl deatings
with his staffand
havedueregardto all recognized festivals,
daysof restandreligiousandothercustoms.,,
I 7. P L A N T , M A T E R I A L SA N D W O R K M A N S H I P
t 7.8 7.8 In paragraph (a),the word"and"appearing at the end is
Royalties deleted.In paragraph (b),thefullstop"."appearingat the
I endis replacedwithtext":and"
paragraph
Addthefollowing as (c)attheendof sub-ctause;
t "(c) any infringement
by the Contractor
authofsrightsrelatingto publishing
of patentrightsor
an any engineering
I articlesetc."

t 8.
8.3
C O M M E N C E M E N TD
8.3
, E L A Y SA N D S U S P E N S I O N
Addnewparagraph
at theendof sub-clause
8.3:
I Programme
Submitted Within30 daysof the Commencement
shallalso submitto the Employef
Date,the Contractor
with a copy to the

I Engineer,
throughout
Employer
suitable
monthlyestimateof fundrequirements
the durationof the Works to enablethe
to arrangerequisite
funds.

I In caseof Contractor'sfailureto submitthe programme with


stipulateddetailswithintwentyeight (28) days after the
stipulatedCommencement Date,an amount of Rs.50,000/-
I perdayor equivalent
deducted
amountin applicable
fromany moneydueto the Contractor
currencywillbe
reckoning
fromthe dateof expiryof twentyeight(28)daystime ljmit
I tillthesubmission
Notwithstanding
of Programme.
the aforesaid,in any casethe Contractor
I shallsubmita revjsed/ updatedprogramme
basisio the Engineer,
on quarterly
as well as a revised/ updated
suitablemonthlyestimateof fund requirements to the
t Employerwitha copyto theEngineer.
Further requirementsregarding Contractor'stime

I pfogrammeareprovided
in Employeis
Requirements.

t E&MWorksot LowariTunnel
Projeci

I
I
t Saynoio corruption

I Soction6: CondiiionsofConttacl(COPA)- Parlll 6-17

t 8.7
Delay
Damages
8.7 paraaftersecondparaof thissub-clause:
Addthefollowing

The DelayDamagesshall be0.05%of the Accepted


ContractPriceperdaysubjectto a maximum
of 10%of the
I AcceptedContractPrice.
Additionally,
if the Contractor
fails to completethe works
I within the stipulatediapprovedextended time of
Completion,the cost of any externalentity/consultant
engagedbeyondstipulated/approved extendedtime of
t completionas Monitoring, Inspection,Testing,
Maintenance, Measurement & Payment
be fullybornebythecontractor
Certification,
would
including additional
costfor
I 8.13 8.13
lvlaintenance
Addnewclause
of Facilities
fortheEngineer.
8.13asfollows:-
I InterimDelay
Damagea The Engineershall review,assessand evaluatethe
progressof work initially after three (3) months of

t commencement of worksfollowedby sameexerciseafter


every two (2) months successivelyin relationto the
activities
of Programmeof Work.

I lf the Contractor's
Programme
performance is not as per the said
of Work,theContractor shallalsobe liabl-.for

I lnterimDelayDamages at therateof 0.05%perdayof the


valueof work beingthe differencebetweenthe valueof
work stipulatedto be performedon the dateof evaluation
as per the latestapprovedProgramme of Work and the
I actualvalueof workperformed
InterimDelayDamages
on the samedate. The
shallbe applicable on thevalueof
work being the differencebetweenthe value of work
I to be performed
stipulated on the dateof evaluation
the latestapprovedProgrammeof Work and the actual
as per
value of work performedon the same date. The tjme
I durationfor applicability
workand the stipulated
of InterimDelayDamages \\/illbe
differencebetweenthe date of evaluationof progressof
dateon whichthe instantvalueof
I Work was stipulatedto be performedas per approved
Programme.
theInterim
Theformula
DelayDamages
to be appliedfor the calculating
shallbe:
I IDD:(A-B)(1-T2)x o.o5%

I Where:
"lDD"istheamount of lnterimDelayDamages;
"A"js Stipulated
I Programme
valueof workto be executedas perWork
on DaieT1;
"8" is valueof actualworkexecuted bVthe Contractor
on

I E&[/]WoRsof LowarlTunnelProlecl

I
I
Saynoto corruption

I Section5: ConditionsofConlracl(COPA)- Pad-ll 6,18

DateT1i
I "T'1"is Dateof Evaluation
and
of Progress
of Woft;
'T2" is Stipulated
Dateon whichValueof Workshouldhave
I executed as perWorkProgramme.
The amountof InterimDelayDamagesmaybe refundedif
I the progressis foundto matchthe activities
Program during thesubsequentrevjew(s).
of abovesaid

t The amountof InterimDelayDamages


Employerfrom Contractor's
into consideration
deducted by the
due payment,shallbe taken
while determiningthe Contracior's
I liability
undersub-clause
8.7of Conditions
of Contract.
lf the work is observedto be behind the aoproved
I Programme of Work in three (3) consecutive
wouldconstitute
defaultof the Contractor
intervals,it
andthe Employer
may tnvokesub-clause15.2of Cond,tions of Contractfor
t termination
of contract
Performance
and/ortakinganyotheractionunder
the provisionsof contractincludingencashmentof
Guarantee.

I Thetransactions
be interest
free.
in respect
of Interim
DelayDamages
shall

I 8.14
Bonus
8.14 Addnewclause
8.14asfollows:-
TheContractor shallbe paida Bonuscalculatedat therate
I @ 0.025% perday of the
day that the Completion
accepted
Contract Pricefor each
is earlierthan the Time for
Completion subjectto a maximumBonusof 5% of the
I AcceDtedContractPrice.

t 9.
9.1
TESTSON C O M P L E T I O N
9.'1 Deletethe thirdparagraph(startingwith "UnlessotheMise
I Contractor's
Obligations
stated...")as wel!as
replacement
paras
as follows:
(a),(b) and (c) and add as

I The Testson Completion


sequenceand as
Requirements
per the
shall get carriedout in the
provisions
/ Specifications.
statedin Employer's

I 1 0 . E M P L O Y E R ' ST A K I N G O V E R

I 10.1
TakingOver of
10.1 paraaftersecondparaofthissub-clause:
Addthefollowing

I Wofts oi Lowar TunnelProlecl

I
Sayno lo coruptjon

I Section 6r CondiiionsofContract(COPA)- Fad,tl 6J9

t the Worksand
Sections
"Within14 daysthedateof receiptof Contractor's
issuance of TakingOverCertificate,
noticefor
the Employer
constitutea committeecomprisingthe representatives
shall
of
the Employerandlorany otherentityand fhe Confractor.
I The Committee shallconductwithin42 daysa detailed
inspectionof the Workscompletedby the Contractorto
ascenainthe completion or the extantof completion to
I decide about the issuanceof the Certificate.Prior
issuanceof Taking Over Certificateby the Employer,
Substantial Completion wi be issuedby the
to
Certificate
I Engineer on thesubstantial completion of thework,which
may be occupiedby the Employerfor use,withthe Punch
Listof remaining workswithdeficienciesandminorbalance
I works.Afterattending the PunchListby the Contractor
Taking Over Certificatewill be issued. The date of
SubstantialCompletionshall be consideredas the
the

l contractualdate of completionfor the purposeof Delay


Damages.However, the DefectNotification Periodshall
commencefrom the Date of lssuanceof TakingOver

I Certificateafter completionof minor balanceworks and


rectification
of defectsof Punch List. The issuanceof
TakingOverCertificate shallconstituteFinalCompletion
Certificate Employer.
I bythe
TheContractor shouldalsodeliverdulycompleted As-Built
Drawingsat thetimeof requestfor issuanceof TakingOver
I Certificate
(TOC).The As-builtdrawings for eachmajor
componenvelementhaving independent and/or
interdependentor intercross-connectedfunction,shallbe
I prepafedat its completionand shall be submittedafter
signature,stamp and due counter certificationby the
Engineer.TheseDrawings shallbe howeververifiedbythe
I Engineerbefore
deliverable
acceptance andthenconsidered
beforeTOCis issued.
as a valid

t Deletethefirstlineof the3dparaandreplaceasfollows:
"Afterthe certification
by the Committee,the Engineer
shall, within 28 days after receivingthe Contractor,s
I application:"

"11. DEFEGTS LIABILITY


I 11.3 11.3 Followingtext is included at the beginningof first
Extensionof paragraph:
I Defects
Notification "The provisionsof this Sub-Clauseshall apply to all
Period PermanentWorks carriedout by the Contractorto femedy
I defectsand damagesas if the PermanentWorks had been
takeDoveron the datethey were completed."

I
Saynoio corruption

I Sectlon
6: Condlons (COPA)-Pan-tl
ofConiraci 6-20

I The followingtext is addedat the end of last sentenceof


thefirstparagraph:

I "fromthedateof theTakingOverCertificate',
11.9 11.5 Addthefollowlng
parabefore
thefirstpara:
I Performance
Certificate "Thedefectnotification periodshallbe 3 years.Three(3)
monthsbeforethe completionof the Defectsnotification
t Period the Employer shall constitute a committee
comprisingof representatives
and the Contractor.
of the Employer,Consultant
The Committeeshall conduct a
I detailed inspection of the Works to ascertainthe
issuance of PerformanceCertificate.The Committee
formedshallcomplete its assignment withintwentyeight
I (28)daysof the formationof the Committee,
the Performance Certificate
failingwhich,
shallbe deemedto havebeen
issuedon the twentyeighth(28')dayfromthe formationof
I 12, TESTAFTERCOMPLETION
theCommittee.

I 12.1
Procedure for
12.'l Deletethe first line of the sub-clauseand replaceas
follows:
Testsafter
I Completion ThejnspectionandtestsafterCompletion
with the Technical
Specification,
shallbe in line
ManufacturefsManual,

I Contractor's
Proposal
theEmployer's
dulyapproved
requjrements."
by the Engineerand

t 13, VARIATIONS AND ADJUSTMENTS


Delete
thesub-clause
12.1h\.

I 13.1
Right to Vary
13.1 Lastsentence
Variation
of l"rparagraph of sub-clause 13.1from?
shallnotcompise...... orf by ofrers." is deleted.
paragraphs
Addthefollowing at theendof sub-clause:
Notwithstanding containedherein and subject to the
determination of the Engineer,the cumulative limitof cost
of all Variations given
dueto instructions by the Engineer
forvariedwork,underthe Contract shallnotbe morethan
I +25%of theAcceptedContractAmountstatedin the Letter
of Acceptance. Any instructionfor Variationmay be issued
withthespecificapproval of theEmployer.
I The item(s)of work may be deletedor added at the

t E&MWolksof LowariTunnel Project


Saynoto corruptron
Section6: Condiiionsof Contraci COPA)-Parul
I
convenience The quantities
of the Employer. of item(s)may
I be variedas per underthe Contract
the applicability
thatthenetfinancial
Drovided effectshallnotbe morethan
as specifiedabove without affectingthe Unit Rate of
t itemof work.
aoDlicable

13.5 The percentage overheadcharges,profit


of Contractor's
I Provisional
Sum
(ii) andtaxesshallbe 10%.

I 13.8
Adjustment
for Changesin
13.8 Existing
withthefollowing:-
deletedandreplaced
(Part-ll)
of Contract
clause13.8of Conditions is

I Cost The ContractPriceis fixedand shall not be adiustedfor


Goodsandotherjnputsto
risesor fallsin thecostof labour,
theWorks.
I 1 4 . C O N T R A C TP R I C EA N D P A Y M E N T

14.2 14.2 Clause14.2is deletedin its entiretyand substituted


with
Advance thefollowjng:-
Paymont
TheEmployer by theContractor
if requested shallmakean
advancepaymentas an interest-free refundableloan,when
theContractor submit a bankguarantee in accordance with
be up to
I this Sub-Clause.
10%of the Contract
Guarantee
The AdvancePayments shall
Priceagainstthe unconditional
issuedby Scheduled
Bank
Bankin PakisianBank
or froma foreignBankcounter
I acceptable
guaranteed
Employer.
to theEmployer
by localscheduled
TheAdvance Payment
Bankacceptable
shallbe paid
to the
in two (2)
instalmentsof 50% each subject to the tulfilmentof
I as prescribed
conditions
thissub-clause.
in the subsequent paragraphs of

I UnlessanduntiltheEmployer
thetotaladvancepayment
is
receives
not
thisguarantee,
stated
shallnotapply.
thisSub-Clause
in the
or if
Appendax
to
Tender,
I TheEngineer shallissuean lnterimPayment for
Certificate
the first instalmentof 50% after receivjnga Statement
t (underSub-Clause14.3lApplication
Cetificatesl)
for lnterin Payment
of followingconditionsr-
andafterfulfilment
(i) ContractAgreement has beensignedby the parties/
of the
execution Formof Agreement;
(ii) the Employefreceivesthe Performance Securityin
accordancewith Sub-Clause 4.2 lPerformance
I and
SecurlfYl;
(iii) Contractorhas submitted the prescribedBank

E&[,4 Projecl
Worksol LowariTunnel

I
Saynoto coruption

t Section6: Conditions - pantl


ofConlracl(COPA) 6-22

Guaranteeof fullamountof the advance payment by


an unconditional,irrevocable, non-recourse bank
guarantee.This guaranteeshall be in the form
annexed
to the Particular
Conditionsof in anotherform
I approved
bytheEmployer.

I 15tInstalment
the Contractor
(50%of advance
in the proportion
payment) shallbe madeto
of currencies as stipulated
in the Contractsubjectto the fulfilmentof the conditions(i)
I to (iii)above

TheContractor shallensurethattheguarantee is validand


enforceable untjlthe advancepaymenthas beenrepaid,
but its amountmay be progressively reducedby the
amount repaid by the Contractoras indicatedin the
PaymentCertificate. lf the termsof the guaranteespecify
its expirydate,and the advancepaymenthas not been
repaidby the date 28 days prior to the expirydate,the
Contractor shallextendthe validityof the guarantee until
theadvance payment hasbeenrepaid.

The Contractor shall quaftfyfor the 2nd Instalment


(remaining 50%of advancepayment)uponthe certification
I of the Engineerto the effectthat Contractor's
of its staff & other necessaryparaphernalia
mobilization
to start the
physicalwork and the establishment
I facilities
at Sitearecomplete.
of Contractor's

I Thisadvance shallbe recovered in equalinstalment.


first
instalmentat the expiryof third monthafterthe date of
paymentof 1"'partof advance andthe lastinstalment
two
I monthsbeforethedateof completion of thework.

lf the advancepaymenthas not beenrepaidpriorto the


issueoi theTaking-Over for theWorksor priorto
Certificate

E&[4WorksofLowa.iTufnel Pro]ect
I
Saynoto corruplion

I S € c t i o n6 : C o n d r l o nosf C o n k a c tCOPA)- Padll 6,23

terminationunderClause'15[Termination
I Clause16 lsusperslor]and Termination
by Employer],
by Contractor]
Clause19 lForceMajeurel(asthe casemaybe),thewhote
or
of the balancethenoutstanding
shallimmediately
I dueandpayableby theContractor
become
to the Employer.
The Employershall be empoweredto encashthe
I guarantee
in wholeor in part(s)if the Contractor
therepayment(s)
foranyreason(s).
defaultsin

I 't4.3 at theendof firstparagraph:-


Addfollowing
Application
I for Interim
Payment
Certificates
"The ProgressReportshall includethe statusof work,
supply, erection,inspectionand testing results as a
precondition payment.
foranyinterim
I The text of secondparagraphand sub-paragraph
replacedwiththefollowing:
(a)are

I "TheStatement shallincludeinteralia the followingitems,


as per the Payment
as applicable Schedule givenin this

I Document,
sequence
which shall be taken into accountin the
listed.
(a) (i) the estimated contractvalueof the Worksexecuted
I up to theendof themonthin questjon,
dulyapproved bytheEngineer.
fortheworks
(ii) the actualvaluecertifiedfor paymentfor the Works
t executed up totheendof theprevious month;
( i i D the estimatedconiractvalue of the Worksfor the
monthin question, oblainedby deducting(ii)trom(i)
I abovei
(iv) theequivalent of theamount setforthin sub-para {ii),
expressedin the variouscurrenciesin which the
I Contract Priceis payable,andcalculated by applying
the exchangerates and proportionsof various
currenciesas set forth in the ContractDocument
I respectively,
to theamountsetforthin sub-para
Thevalueof anyvariations
the monthin question,
(iii);
executedup to theendof
lessthe amountcertified in
I the previousInterimPaymentCertificate, expressed
in the felevantamountsof foreionand local
cuffenciesl

I (vi) amountsapprovedin respectof Daywork(if any)


executed upto theendof themonthin question,
the amountfor Daywork(if any) ceriifiedin the
less
previous
I InterimPayment Certificate,
indicating
amountsof foreign and local currenciesas
determined fromtheDaywork Schedulet"
the

E8[I Worksof Lowar Tunne Pro]eci

I
I
I
Saynoto corruption

I Section6: CondinonsofConlracl(COPA)- Pad,1l 6-24

I Thetextof sub-paragraph
under:
(b) is deletedand replaced
as

I "anyamountto be addedand deducted


legislation
in accordance
for changesin
'13.7
withSub-Clause Adjustment
forChanges in Legislation;"
I (c),the percentage
In sub-paragraph of retention
shallbe
fivepercent
(5%).
t Thetextof sub-paragraph
(f) is deletedandsubstituted
with
words"NotUsed".
I
14.4 14.4 Deletethefirstparaandreplaceas follows:
I Scheduleof
Payments
Contractorshall submit non-binding estimatesof the
I payments
quarterly
whichhe expectsto becomedue duringeach
period,
Thefirstestimate
42 daysafterthe Commencement
shallbesubmitted within
Date.Revisedestimates
I shallbe submltted
OverCertificate
at quartey intervals,
untilthe Taking-
hasbeenissuedfortheWorks.

t 14.5
Plantand
Materials
14.5 (d)at theendasfollows:
Addsub-para
"Allcustomduties,incometax,generalsalestax,charges

I lntendedfor
the Works
on importation
Law'l
of equipment
as per applicable
Contractor
etc. are payableby the
customrules,regulation
and
'. !.

I 14.6 14.6 Inthefirstparagraph,


thefollowing
textis addedat theend:
lnterim
I Payment "All.ppyments
pursuant
shallbe subjecito thededuction,
to Sub-Clause 8.7 [DelayDamages]
otherthan
of General
Conditions,
of anysumswhichmayhavebecome dueand
I payablebytheContractor to theEmployer."
. Addpara(c)at theendof clause14.6asfollowsr-
t Afterdue actualization
and rationalization
for deductionof
Interim Delays Damages pursuantto clause 8.13 of
I 14.7
Conditionsof Contract.

DeleteSub-Clause'14.7
andreplaceas follows:

I Timingof
Payment shallpayto theContra
"TheEmployer

I E8[,lWorls of Lowai Tunfe Pro]ect

t
t
I Saynoto corruption

I Section6: CondilionsofCont|acl(COPA), Partll 6-25

t (a) The amount due to the Contractor under any


Interimor FinalPayment Certificateissued by the
Engineerpursuant to thisClause,or to anyotherof the
Contract,shall,subjectto Clause8.7, be paid by the
I Employer to the Contractoras follows:
(i) In the case of InterimPaymentCertificates, within
I 42 days allet the verificationand certificationof
Contractor'sl\4onthlyStatement.The period of 42
days will be reckonedafter the deliveryof verjfied

I and certifiedInterimPaymentCertificateto the


concernedSectionof Employer'sotfice.
(ii) In the case of the Final PaymentCertificate,
to Sub-Clause'14.11
I pursuant within84 daysafter
the Final Statementand written dischargehave
been submittedto the Engineer for certificaiion.

I 14.8
Delayed
14.8 DeleteSub'Clause
14.8andreplacewiththe following:

Payment to makepayment
In the eventof the failureof the Employer
I within .the times stated in sub-clause 14.7 hereof, the
Employer shall pay to the Contractor jnterest on the
aDolicable currencies as follows:
t (a) localcurrency
component: 4% perannum
(b)foreigncurrencycomponent:170per annum
I 14.13
lssueof Final
14.13 DeleteSub-Clause
14.'13
and replaceas follows:

I Payment
Certificate
"Within 56 days after receivingthe Final Statementand
writiendischargein accordancewith Sub-Clause14.11
for FinalPaymentCertificateland Sub-Clause
lApplication
I 14.12 [Discharge],the Engineer shall issue, to the
Employer,the FinalPaymentcertificate whichshall state
the amountwhichis flnallydue,lessall amountspreviously

I paid by the Employerand any deductions


with Sub-Clause 2.5 IEmployer's
8.7 [DelayDamages]."
in accordance
Claimsland sub-clause

I '14.'15
Currencies
of
14.15 Deletesub-para(e) of Sub-Clause14.15and replaceas
follows:
Payment
(e)
' The rate of exchangefor currencyconversion shall
,beTT & OD sellingrates publishedor authorizedby
{he StateBankof Pakjstan pfevailing
on the 28 days
I pdorto thedeadline for submissionof bids.

14.'16 14.16 Add newSub-Clause


14.16
I LocalTaxation
As perApplicable
L?wsof lslamicRepublic
of Pakistan.

I E&[4Worksof LowariTunnelPro]ecl

I
I
Sayno io corruption

I Section 6: CondlionsoiContract(COPA)- Padtl 6-26

I 't4.17
IncomeTaxes
14.17 AddnewSub-Clause
14.17:-
on As perApplicable
Lawsof lslamic
Republic
of Pakistan
I Contractor's
Staff

I 15. TERMINATIONBY EMPLOYER

Thewords"Teminate"
and"Termination"
wherever appearing
in Clause15are
I substituted
bythewords"Expel"
and"Expulsion'
respectively.
15.2 15.2 Insertfollowing
as paragraph
(g)afterparagraph
t Termination
by Employer
(f):-
(g) lf the progressof workswithrespectto the Programme
of Works is observedto be behindthe approved
I program of workspursuant
(3)consecutive months.
to SubClause8.7forthree

I Theslnlastparagraph
is substituted
withthefotlowing:-
"ln any of theseeventsor circumstances, the Employer,
may,upongiving'14days'noticeto the Contractor,
I upon the site, and expel the Contractorfrom the Site.
However, in caseof sub-paragraph
enter
(e)or (0, the Employer
I may by noticeexpelthe Contractor
expulsion of theConlractor
the Contract',or releasing
immediately.The
shallbewithout
the Contractor
thereby voiding
fromany of jts
I obligations or liabilitjes
undertheConhact, or affecting
rights and powersconferredon the Employerby the
Contract, and Employer mayhimselfcompletetheworksor
the

may employany otherContractor


I The Employer
completion
to completethe Works.
or suchotherContractor
so muchof the Contractor's
mayusefor such
Equipment, Plant,
Temporary Works,andmaterials, whichhavebeendeemed
I to be reservedexclusively
underthe provisions
for the executionof the Works,
of the Contract, as he or theymay
thinkproper, andtheEmployer may,at anytime,sellanyof
I the said Contractor's
unusedPlantand materials
Equipment, Temporary
and supplythe
Worksand
proceedsof
salein or towards thesatisfactionof anysumsdueor which
I may becomedue to him fromthe Contractor
Contract."
underthe

t In fourth line of last paragraphafter the words "to the


Employer"
equipment
add "anddueto its sub-contractors,
& matefial,staffandlabour.
supplier of

I The lastparagraph
of sub-clause
15.2is substituted
with

I E&l\4
Woi{sof LowarTunnel

I
I
t Saynoto corruption

I ofContracl(COPA)- Parltl
Sectlon6: Conditions 6-27

thefollowing:-
I The Contractor'sequjpmentand temporary worksmay be
usedforcompletion of balance worksandshallbe returned
I to the Contractor
afterthe completionof work. However,
the Contractorfails to make a paymentdue to the
if
Employer,theseitems may be sold by the Employerin
I order to recoverthis payment. Any balanceof the
proceeds shallthenbe paidto theContractor.

I
I
I 16. SUSPENSION
't6.2
AND TERMINATION
BY CONTRACTOR
16.2 Replacetheword"lmmediately" at theendof thethirdline
I Termination
by Contractor
fromthe lastwiththefollowing:
"without
incurring
anyfurther
financial
liabilily."
I 18. INSURANCE

I 18.1
Sourceof
Insurance
18.1 Addnewparagraph
TheContractor
at endof Sub-Clause
is required
18.1
to placeall insurancerelating
to
I (theinsurance
the Contract referredto in Clauses18.2,
18.3and18.4)withanyof theinsurers
as jointlyinsured
of the Employer,
on theapproved
in the manner
ljst
statedin
I General Conditions.
The Contractorshall within 28 days from the Date of

I Commencement submit to theotherparty.


a) Evidencethat the insurancedescribedin this Clause
l8 havebeeneffectedand
I b) Copiesof the policies of insurance describedin sub-
clause18.2,'18.3& 18.4.The contractor shallbe
I obliged to placeall insurances
(including,butnotlimited
to thecontract
relating
to, theinsurancesreferredto
in Clauses18.1, 18.2,18.3, '18.4)with Insurance
I Companyhavingat leastAA ratingfrom PACRAJJCR
in favourof the Employer validfor a period28 days
aftertheexpiryof DefectsNotification Period.
I Costsof suchinsurances
shallbe bornebVthecontractor.

I E&lvlWoins
of LowadTunnelProjecl

t
I
Saynoto corruplion

I Section6i Condiiionsof Conlraci

I 18.2
Insurancefor
18.2(d) lvlaximumamountof deductibles for lnsuranceof the
Employer'sRisks is 1% (one percent)of the Accepted
Worksand Contract
Amount.
I Contractor's
Equipment newparaat theendof Sub-Clause
Addfollowing 18.2
In additionto the contentsof the sub-clause
18.2,the
following
shallalsoapply;
a) The Employerand the Contractor againstloss or
damageas providedin thedetailsof insurance
annexed
to theseConditions fromthe firstworkingday afterthe
I Commencement untilthe dateof issueof the relevant
TakingOverCertificate
part
in respectof the Worksor any
sectionor a thereofasthecasemaybe;and
I b) TheContractor
forhisliability

I (i) Duringthe DefectNotificationPeriodfor loss or


damagearisingfroma causeoccurring
commencement of DefectsNotification
priorto the
Period.
I (ii) 9aused by the Contractorin the course of any
carriedout by him for the purposeof
operations
complying with his obligationunder Defects
I Period.
Notification
c) lt shallbe the responsibility
of the Conhactorto notify
theinsurance company of anychangein thenatureand
extentof the Worksand to ensurethe adequacyof the
insqrance coverageat all timesdufingthe periodof the
Contract.
18.3 18.3 amountof thirdpartyinsurance
lvlinim0m is Rs. 1,000,000
I tnsurance
againstInjury
peroccurrence.
Number unlimited.
of occurrence
to Persons
I and Damage
to Property

20. CLAIMS,DISPUTES
AND ARBITRATION
20.2 20.2 one(1)members.
TheDABshallcomprise
Appointment
ot Dispute
Adjudication
I Board(DAB)

I E&lUWorksof LowariTunnel
Project

I
Saynoto corruption
Section 6: CondiiionsofConlract(COPA)- Pari-ll 6-29

I 20.3
Failureto
AgreeDispute
20.3 Therelevant
entityshallbe;

"TheChairman,
Adiudication Pakistan
Engineering
Council,
I Board lslamabad".

I 20.6
Arbitration
20.6 Sub-paras (a) and (b)ofsub-Clause
withfollowing
substituted text:
20.6are deletedand

I "(a)All disputesarisingout of or in connectionwiththe


Contractshall be finallysettledby arbitration. The
arbitration
shallbe carriedout in accordancewiththe
rulesandprovisions ofArbitration Act 1940of lslamic
Republic of Pakistan.

I TheLawGoverning The Law of the lslamic


the Contract:
Republic
of Pakistan

I Thenumber One(1)
of Arbitrators:
ThePlaceof Arbitration:
lslamabad."

I (c)of.sub-Clause
Sub-para as (b)
20.6is renumbered

Lastparagraph 20.6is deleted


of sub-clause andreplaced
I withthefollowing:-
"Notwithstandingaboveprovisions the party/parties
(the
I Employer andthe Contractor)
shallcommence arbitration
no laterthan ninety(90)daysafterissuanceof noticeof
dissatisfactionpursuantto clause 20.4 of General
Conditions of Contract.
The arbihatorsproposedby the parties should be
technically qualifiedprofessionals.Eitherparty mlay
proposethe list of name(s)for appointment of ,ole
arbitrator.In case of no agreementregardingIne
appointment of solearbitrator, shallbe
the solearbitrator
appointedby PECon a requestby either party.

E&[I WorLsof Lowai TunnelProject


sEcTtoN-7
EMPLOYER'SREQUIREMENTS
I
Say no to corflption

I Section-7:EmployersRequiremenls 7,1

I ABBREVIATIONS

I
I Conditions
of Contract

E&M Electrical
andMechanical
I FIDIC Fed6ration
International
desIngenieurs-Conse;ls
I LTP LowariTunnelProject

I MRT Modified
RoadTunnel(original
LowariTunnel,
8.5km)

NAR NorthAccessRoad
I NART NorthAccessRoadTunnel
(1.9km)
I NPF NorthPlatform

I SAR SouthAccessRoad

I SPF

TSN
SouthPlatform

TollStationNorth
I TSS TollStationSouth

I
I
I
I
I
I E&l\,,|Works
of Lowa TunnelProject

I
I
I Saynoto corruption

I Section-7 EmployersBequrernenle 7,2

I GENERAL

I 2,'l Introduction

t The Lowari Tunnel Project is part of NationalHighway N-45 and extends from the
outskirtsof Dir in the southvia LowariTunnelovef in totalabout47 km up to Drosh,
distfictChitral,KhyberPakhtunkhwa Province(overview
mapsee nextpage).The main
part of the projectis therebythe 8.5 km LowariTunnelwhichunderpassesLowariTop.
I Duringwinterseasonthe roadoverLowariTop is closedfromusuallyat leastmid-
I December till mid-April
dueto heavysnowfallandavalanches,
therebycuttingoff the
I drstrict
of Chitralfromtherestof Pakistan
The historyof LowariTunnelProjectextendsbackto the mid-5oies of ihe last century
I whenatiemptsweremadeto startthe project.In theearly70iesexcavation of first600m
fromsouthportalof LowariTunnelgotstartedbutthe projecthadto getabandoned due
to lackof funds.
I In the early 2000'sthe Government of Pakistandecidedto (re-) launchthe Lowari
Tunnel Projectafterabouthalfa century theproject
of having underdiscussion including
I variousattemptsof previous
on 14thofJanuary,
administrations.
2009.Saidconstruction
Breaklhroughof LowariTunnel tookplace
worksarebyendof 2016stillongoing.

I Duringbi- and trilatefal


meetingswiihTajikistanand Afghanistan,
heldin Dushanbe
from 28th to 30th of July,2009,approvalin principalhas beengivenregarding

t development
Afghanistan
of roadfromChitral
(82km+1
/ CAR(Central
to Tajikistan
18km).Roadconnection
volumeon N45andthrough Lowari
AsianRepubtics)
to CARwill leadto increase
Tunnelincludingincreasednumber
through
of traffic
of heavytfucks

t andhailers.
adequate
Forthisnewscenariothepreviously
system,neithercapacity-wise,
designedrailsystem
norcfoss-sectional-wise.
wasno morean

ThereuponMoC/GoPdecidedto approvel/lodification from RailTunnelto One-Way


I RoadTunnelwithEmergency Lanebywidening
got
2.5to 3m.Theroadsystem designed
profile
theexisting approximately
so as to copewithincreased
up to
trafficvolume

I andexpected
emergency
trafficcomposition,
lane.Approval
Communicationsin February,
2010.
therebyaccommodating
in principal
3.5mdrivinglaneand 2m
hasbeengivenbythelvlinistry
for[/odification of

I In late2012theMinister of Communications
decidedto further
so thatthe conceptof 3.5mdrivinglandand2m emergency
widentheLowari
Tunnel
lanegetsextendedto two

t 3.5mlanes;this underthe condition


tunnel withemergency lane.
thatthe tunnelgetsoperated as oneway road

t
I E&n4Wod.sor Lowar TunnelPrcJect

I
I
I Saynoto corruplion

I Sectlon-7:EmplovelsRequirements 7-3

t ProjectOverview

I An overviewmapshowingthe locationof theLowariTunnelProjectis givenbelow.

I
t
t
I

I
I
I Locationof LTP

I The Projectas beingsubjectto presentContraciconsistspresentlyof 1.5 km South


AccessRoad(includingSouthPlatform), RoadTunnel(NIRT)
8.5km lvlodified and4.5

I km NorthAccessRoad(including
rcadconnection
km.
between
1.9km NorthAccessRoadTunnel
NARTand MRTvia NorthPlatform).
(NART) aswellas
i.e.in totalabout'14.0

I Thedistancebetweensouth& northportalof LowariTunnel


22 km (11.5km at southand 10.5km at north).This
overLowaripassis approx.
roadis characterizedby sharphair
I pin bends(especially

accommodate
on northsideof LowariTop),an average
12% (paftiallyexceeding)and a roadwidthwhichis at many
twolanesfor overtaking
or crossing.
maximum
places
As a guideline
gradient
of
not enoughto
valueit takesabout3
I hoursfor loadedvehicles
to maneuveroversaid22 kmfromonesideto theother.
fromDirto SouthAccessRoad(about16.6km) and from NorthAccess
The stretches

I Roadto Drosh(about16.1km) are coveredunderseparate


stretches
aresubjectto frequentconstruction
/ maintenance
works.
packages.
contract Said

I LowariTunnelProjecl

I
I
I
Saynoto corruption

I Section-7:Empl 7,4

I 2.3 SiteConditions

t ProjectLayout:

I
I
I +. t

I
I :,:Il(tl,
\
I Byendof 2016construction worksas commenced in 2005arestillongoing.
Drawings
I showingthe plannedfinalizedsituationof thesecivilworksare provided
Thestatusof progressbyendof 2016is givenbelow:-
in VolumelV.

t ModifiedRoad Tunnel (MRT,original Lowari Tunnel)

I 1. LiningConcrete565blockscompleted

2. CeilingSlab424 completed
outof 669 Blocks

outof 540ceilingslabs

I 3. Cabletrench511 Blockscompleted
out of 1416Blocks(Bothsides)

4. MainDrainjust startedand26mdrainpipelayingcompleted.
I NorthAccessRoadTunnel(NART)

I '1. Pavement
QualityConcrete
in about1.2km outof 1.86km is comptete.

2. WaterBoundMacadamandCableTrenchin about1.5km outof 2 km is complete.


I Baradam
Bridge{8r,4)

I 1. BridgeDeckis complete.

2. Work of approachslabsin pfogress.

I
I
t
I
Say no lo corruption

I Section-7 Ernpoyeis Requrernehts 7_5

I NorthAccessRoad(NAR)2,071km(fromnorthportalof NARTto Baradam)


1. Granular sub-base andleanconcrete
I 2 . G S B= ' 1 . 1 2k0m
in a lengthof I kmoutof 2 km arecomplete.

I 3. Retaining
wallsandsub-grade
in remaining arejn progress.
1 km length
BridgeNo.3
t '1. Bridgeabutmentsare
completeand worksof deck slab is in pfogress.

I RoadbetweenTwo Bridges(8r,2&3)

1. Demolition
of existing
buildings is in progress.
on roadalignment

T 2. Excavation
for retaining are in progress.
wallsand sub-grade

BridgeNo. 2
I 1. Pileworkfor bothsideabutments
completed.

I Worksof bridgeabutmentare in pfogress.


2. Structure

BridgeNo, 1
I 1. Approachslabsare in progress

I SouthAccessRoad

1. Roadis at granular leveland portionof '1.362


sub-base km out of 1.5 km

I completed.

I As perstatusof endof 2016it is expected


ongoing project
construction get
thatsaidcivilworksof thecurrently
will completed in mid-to late2017.However,
still
it maynot

I be overruled
thattheseworkslastlongeron various
be someoverlapbet\/eentheconstruction
(subjectE&M-Works, Contractor.
places
contractor
oftheProject,
(M/sSAMBU(JV))andthe
Theextentof suchpossjble
i.e.theremay

overlapis notknownas
I yet.

2.4 TunnelData
General
I iVIRT:

I Tunneltype:
Single
tubetunnel
8.51km(mined
Tunnellength: portallengths
section, notincluded)
I E&MWo,ls of LowariTunnelP,olecl

I
I
trI Section-7:
Employe/s
Requirements
Saynoto corruption
7-6

I AverageGradient: <2o/o

I No.of lanes: 1 lanefortraffic,1 emergency


lane
Nameof portals: NorthPortal,SouthPortal
I Altitudeof northportal: approx.
2.270m a.S.L.

I Altitudeof southportal:
Service
Buildings
SouthPortal:
approx.2.405
m a.S.L.

I .
.
Ventilation
DGBuilding
Building
including
dieseltank
. TrafficControlCentre
I . PumpRoom&WaterTank
Service
Buildings
NorthPortal:
I . Building
Ventilation

I Electrical
Sub-Stations
.
(ESS):
ESS01 in tunnelkm2.212,00
I .
.
ESS02 in tunnelkm4.894,00
ESS03 intunnelkm6.298,00

t NART:

Tunneltype: Single
tubetunnel

I Tunnellength:
included)
1.86 km (mined section,po(al lengthsnot

I AverageGradient:

No.of lanes:
6Io 7 ok
2 lanefortraffic(onlyfor uphilltraffic)
I Nameof portals: Northportal,southportal
Altitudeof northportal; approx.
2.105m
I Altitudeof southportal: a p p r o x . 2 . 2m
30

I Electfical (ESS):
Sub-Stations

. ESS0l at southportal
I .
.
ESS02 in tunnelkm 1.314,00
EN-N at northportal

I E&l\4
Work6of Lowa TunnelP

t
I
I
Say no 10corruplion

I Section-7:
EmploJe/s
Requirements 7_7

I 2.5 Meteorological
Conditions

I Availability
of long-termmeteorological
respectively.
However,
data for the tunnelarea is scarceand those
recordswhichexistrelateto Dir and Droshsituatedabout20 km awayfromthe South
andNorthPortals, thealtitudes of themeteorological
stations
at
approx.'1,375m)
I Dir(elevation and Drosh(elevation
lowerthanthoseof the SouthPortal(elevation
(elevation
approx.2,270m) andtheLowari Pass
approx.1,46Sm)
(elevation
areconsiderably
approx.2,405m),the Northportal
approx.3,200m).
I Therefore,
theweatherextTemes
thanthoserecorded
can be expectedfo be moreseverein the:;unne{
forDirandDrosh.
area

Duringtunnelconstruciion
regular
weatherrecords
weretakenwhicharesummanzed
nereunoer:

I Temperature
Insummer average
temperatures
rangebetweenmin.10to 15"C andmax.30to 35"C.
min.-10to 0 "C and max.5 io 15 .C.
I In winteraverage
Duringpeak
lemperatures
periods
rangebetween
thesemin/maxvaluesmaygetexceed.
Rain
Heavyrainfall to takeplaceduringmonsoon
is expected seasonbutmayoccuranytime
overtheyearwithoccasionalflashfloodsanddebrisandmudflow.Duringsuchtimes
I accessroadsandroadswithinthe projectareamaynotbe passable.
Nalasandotherstream-offs areespeciallyendangered as a localheavyrajnfallevent
I maytakeplacein somedistance
of thewaterlevelin theproject
upside
thevalleyandsubsequenfly
area.TheZiaratarea(between
astheareaat southportalof MRTareespecially
leadto sudden
thetwotunnels)
to be mentioned
rise
aswell
in thisregard,
though
I theaccess-andotherroadsmaybe affectedas well.
Snow

I Inwinterheavysnowfallmaylastoverdaysresulting
at the portalareasandoccurrence
of avalanches.
in snowheights
of morethan2m

Avalanches cut otf theprojectareafromDirandDrosh,respectively.


maytemporarily
In February,
2010heavyavalanches struckthenorthside.Oneof theseavalanches
hit
I thesouthportalof NARTandcausedthelivesof workers
gotthereby
(naturally)
triggered
fromtheopposite
andcivilians.
sideof thevalley.
Saidavalanche

I Otherarease$peciallyproneto avalanchesafetheareain frontandupstream


portalof MRTas well as the areaupstream(eastwards)
of north
of southportalof N/IRT.
shetchesof the accessroadsfrom and to Dir and Drosh,respectively,
Also
are proneto
avatancnes.
I Ihe roadoverLowari
Topis usually
cutoffduring
winterseason
dueto avalanches

E&[,]Worhsol LowdriTunnelPo]ect

I
t Saynoto corruption

I Section-7:EmployelsRequirernenls 7_8

I SPECIFICATIONS
AND SPECIALPROVISIONS
Specifications
andSpecial arepartof Employer's
Provisions andassuch
I providedin Volume-ll.
Requirements

t 3 DRAWINGS

Thedrawingsas described arepartof Employer's


hereunder Requirements
andas such
I provided
inVolume-lll
andVolume-lv,
respectively.

3.1 DrawingPackage"E&M"
I Thisdrawingpackageincludes
mainlydrawings
related
to Plant(e.9.safelyequipment,
I blockdiagrams,
Thedrawings
ventilation
system,
arepfovided
for E&lVl
etc.).
inVolume-lll.

t 3.2 Drawing Package"E&M - Ciyil"

I Thisdrawing package
otherbuildings,
includes mainlydrawings
related
portalblockat [i]RT,transformer
to CivilWorks(e.9.E&M-and
niches,
coverforcableduct,etc.).

t The drawingsfor Civil Worksto be executedunderthis Contractare providedin


Volume-lll.

I 3.3 DrawingPackage"As-BuiltInformation"

I Thisdrawingpackageincludesconstruction drawingsof the cuffentlystillongoingcivil


workscontract.Forthe purposeof the Contractin handthesedrawingsgettermed"As-
BuiltInfo|mation";
however,at theendof 2016thewholeof saidongoing civilworksis
I notyetcompleted.
Thedrawings termedAs-Built areprovided
Information in Volumeivfortheinformation
I of the Bidders.

I
I
I
I E&lvlWo*s of LowafTunneProject

I
I
Say no io corruplion

I Section-7:
Employer's
Requkemenls 7-9

I S P E C I A LC O N D I T I O N S

I 4.1 DesignRequirements

I The Contractorshallengagea design-Subconsultant


designof the Works.The design-Subconsultant
(singleor JV) for pfeparation
shallhave valid pEC
of
registration
suitablewithrespectto subjectWorks.In caseof JV, oneleadpartnershallget named,
I and the percentage
sharesof eachpartneras wellas the respective
theJVshallgetsubmitted to theEngineer.
function/ taskin

I The design-Subconsultant
witha length>
5 kmcontaining
tender-
of 3 projectsconcerning
shallhavea reference
anddetaileddesign
foadtunnels
withinthelastl0 years.

I Thedesign-Subconsultant
shallbe the
minimum
principle
shalldesignate
addressee
oneindividual
of the Engineer.
fifteen(15)yearsof experience
as chiefdesignengineer
Thechiefdesignengineer
in thefieldof E&N,{-design
who
shallhave
of roadtunnets.The
I chiefdesignengineer
relation
shallmaintain
to the Works.However,
experience andshallbesubject
hisposition throughoutthe execution
in caseof changethe replacement
to theconsent of theEngineer.
of designtn
shallhavesame

I 4.2 Accessto Site

I ForContractor's
information prejudice
onlyandwithout to CoCsub-clause
4.15;
l\4ainaccessto the Site is givenfrom southvia NationalHighwayN45 (slartsat
I Nowshera).
south
Theroadup to Diris thereby
portal,
however,
theroadis
mainly
partially
:ngoodcondition.
FromDirtowards the
(steep,narrowstretches).
in badcondition

t On northsidethe situationis similar:Fromthe northportaldownto the Chitralmain


valleythe roadis partiallyin badcondition(steepnanowstrelches),in the mainvalley
theroadis mainly in goodcondition.
I 4.3 ServiceRoads

I The Contractofshall make his own arrangementsfor service roads, paths etc. for
carryinghistoolsand plantslabourand materjals etc.The ratequotedshallincludethe
I costof makinganyserviceroadsor pathsetc.thatmay be requiredby himfor plyinghis
vehiclesior carriageof his personnel and l\,4aterials,
Plantand Equipment for successful
completion of the Works.Similarany otherfeederroadconnecting any of the existing
I roadsshallbe madeby the Contractor
may be requiredto be paid
at his own costincluding
for the temporaryor private
any compensation that
land and wilhout in any way
involvingthe Employer in anydisputefor damageand/orcompensation.
I
t E&MWorlsof LowarTunnel

t ,:i,
I
I
Saynoto coruplion

I S e c t i o n - 7E m p l o y e i R
s e q ur e m e n t s

I 4.4 WaterSupply

I Anywatersupplyrequired
The Contractor
at Sitefor anypurpose
shallbe arranged
shallmakehis own arrangements
by theContractor.
for wateras requiredfor the Works,
office,accommodationanddrjnking.Ratesquotedby the Contractorshallincludethe
I costof providing
suchWater
requirements.

4.5 PowerSupply
I Any electricsupplyrequiredat Site for whatsoever purposeshallbe arrangedby the

I Contractor.The Contractorshall make hjs own arrangementfor electric power


supply/installation
anddieselgenerating set,lighting
the work and ratesquotedby the Contractor
arrangementetc.as required for
shallincludethe cost of providingsuch
I electricsupplyarrangement
requiredfortheWorksandoffice/accommodations.

4.6 TelephoneFacilities
t TheContractor
shallmakehisownarrangement forprovidingtelephonefacilities
at Site.
Ratesquoted
bythecontractor
shallincludethecostof suchfacility.
I 4.7 EnablingWorks

I The ratesquotedshallbe inclusive of all enabling


workssuchas construction vats,
stores,magazines, workshops, maintenance places,offices,housing,labourcamp,
accessroads,seryrceroads,transportarrangements, lightingetc. whetherexpressly
specifiedor not. All temporaryaccessfacilitycreatedduringexecutionof Works
includingrampsin earthwork,
concreteor masonrysteps,ladders,etc.shallbe treated
I asenablino works.

4.8 Coordinationat Site


I At Sitemorethanoneentitymaybe working,whetherrelatedto the Projector for any
I otherworks.Fullcoordination
entities
duringexecution
/ cooperation
shallbeextended
of Works.Further,
it doesnotcauseabnormal
bytheContractor
workshallbe carried
to olher
outin sucha waythat
noiseandhindfances to thegeneral publicandtheotficers
t of thedepartmentor thoseengagedin theerectionas wellas in routinework

4.9 PublicTrafficand Ventilation


I 4.9.1 PublicTrafficin WinterSeason

I Duringcjosureof LowariPass due to snow in winterseason(generallyfrom mid-


December to mid-April),
the LowariTunnelhas beenkeDtopenfor PublicTrafficon
I E&[4Worksof Lowari
TunnelProject

I
I
I Saynoio corruption

I Section-7:EmployedsRequrements 7_11

I specifieddaysrangingfrom one ('l) to two (2) daysper weekfor three(3) to five (5)
noursperoay.

t Thedisruptiondueto opening of tunnelfor publicvehicles


as partof thestipulated
Contractor Timefor Completion
shallget considered
by the
of theWorksgivenunderthis

I Contract.Therefore,

Contractor
theContractor to planandprepare
is required histimeprogramme
In the view of the aforesaidand for the purposeof this Contractthe
accordingly.
shall,whenplanning histimeprogramme, considerperwinterseasonin sum

l (20)suchdayson whichthe LowariTunnelis openfor publictraffic.


tvventy
At present thatNARTgetsaswellopenedin winterforpublic
it is notintended traffic.

I 4.9.2 Ventilation

I Thereexistssomeundefined ventilation
natural
appr.2mlsec(peakvaluesmayexceed
ventilation
system
exists.
in bothdjrections
thisvalue).However
withwindspeedupto
no satisfactory
mechanical

I TheContracior
dissipate
the
shallbe responsible
polluted
underhisownobligationandin hisowninterest
airfromthetunnelcavityaftertheuseof tunnelby public
io
vehicles
I on thespecified period.
daysforthe specified
shallremainrespoiisible
The Contractor for assessingthe needfor ventilation
for his
I ownworkingandprovidethesame.forsafetyandhealthreason.

5 TIMEPROGRAMME,.
..
I of theWorks(1 years)isbroadlyseparated
TheTimefor Completion intofollowing
three
generar
pnases:
I andreview(minimum
Design *
3 months)

t Construction, andtests(assumed
implementation with8 months)
(minimum
1 months)
Finaltesting
andcommissioning/
trialoperation
I .) The majority
of designshallgei donewithinfirst 2 months,Iimiteddesignmay
conlnue.
t TheDefects
withmaintenance
Periodshallbe 3 years,therefromthefirstyearoverlapping
Notification
andwarranty as wellas thefirstthreemonlhsoverlapping
wiihtrial
I operation
underregulartrafficcondiiions.

t
I E&[4Worksof Lowa Tunne Project

I
t
I Saynoto corrupiion

I Section-7:Empl

I timeprogramme
Coniractor's
intoitems,sectionsandphases
shallconsider
as detailed
the aboveandshallfurthermore
in thetablesbelow,
whereas
getsplit
eachitemshall
t getseparated
ph '1.
intoat leastfollowingphases(asapplicable):
Survey, Investigation.
etc.

I ph2. Detailed
Design
andreview
ph 3. Construction,
Installation
I ph 4. FactoryAcceptance
Tests

I ph 5.
ph 6.
SiteAcceptance
Ventilation
Tests
Tests
I ph7. Systemlntegration

I ph8.
ph9.
Interruptions
Training

I ph 10. (withouttraffic)
TrialOperation
ph 11. (under
TrialOperation regular
traffic)
I ph 12. lvlaintenance

I ph 13. Cooperation
andAssistance

I
t
t
I
I
I
I E&1,,1
Worksoi LowaiTunnelProject

I
I
Saynoto corruption

I Section-7:Ern T-13

t Section1: SouthPlatform Month X ... Monthx

I Itemsl llDescription

I 4

6
Power Supnlv Low Voltaqe
P o w e rS u b n l vF m e r e e n . v
Earthins / Potential
Eoualization

I 7 Lishtins
PublicAddress
CTV
Svstem

t 15
Iraffic ManasementSvst€m
Svstem
5eADA

I Section2r MRT

Itemsl Description

l 3
P o w e rS u D D l vD i e s e G
PowersupolvHishVoltase
l enerator

t 4
5
6
PowerSupplvLowVoltasc
PowerSuDplvFmeraencv
E a r t h i n s/ P o t e n t i a lE o u a l i z a t i o n

t 7
8
I
TunnelLishtinq
Air andVentilation
eelv
ControlSvstem

I 10
1,1
72
mereencv

Public
callsvstem
TunnelRadio Svstem
AddressSvstem

I 13
14
15
TrafficManasementSvstem
FireDetection andIntrusion
Alarm
TelecontrolSvstem,ControlCentre

t 16
11
18
FireFishtinssvstem
TunnelVentilation
TunnelFittinss
Svstem

I
I
I
I
t E&[4Woftsol LowariTunnel
Projeci

I
I
I Say no 10coffuption

I Sectlon-7r
Employels
Requirements

I Descfiption

I
I Description

I
t SuoDlv
Emersen
Potential
Eoualization

I
l PublicAdd
TrafficManasement

t FireDetection
andlntrusion
Alarm

t
I
I PublicAddressSvstem

I TraffrcManasement Svstem

Section
6: clvilWorks

I Description

I c
MRTSouth
MRT
D MRTNoTth
I E NARTSouth
NART
G NARTNoTth
I
I E&l,,lWorks
ot LowaiTunneProject

I
I
p.lord puunl rrPMo-t
Jos4oM !1131
-poqucsoppue poldepeaq 'slcnpoJdpelso66ns
lleqssu_terbetp
lcop pue sueldMe!^Ja^o
pue slEsodold uo pose8 suoDEpueutLr]ocel 6ul)eul pue 6ulenle^a ,sLuelqotd6utlJ|luepl
reuP ubrsapfueurujrlo]dou) lnoqe suorsnlcuocpue slcej luosotd llEqs lodel lectuqceleqt
(luetdrol) urol!]ad)slt lcnpord -
I
(lueld )oJ) uolr rad uolldUcsoo uralsls -
(lueld rol) utaltJodLlleroetp)icol8 - I
ualr led ueld/v\or^ra^o -
:sluaurncoppue sueld6uu ollojeql LueltqceoJoJ I
lodar lectuq9ale^rsueqeJduloc -
e ol uollrppeu epl^ordlleqsrolc€rluoceql eseqdlapue)eqi ul
I
asPqdJepuof z'9 t
suEdo.reds
sr,uoll
leJeuee
I
ecuelsrssv pueuo[eJedooc
ocueualu!elA
6ututeJ,[ I
sisel
sIroM lr^rc
sburUU leuunl
I
uelsis uollellluen leuunl
ruatsls6utlq6|laJlj I
ualsls loJluoc
olal puevovcs
uolcelooo.ll
uotlelsllol I
urels^Slueuro6eue!\j cUlell
urolslsssarppvcrlqnd
u]atslsorpeulouunl I
ulels^Seuoqdalalect^teSpueLuelsIS ?bue6jou_lf
lleC
ualsls uorsr^alaflrncJlcpasolc
u.ials^S ^l|lenoJtV
luor"uoJnsee|/l I
6unq6tl leuunl
6urqte3
(IlddnS.ro^\od
^cue ou-rl'{Jo/vUoN
abe}lonMol ,e6e}lonurntpenl)
IlddnS.lel^od I
surall u!e!{ t'9 I
o3uvdfud :tg oI slNfwncoo
t
9rL slu€uarnb3U
sJ€,(oldurf
:Z.uotcsS I
uoildnroaol ou ^eS
I
I
Pelord puunf rEMotlo s)loM l,lt8l
I
I
'Ilsnonulluocslueurncop elepdnol fuolepueul
lle I
sr l! ocuelqssepue uolprodooc'ocueueluleul'6utule4'6utuotsstLluloapue 6ullsel Jol
tEuo! ppv 9'9 I
surelc pueslaeJluoc -
serpeur
dnlcequo0etn6tluoc
pUeuoltellelsul ,oleMuos elqecilddV - I
eJeMuos.rol quaLuncop esuoall -
slooqluourolnoe -
slo.otoJd lgel -
I
slocolord pueslueuncopoututerl -
slaeqselPp'suorlcnJlsur burte]odo -
sleeqsslueualnseaLu
pueuorlelueulncop ltnq se -
I
llru.rojuoclo solecutpsc -
slenueL!uollerado - t
slrodaj^lr]luoru -
luo4elueuncopultt pueoloqd'looq outpllnq -
:slueurncop pueurelureur
oqlJolleltLuqns 'ipellocol fuessecou 6urn0
stll uolcnJlsuoc
t
eseqd uollcnJlsuoc t 9 t
slurod
elep ro ls| elolduloc I
su_tel6€1p 6ultqeS
'surer6erp 6uuM
'lslllcnpord polreloo I
'suo4ducsep uolsis
'0Oseppeltelac
'suorlelnclec t
'su6tsap
lenldacuoC
:u6tsecsJolce.tluoc
lsrl ^trLuroJUoc
t
1lodaUtuoleueldx3
sueJberp
pueslueurncop
po ddns.tolsloaluocto alqe_[
I
:sMolloj (luourdrnba)ue)l
se ied leurol uos
puepJequl stueurncop
's6ulieJppuescodsaq qlt/{o.uellduocut ,ltuqns
lleqslo}ceJ}uoc oq-t
I
oseqdu6lsao s'9
I
uo[dru]oa
ol ouAes
I
I
Say no lo corrupiion

I
I
I
I
I
I
I SECTION.S
I
STANDARDFORMS
t
I
I
I
I
I
ll
ll
ll
Ir
lr
ll
I
Saynoto corruption

I Section-8:SlandardFoms 6-1

I STANDARDFORMS

I Standard
Formsinclude
thefollowingl
.
t .
Formof ParentCompany

Formof BidSecurity
cuarantee

(Bankcuarantee)
I . Formof ContractAgreement

I . Formof Performance
Security
(Bankcuarantee)

t .

.
Formof Bankcuarantee
forAdvance
Payment
Formof Retention
lvloney
I
I
I
I
I
t
I
I
I
I
I E&N4
WorksofLowaiIunne Project

t
I
I
Say no to cofruption

I
Section-8 SlandardForms E2

I FORMOF PARENTCOMPANYGUARANTEE

t Briefdescription
Nameandaddress
of Contract:
of Employer:

I (together
withsuccessors
and
assrgns).
I We have been informedthat (here in after called the
"Contractoi')
is submitting
an offerforsuchContracl in responseto yourinvitation,
I that the conditions
company
and
of your invitationrequirehis otferto be supportedby a parent
guarantee.

I In consideration
we(nameof
of you, the Empbyer,awardingthe Contractto the Contractor,
parent company) irrevocablyand unconditionally
guaranteeto you, as a primaryobligation, the due performance of all the
I Contractor'sobligationsand liabilitiesunder the Contract,includingthe
Contractor's
compliance with all its termsand conditions
accordingto theirtrue
intentandmeaning.
I Contract,
failsto so perform
lf the Contractor
we willindemnify
hisobligations
andliabilities
andcomply withthe
the Employer againstandfromall damages, lossesand
I expenses(including
whichtheContractor
legalfees and expenses)
is liableto theEmployer
whicharisefrom any glch failurefor
undertheContract.

I Thisguarantee shallcomeintofull forceandetfectwhenthe Contractcomesintofull


forceandeffect.lf theContractdoesnotcomeintofullforceandeffectwithina yearof
the dateof thisguarantee, or if youdemonstrate thatyoudo notintendto enterinto

I the Contract
guarantee
liabilities
withihe Contractor,
shallcontinue
this guarantee
shallbe voidand ineffective.
in fullforceandeffectuntilalltheContractor's
underthe Contract havebeendischarged,
This
obliqations
whenthisguarantee
and
ihall expire
andshallbe returned to us,andourliability
I Thisguarantee shallapplyandbe supplement
hereundershallbe discharged
al to theContract
absolutely.
as amended or varied
by the Employer
t andthe Contractorfromtimeto time.We hereby authorize
agreeany such amendmentorvariation,
compliance
the due performance
themto
of whichand
with whichby the Contractorare likewiseguaranteedhere under.Our
obligations
and liabilitiesunderthis guarantee
t allowanceof timeor otherindulgence
or by anyvariation
or suspension
whatsoever
shall not be discharged
by the Employer
of theworksto be executed
by any
to theContractor,
underthe Contract, or
by any amendments to the Contractofto the constitution
of the Contractoror the
I Employer,or byanyother matters,
whethef withor without ourknowledge or consent.
Thisguarantee shallbe governed
bythelawof thesamecountry(orotherjurisdiction)
as thatwhichgoverns and anydisputeunderthisguarantee
the Contract shallbe
finally
settled
undertheRulesofArbitration
oftheInternational
Chamber of Commerce

I LowanTunneProtect

I
Saynolo corruplion
Sectlon-8i Standard Fol'fl s &3

by oneor morearbitratorsappointedin accordance


withsuchRules.We confirm that
the benefitof this guaranteemay be assignedsubjectonly to the provisionsfor
assignmentoftheContract.

Date: S(tnature(s):
I
Say no lo cofruption

I section-8: SlandardFo.ms 8-4

t FORII4OF BID SECURITY


(Bank Guarantee)

t Guarantee
Executed
Expiry
No.
on
date
(Bank)withaddress:
Nameof Guarantor
I
(Bidder)
Nameof Principal withaddress:
t
I PenalSumof Securiiy
(express
in wordsand
figures):
I
t Bid
Opening
Reference No. Date of Bid

I KNOWALL MENBY THESEPRESENTS,


at the requestof the saidPrincipal,
bound unto the
thatin pursuance
we the Guarantor
of the tems of the Bidand
above-named are heldand firmly
(hereinaftercalled the
t "Employer")
in thesumslatedabove,fof thepayment
made,we bindourselves,our heirs,executors,
firmlybythesepresents
andseverally,
of whichsumwellandtrulyto be
administrators
and successors,joinfly

I THECONDITION
submitted
OFTHISOBLIGATION
theaccompanying
lS SUCH,
Bidnumbered
thatwhereas
datedas abovefor
theprinciDarnas
(Particulars
oi Bid)to thesaid
I Employer;
and

I WHEREAS, theEmployer
thePrincipal
as under:
furnishes
hasrequired
a BidSecurity
as a condition
forconsidering
the saidBidthat
in theabovesaidsumto theEmployer, conditioned

I (1) thatiheBidSecurity validfora period


shallremain theperiodof
28 daysbeyond
validity
oftheBid,
I (2)thatin theeventof;

I (a) the Principalwithdrawshis Bid duringthe pe od of vatidityof Bid,or


(b) ihe Princjpaldoes not acceptthe correction of hi$ Bid Price,pursuantto
I Sub-Clause
24.2of Instructions
to Bidders,
or

I Lovvari
TLrnnel
Pmjecl

I
I
Say no to corruption

I Section-8:
Srandard
Fonns 8-5

(clfailureof thesuccessfulBidderto
(i) furnishthe requiredPerformance Security, in accordancewith
Clause 34of Instructions
to Bidders,
or
I (ii) signtheproposed
35 of Instructions
Contract
to Bidders.
Agreement, in accordance withClause

thentheentiresumbepaidimmediatety to thesaidEmptoyer as liquidated


damages
I andnotas penaltyforthesuccessful Biddefsfailureto perform.
NOWTHEREFORE, if thesuccessful Biddershall,withinthe periodspecified therefor,
on the prescribed formpresented to himfor signatureenterintoa formalContractwilh
the saidEmployer in accordance with his Bid as accepted andfurnishwithinh/venty
(28)daysof his beingreguested
eig_ht to do so, a perFormance Securitywithgoodand
I sufficient
surety, as maybe required,
thefaithfulperformance
withdrawal
upontheformprescribed
andproperfulfilment of thesaidContract
of the saidBid withinthetimespecified
by thesaidEmployer for
or in the eventof non-
for its validity
thenthisobligation
I shallbe voidandof no etiect,butotherwise
PROVIDED THATtheGuarantor
to remainin fullforceandeffect.
shallforthwithpayto the Employer thesaidsumstated
aboveuponfirstwritten demand of the Employer withoutcavilor argument andwjthout
requiringtheEmployer to proveor to showgrounds or reasons forsuchdemand notice
of whichshallbe sentby the Employer by registered postdutyaddressed to the
Guarantor at itsaddress givenabove.
t PROVIDEDALSO THATthe Employershall be thesoleand finaljudgefor deciding
whether thePrincipal hasdulyperformed hisobligations to signtheContract Agreement
andto furnishtherequisite Performance Security withinthetimestatedabove,or has
defaulted in fulfilling
saidrequirements andtheGuarantor shallpaywithout objectionthe
sum staiedaboveuponfirstwrittendemandfrom the Employerforthwithand without
anyreference to thePrincipal or anyotherperson.
lN WITNESS WHEREOF, the abovebounden Guarantor
hasexecuted the instrument
underits sealon ihe dateindicatedabove,the nameandsealof the cuarantorbeing
heretoafiixedand thesepresentsduly signedby its undersigned representative
pursuant of itsgoverning
to authority body.

I Guarantor
(Bank)

I Witness:
1.
Signature
Name
I Corporate
Secretary
(Seal)
Title

I 2.

I (Name,Title& Addfess) Corporate (Seal)


Guarantor

I E&[4Wolks of LowariTunnetprcject

I
t
Saynoto corruption

I Sectlon-8 StandardForms 8-6

I FORMOFCONTRACT
AGREEMENT

(hereinafter
I THISCONTRACT
day
AGREEMENT
of
calledthe "Agreement")made on the
(month) 20 between

(hereafter called
the "Employer")
of the one part and
calledthe"Contractod')
(hereafter of theotherpart.

I WHEREAS the Employer


is desirous
thatcertain
Works,viz should
be executedby the Contractorand has accepteda Bid by the Contractorfor the

I andcompletion
execution of suchWorksandtheremedying of anydefectstherein.

NOWthisAgreement
witnesseth
asfollows:
1. ln thisAgreement wordsandexpressions shallhavethesamemeanings as are
respectivelyassigned to thernin the Conditions of Contracthereinaftef referred
I 2.
to
Thefollowing documents
i

afterincorporatingaddenda, if anyexceptthoseparts
relatingto Instructions to Biddersshall be deemedto form and be read and
I construed as partof thisAgreement,
(a) TheContract Agreement,
viz:
(b) TheLetterof Acceptance,
I (c) TheLetterof PriceBid/Proposal,
(d) TheLetterof Technical Bid/Proposal,
(e) TheAppendix to Tender
(f) TheConditions of ParticularApplication(Part-ll),
(g) TheAppendix to Tender
(h) TheGeneral Conditions of Contract (Part-l),
I (i) TheEmployefsRequirements
a. Employer'sRequirernents
b. Specifications andSpecial
in following
Piovisions
order:
- E&M

I 0)
c. OutlineFunctionalDesign/Drawings
d. As-Buil!lnformation
The Schedules of Payments,
I (k) TheSchedules
(l) TheAppendices
to Bid(Ato H),
to Bid,
(m)Designproposalof the Contractor
(n) DetailedDesignprepared bytheContractor,
I (o) Contractor's
WorkProgram,
FinalProposal
andsubmitted
including Methodology and dulyapproved
(p) Any other Contractor'sProposalduly adjusledand acceptedby the
Employer formingpart of the Contractincludingapplicable part of
Instructionsto Bidders(tTB)havingeffectad influence in the execution
of
work.
I - ::.:r.ili-,i..

t Worksof Lowa TunnelProjecl


E&l\,4
Saynoto corruplion

I Section-8 SlandardForms a-7

3. In considerationof thepayments to be madeby the Employerto theContractor


I as hereinaftermentioned,
executeandcomplete
the Contractor herebycovenants
withthe Employerto
theWorksand remedydefectsthereinin conformity and in
all respectswiththe Drovisions
of the Contract.
I 4. The Employerherebycovenantsto pay the Contractor,
executionand completion
in consideration
of the Worksas per provisions
of the
of the Conhact,the
t Contract Priceor suchothersumas maybecomepayable
of theContractat thetimesandin the mannerDrescribed
undertheprovisions
bvtheContract.

I lNWITNESS WHEREOF theparties


heretohavecaused thisContractAgreement to be
executedon the day, monthand year first beforewrittenin accofdancewith their
respective
laws.
I Signature
of theContactor Signature
of theEmployer

I
(Seal) (Seal)
I
I Signed,Sealedand Deliveredin the presenceof:

I Witness: Witness:

I
(Name,TitleandAddress) . (Name,TitleandAddress)
I
I
t
I
I
I
I E&MWo*s ofLowa TunnelProject

I
I
I
Saynoto corruption

I Section-8rSlandafdFoms 8-8

t PerformanceSecurity

I Bank's Name,and Address oI lssuing Branch or Office,,,,,,,-.-.,.,.,.,..


Beneficiary:,.,,..,.,..,,,,.,.,.
Nameand Addressof Employer

t Date:
PerfgrmanceGuarantee

I We havebeeninformed
called"theContractor")
that..... nameof the Contractor. . . . . (hereinafter
has enteredintoContractNo. . . . . . referencenumber
I of the Contract.. . . . dated . . . . . .withyou,forthe execution
of contract and brief descriptionot Works..
Contract").
ol . . . . . . name
(hereinafter called',the

t Furthermore,
performance
we understand
guarantee
that,according
is required.
to theconditions of the Contract, a

At the requestof the Contractor, we . . name of the Bank. . . . . hereby


I irrevocably undertaketo pay you any sum or sumsnot exceedingin total an
amountof . . . . . nameof the currencyand amountin figures*... . . . (. . . . .
amountin words.. . . . ) suchsumbeingpayablein thetypesandproportions of
I currencies in whichtheContract
demandin writingaccompanied
Prjceis payable, uponreceiptby us of yourfirst
by a writtenstatement statingthatthe Contractor
is jn breachof its obligation(s) undertheContract, withoutyourneeding to prove
I or to showgrounds
Thisguarantee
foryourdemand
shallexpire,
or thesumspecified therein.
no laterthanthe. . . . . Dayof
**, andanydemand forpayment underit mustbe received by us at thisofficeon
I or beforethatdate.
Thisguarantee is subject to theUniform RulesforDemand cuarantees, ICC
I Publication
excluded.
No.458,except thatsubparagraph (ii)of Sub-articte
20(a)is hereby

I Sealof Bank and Signature(s)

I Note: A italicizecl text is for gui.lance on how to prcpare this denend guanntee and sha be ctoteted
trom the final doconent
' The Guatantor shal lnsett an amount rcprcsenting

I the percentage ot the Contact pnca specitie.t in


the Contract and denomin.tad either ln the currency(ies) ot tha Contmct or a fteoly convertibte
curroncy acceptable to tha Enployer.

" Insed tho date twenty-eight days attet the expected compte on data. The Emptoyet shoutd note
I that in tha avent of an extension ot fte tlne fot comptetion ot the Contmct, the Emptoyer would neect
to rcquest an extension of this guarantee fton the Guarantor. Such rcquest must be in witing ane!
must be nacle prior to the explntion dat estabttshed in the guanntae. tn Neparing thts guatantee,
the Empl'yet might consl.ler adding the fo owtng text to the tom, at the ond of the panuftimata

I pangtaph: "The Guarantor agrees to a one-rtme extonsion ot thts guanntee tot a piioct not to
exceed Isix nonthsllone yea4, in response to the Emptoyets wtttten rcquest rot such extension,
such raquest to be prcsentad to the cuanntor betorc the exptry ot tho guanntee."

I E&1,4
Worksof LowaaTunnelProlecl

I
I
I Say no 10corruplion

I Seclion-8:SlandafdForms 8-9

I FORMOF BANK GUARANTEE


FORADVANCEPAYMENT

I Guarantee
No.
Executedon
Expirydate

I WHEREASthe
has enteredinto a Contractfor
(hereinafter
calledthe Employer)
(Partjcularsof Contract),
I (hereinafter
calledtheContractor).

I AND WHEREASthe Employer has agreedto advanceto the Contractor, at thd


Contracior"'s request, an amount of
(Rs. as per
) whichamountshallbe advancedto the Contractor
provisions
of theContract.

I ANDWHEREAS the Employer


payment
advance for
hasaskedtheContractor
performance
of hisobligations
to furnishGuarantee
underthesaidContract.
to secure

I ANDWHEREAS
(hereinafter
calledthe cuarantor)at the requestof the Contractor
oi the Employeragreeingto maketheaboveadvance
(Bank)
andin consideration
to the Contractor,
hasagreedto
t iurnishthesaidGuarantee.
NOWTHEREFORE theGuarantor herebyguaranteesthattheContractor shallusethe
advance for the purposeof abovementioned
I defaultin fulfillment
the Guarantor
of anyof his obligations
Contract and if he fails,and commits
for whichthe advance payment
shall be liableto the Employerfor paymentnot exceeding
is made,
the
aforementioned amount.
I Noticein writingof anydefault,
of whichtheEmployer shallbe thesoteandfinaljudge,
as aforesaid,on the partof the Contractor,
shallbe givenby the Employer to the
I Guarantof,andon suchfirstwrittendemand
all sumsthendue underthisGuarantee
paymentshallbe madebytheGuarantor
withoutanv reference to the Contractor
of
and
withoutanyobjection.
I Thisguarantee shallcomeintoforceas soonas the advancepaymenthas been
credited
to theaccountof theContractor.
I Thisguarantee
shallexpirenotlaterthan
bywhichdatewe musthavereceived an@x or
I telefax.

thatyouwillreiurnthisGuarantee
It is understood to us on expiryor attersetflement
of
I thetotalamountto be claimed
hereunder.

I E8MWod,sof LowanTunnelProlecl

I
Saynoto corruption
Section-8rStandardForms

(Bank)
Guarantor
Witness:
1. Signature

Corporate (Seal)
Secretary

2.

Name,Title& Address Corporate (Seal)


Guarantor

E&M woi.(s oi Lowafl Tunnel Pfoject


I Say no to cofupl on

I Section'8:Standad Foffns E,l1

EXAMPLE
FORMOF RETENTION
I MONEYGUARANTEE
ISeecommen tsonSub-Clause14.9l
Briefdescriptionof Contractl
l Nameandaddressof Beneficiary:

I Employer).
(whom the Contractdefine as the

I We have been informedthat


"Principal")is
your contractor
(here in after called the
undersuch Contractand wishes to receiveearly
I paymentof part of the retentionmoney,for whichthe Contractrequireshim to
obtaina guarantee-

I At the requestof the Ptincipal,we(nameof bank


undertake to payyou,the Beneficiary/Employer,
total the amount of
hereby irrevocably
anysumor sumsnoteexceeding
(the "guaranteedamount",say;
in

)uponreceiptby us of yourdemandin writingand your


I writtenstatementstating:
(a) ThatthePrincipal
hasfailedto carryoutthisobligation(s)
to rectifycertain
I defect(s)
forwhichhe is responsibleundertheContract, and
(b) Thenatureof suchdefect(s).
I At anytime,
our liability
underthis guarantee shallnot exceedthe totalamountoi
retention
moneyreleased to the Prjncipalbyyou,as evidencedbyyournoticesis sued
I undersub-clause
14.6of theconditions of theContractwitha copybeingpassed to us.
Anydemand forpayment mustcontain yoursignature(s)
whichmustbe authenticated
I byyourbankers or by a notarypublic. Theauthenticateddemand andstatement
be receivedby us at thisofficeon or befote(thedateT\daysafterthe expected
of theDefecbNotification Periodfor the Works)_,(the ,,expiry
must
expiry
date,'),
I whenthisguarantee shallexpireandshallbereturned
We havebeeninformedthatthe Beneficiary
to us.
mayrequirethe princjpalto extendthis
I guaranteeif theperformancecertificate
undertheContract
date28 dayspriorto suchexpirydate.We undertake
amountuponreceipt
hasnotbeenissuedbythe
to payyou suchguaranteed
by us,withinsuchperiodof 28 days,of yourdemandin writing

t and yourwrittenstatement
reasonsatiributable
that the performance
to thePrincipal,
certificate
andthatthisguarantee
has not beenissued.for
hasnotbeenextended.
Thisguarantee
shallbe governed
I International
Chamber
by the lawsof
to the UniformRulesfor DemandGuarantees,
of Commerce,
publjshed
and shallbe subject
as number458 by the
exceptasstatedabove.

I Date: Signature(s);

I E6[4WorLsof LowarTunnetProject

I
I
I Saynoto corruption

I
I
t sEcTroN-9
I SPECIFICATIONS
AND
SPECIALPROVISIONS
I
(Providedin SeparateVolume-ll)
I
I
I
I
t
I
I
I
I
I
I
I
t
I
t
I Say no io corruption
Section'10:
Oul neFuncliona
Desgn/Drawinss 10,'l

I
I sEcTtoN-10
t OUTLINEFUNCTIONALDESIGN/
I DRAWINGS

I (Providedin SeparateVolume-lll)
t
TheOutline/Preliminary
Functional
Design/ Drawingshavebeenprovided
I fortheguidance
bytheEmployer forpreparing
of theBidders theBid.

I
I
t
t
I
I
I
I
I
I
I
I
t
I Saynoto corruption
s_eclio!11i1\l q! !Dl4!nss Documenrs
o,c v Iwo \s

I
I
T
I SECTION.ll

t AS.BUILTDRAWINGS / DOCUMENTS
OF
CIVILWORKS
1
I For the informationof Biddersonly

I
(Providedin SeparateVolume-lV)
I
I
I
I
I
I
I
I
I .'P{i
I
I
I

You might also like