Академический Документы
Профессиональный Документы
Культура Документы
TENDER DOCUMENT
FOR
PRE-CONTRACT CONSULTANCY (DESIGN)
SERVICES
APRIL 2015
CONTENTS
Page
1. Instructions to Tenderers
2. Form of Tender
17
02
02
02
01
01
01
01
01
Contents
Page 1 of 1
INSTRUCTIONS TO TENDERERS
1.0
INSTRUCTIONS TO TENDERERS
1.1
Introduction
1.2
1.1.1
1.1.1
This Invitation to Tender requests quotations for the above services and the
documents hereunder enclosed, or referred to, reflect the Agreement which
will ultimately be entered into with the successful Tenderer.
1.1.2
The Tenderer should refer to Annexure C for the time scale required for
the design services and Annexure A for the scope and nature of
services to be performed and delivered.
Definitions
The form of Agreement shall be as contained in the State of Qatar Professional
Services Agreement, General Conditions of Engagement 1984 Edition, modified as
follows:
a. The Government shall be replaced by the Qatar Real Estate Investments
Company, P.O Box 22311, Doha, Qatar as the Client hereafter referred as the
Employer.
b. The Engineer means the Chief Executive Officer of Qatar Real Estate
Investments Company.
c. Engineer Representative shall be appointed by the Employer or the Engineer from
time to time and notified in writing to the Consultant.
1.3
1.3.2
Instruction to Tenderers
Page 1/6
1.4
1.3.3
The Tenderer must ensure that the Package is wax sealed and that it is
duly signed by the authorized representative of the tendering organization.
1.3.4
The offer shall show the full legal name and business address of the
Tenderer, including his street address if this differs from the mailing
address, shall be signed with the usual signature of the person or persons
authorized to bind the Tenderer and shall be dated.
Tender Prices
The rates shall be in Qatari Riyals (QR.) as per the Fees Schedule Annexure
B for Design Services.
1.5
Validity of Tender
The offer shall remain valid for One Hundred and Twenty (120) days from the date
fixed for receipt of tenders and may be accepted at any time up to and including
that date.
1.6
1.6.2
1.6.3
The Tenderer shall make his own interpretation of any or all information
given or otherwise included in the Tender Documents. Neither the
Employer nor their designated representatives shall be responsible for the
accuracy or completeness of such information or interpretation.
1.6.4
The Tenderer shall be responsible for obtaining and verifying all necessary
data and information, although certain information is provided in the Tender
Documents, it shall be confirmed by the Tenderer. The Tenderer shall
verify on his own responsibility the laws and regulations of Qatar under
which the services are to be performed
1.6.5
Any failure or neglect to carry out these verifications and investigations will
not absolve the Tenderer from any of his obligations under the
requirements of the Tender Documents or of any contract subsequently
awarded.
1.6.6
The Tenderer shall affix its initialed company stamp to every page of its
original Tender. The Employer may disregard or return any Tender that
does not provide the whole of the required material and information, or
comply fully with these instructions in any way.
Instruction to Tenderers
Page 2/6
1.7
1.8
1.9
Should the Tenderer find any discrepancies or omissions from the Tender
Documents, or should their intent or meaning appear unclear or
ambiguous, the Tenderer should notify the Employer of such findings in
writing at any time up to seven (7) days before the date of submission of
the Tenders. Tenderers will be solely responsible for the timely receipt by
the Employer of such notification. Replies to such notices may be made in
the form of Circulars to the Tender Documents.
1.7.2
The Tenderer may request in writing any other clarification at any time up
to seven (7) days prior to the tender closing date.
1.8.2
Should the Tenderer wish to view the Site, a site visit can be arranged
during the tender period by contacting the Employer.
1.8.3
Right of Selection
The Employer is not bound to accept the lowest proposal for the Services
or any other offer, nor is it bound to assign any reason for rejection of an
offer.
1.8.4
Confidentiality of Documents
The Tenderer shall treat the Invitation to Tender Documents and Contents
therein as private and confidential. If, at any time during the tender
preparation period, the Tenderer decides to decline to tender, all
documents must be immediately returned to the Employer.
Rights
The Employer reserves the right to accept a tender other than the lowest and to
accept or reject any tender in whole or part or to reject all tenders with or without
notice or reason.
1.10
Tender Bond
1.10.1 The Tenderer is required to provide a "Tender Bond" in the amount of
Qatar Riyals One Hundred Thousand Only (QR. 100,000.00), valid for One
Hundred and Fifty (150) days after the tender closing day. The bond shall
be in the form of a Bank guarantee from a bank having registered offices in
Qatar. All costs in connection with raising the Bond shall be to the
Tenderer's account.
1.10.2 The "Tender Bond" provided pursuant to this Invitation to Tender will be
returned to unsuccessful Tenderers.
1.11
Performance Guarantee
1.11.1 The successful Tenderer will be required, within fifteen (15) days of award,
to submit a "Performance Guarantee" of value equal to 10% of the
Instruction to Tenderers
Page 3/6
FORM OF TENDER
The Form of Tender contained within the document shall be completed and signed
by the Tenderer.
3.0
FORM OF AGREEMENT
The Form of Agreement shall be as contained in the State of Qatar, Professional
Services Agreement, General Conditions of Engagement 1984 Edition, modified as
follows:
3.1 'The Government' shall be replaced by the Qatar Real Estate Investments
Company as the Client hereinafter referred to as the Employer.
3.2 The Engineer means the Chief Executive Officer of Qatar Real Estate
Investments Company.
3.3 Notwithstanding the above, all references to Government Statutory regulations,
rules, publications or similar are to be retained.
3.4 Section 10: Clauses 1 to 10 inclusive shall apply for the design works
3.5 The Engineer's Representative shall be nominated at a later date.
3.6 Memorandum of Agreement: to be between the Company and the Consultant.
3.7 Schedule A
A1.
A2.
a)
b)
c)
d)
e)
f)
Instruction to Tenderers
Page 4/6
A3.
3.8 Schedule B
3.9
B1.
The Total Lump Sum fee payable by the Client to the Consultant for
the services described in Annexure A shall be:
a) Design Services
..
As detailed in Annexure B
B2.
B3.
Invoices are payable by the Employer within Thirty (30) days from
the date of the Engineer approval of the Consultant invoice.
Schedule C
Design services shall be as provided in accordance with the stages given in
Annexure C of the Tender Package.
Instruction to Tenderers
Page 5/6
Signed: ...
Date: ...
Instruction to Tenderers
Page 6/6
FORM OF TENDER
FORM OF TENDER
Qatar Real Estate Investments Company
P.O. Box 22311
Doha,
State of Qatar.
Attention: The Chief Executive Officer
Dear Sir,
SUBJECT:
PROJECT NAME:
_________________________________________________________________
1. Having examined the Agreement and Annexures and such other documents
referred to in the Instructions to Tenderers for the execution of the above Services,
we offer to perform the said Services and associated deliverables in conformity
with the said Agreement and Annexures for the lump sum price of Qatar Riyals.
5. We confirm that we have taken into account in our tender the following Tender
Circulars issued by you during the tender period.
__________________________________________________________________________________
Form of Tender
Page 1 of 2
Reference
Date
..............................................
.....................
..............................................
.....................
..............................................
.....................
..............................................
.....................
6. We understand that you are not bound to accept the lowest or any tender that you
may receive.
7. If our Tender is accepted, we will obtain guarantee from a bank approved by you,
in a sum equivalent to ten percent (10%) of the mutually agreed Agreement Price
for the due performance of the Agreement for the said services to be submitted at
the commencement of the said services.
8.
This tender shall remain valid for acceptance for a period of One Hundred and
Twenty (120) days from the date fixed for receiving tenders.
9.
10. We confirm that we are capable of starting the work immediately upon notification
of your acceptance of our tender.
Dated this _______________________ day of _________________________ 2011
__________________________________________________________________________________
Form of Tender
Page 2 of 2
ANNEXURE A
SCOPE OF DESIGN SERVICES
ANNEXURE "A"
PRE CONTRACT CONSULTANCY (DESIGN) SERVICES
SCOPE OF SERVICES
A 1 Introduction
A1.1 The Location
M/S ALAQARIA herein referred to as the Employer, seeks the services of a highly
qualified Design Consultant, herein referred to as the Consultant, with experience in
the Architectural design of high-end office building projects to develop a multidisciplinary detailed design, for the proposed new development located at the Dukhan
Township at Dukhan, State of Qatar.
As part of the Dukhan Physical Development Plan (DPDP), it was decided to
implement the Extension to the Dukhan Operations Management Building (DOMB)
located at the southeast corner of the Dukhan Township. The DOMB, visually
pleasing, exhibits modern architecture and surrounded by beautifully landscape
garden, and is distinctively designed comprising 3 interlinked blocks reflecting the
cooperation between QP departments.
Unencumbered plot of land is allocated to the north of the existing DOMB to
accommodate this extension, refer to the attached drawing no. TCC_GIS_2012_098
for coordinates of the site allocated for the proposed buildings.
It is required to design the new Extension for the DOMB comprising two/three
storey building and all required supporting services.
The new Extension building will be physically linked to the existing DOMB.
The site shall be adequately landscaped and provided with proper roads
network, surface water drainage and irrigation systems.
Page 1 of 17
1.0
1.1
1.2
1. 3
DESCRIPTION
OFFICE REQUIREMENT
Department Ma nagers
Division Heads/Assistant Managers
Other Staff
Sub-Total
2.0
ADDITIONAL ROOMS
2. 1
Meeting Rooms
2. 2
Filing Rooms
2. 3
2.4
Store Rooms
2.5
Draughting/Drawing Offices
2.6
Printer/Photocopying Room
Archives
QUANTITY
(Nos.)
UNIT AREA
(sq.m.)
3
17
146
166
24
18
11.5
53.5
72
306
1769
2,057
4
10
7
7
1
9
48
12
10
12
75
10
192
120
70
84
75
90
Sub-Total
3.0
OTHER FACILITIES
3. 1
Male Toilets
3. 2
Female Toilets
3. 3
3. 4
Pantry
Tea Rooms
3. 5
Utility Rooms
631
4
4
4
4
4
24
24
12
12
75
96
96
48
48
300
588
1165
1165
4
2
1
1
150
175
150
200
600
350
150
200
2,465
Sub-Total
4.0
DUKHAN REAL TIME OPERATION CENTER
4.1
Collaborative Working Environment
Room (Clear internal diameter of 38.5 m
diameter perimeter wall)
4.2
Meeting Rooms
4.3
Equipment Room
4.4
4.5
Sub-Total
5.0
TOTAL
AREA
5,741
2,296
8,037
Page 2 of 17
Provision of detailed designs for and securing the permits for all the utility
connections including water, power, telecommunications, sewage disposal
system etc.
Provision of the cost estimates with sufficient details as per the available
details upon completion of each stage of the design services, after the
Concept Design Stage, Preliminary Design Stage and Detailed Design
Stages.
Page 3 of 17
A3
A4
A 4.1 General
The sections below give the QP design requirements and guidelines in regards to
Architectural Design, Loading and structural design including general design
guidelines to be applied to all concrete structures , foundations and steel structures.
Drainage, roads and car parking.
However, the Consultant may adopt his own design criteria that shall be submitted to
QREIC for approval before commencement of works and shall comply with QREIC
requirements.
All the Design works shall be done with the relevant international codes and
standards latest editions.
Page 4 of 17
Distributed Load
kN/m2
Concentrated Load
kN
4.0
4.5
Switchgear Room,
Battery Room
10.0
4.5
7.5
4.5
Flat Roofs
1.5
1.8
Load Combinations
(a) Buildings
Foundations, structures and members of structures as well as their supports and
fixing points shall be calculated for the following combinations:
D + L + DY +W
D+W,
Where D is the dead load, L is the Live load, DY is the dynamic load and W is
the wind load.
Page 5 of 17
A 4.4.1 General
Design and details of structural concrete foundations and bar bending schedules
and cutting and bending shall be in accordance with BS 8110, BS 8004 and BS
4466 respectively with the following restrictions/exceptions:
(i) All above ground concrete, except water retaining structures exposed to
weathering shall be designed with a limitation of crack width to 0.2mm.
(i) Cement
Cement for structural reinforced concrete and paving shall be Ordinary
Portland Cement (OPC) to BS 12 or equivalent. Sulphate Resisting
Cement (SRC) complying with BS 4027:1980 shall be used for blinding
concrete.
Structural
including paving
Blinding
Cement Type
28 Day
Strength N/mm2
Nominal
Aggregate Size mm
C30/20 ordinary
Portland cement
30
20
C7/20 Sulphate
resistant
15
20
Page 6 of 17
A 4.4.2.3 Protection
Concrete in contact with soil in foundation shall be protected by laying
BITUTHENE 1000 HX equivalent membrane over concrete blinding.
Overlap of membrane shall be 75 mm. Cement mortar screed of at least 40 mm
thick shall be specified as protection to the membrane on horizontal surface and
slopes not exceeding 45.
Protection to vertical or sloping surfaces shall be by bitumen impregnated
hardboard at least 4 mm thick suitably bonded to retain in position.
A 4.5
A 4.5.1
Structural Steel
General
The following provisions are applicable to steel structures and buildings, stairways
and other miscellaneous steelwork. The design, detail fabrication and erection of
structural steel shall be in accordance with BS 5950.
All structural steel shall be of Grade 43A to BS 4360 or equivalent as a minimum.
Black bolts of Grade 4.6 conforming to BS 4190 shall be used for walkways
structures , joists, girts, stair stringers, handrails and other minor connections.
A 4.5.2
Design Data
Types of loads and load combinations shall be in accordance with section 2.
The Allowable deflections of some of the members are given below:
For other members BS 5950 shall be followed:
Page 7 of 17
Member Type
Category
Steel Members
Vertical
Deflection
L/200
Horizontal
Deflection
Beams
Steel Frames
Without Equipment
L/300
With Equipment
L/500
L/750
Cantilever Beams
L/400
Without Equipment
H/200
With Equipment -
A 4.5.3
Without wind
H/300
H/20
Connections
Moment resisting connection shall be designed to maximise field bolted and shop
welded details. Heavy fields welded connections shall be minimised
Standard simple beam connections, unless otherwise noted shall be designed
and detailed by the fabricator for the beam capacity as shown in Part 3 of "BCSA
Structural Steel Work Handbook".
For member sizes not covered in Part 3 of "BCSA Structural Steel Work Handbook",
the design load shall be equal to the calculated reaction for the beam loaded with
the maximum allowable uniform load assuming full lateral support.
A 4.6
Drainage
All surface water drainage shall be designed in accordance with QP Standard for
Civil Works and QCS. Surface water drainage system shall be connected to an
engineered soakaway pit.
Consideration should also be considered for the topography of the surrounding area,
as storm watercourses may run through the new development site. If this is the case,
then man-made water courses shall be designed and constructed.
A 4.7
Roads
Access and internal roads shall have minimum widths of 8.0m and 7.0m,
respectively. Their design shall conform to Qatar Highway Design Manual and
Qatar Traffic Manual.
All the roads shall be kerbed, with a 1.8m wide pedestrian walkway constructed on
both sides. Pedestrian crossing ways shall be clearly identified.
Page 8 of 17
A 4.8
Sewage Disposal
A sewage disposal system shall be designed for the development. The system
shall include, adequate sewage disposal pipework, manholes, inspection
chambers and the necessary provision to tie-in to the existing Township
collection network.
A 4.9
Parking Sheds
Shaded parking sheds shall be provided to personnel in line with QP
procedures. Sufficient parking areas shall be marked up for anticipated visitors.
Access and exits from parking sheds and areas shall be designed to comply
with QP and Qatar State safety regulations.
(a)
Consultant shall carry out topographic survey of the location as per location
drawing. Consultant shall carry out survey of existing adjacent facilities
and structures appropriate to the scope of the design and geo-technical
investigation with the objective to determine the soil bearing capacity of the
proposed WORKSITE area and ground water table movement drawing
recommendations for design of foundations and floors at grade level.
(b)
(c)
Consultant shall carry out review of the existing records and data
available on the existing infrastructure services and structures and their
adequacy to suit the proposed new tie-in works .
(d)
(e)
Page 9 of 17
(f)
Consultant shall carry out and prepare detailed design and documents
of the proposed buildings inclusive of all aspects, incorporating the
following elements:
(i)
(ii)
(iii)
(iv)
(g)
Format of Report/Submissions
All report, submissions or other narrative or spread sheets shall be
prepared employing software compatible with WORD for Windows 2007 or
later, Microsoft Excel for Windows 2007 or later.
(b)
Drawings
(i) Consultant shall produce drawings in accordance with the QGPC (QP)
Engineering Standard for Draughting ESD10.1 and shall contain all the
information necessary to carry out and complete the WORK. Drawings
shall be produced wherever possible using Computer Aided Design
software AutoCAD Release 2007 or later.
(iii) Architectural drawings shall include site layouts and setting out
information, plans, elevations, sections and all related engineering
services drawings: electrical, drainage , plumbing and water supply,
telecommunications and air conditioning.
(iv) All drawings issued to QREIC, whether for comment , interim approval or
on final completion shall be subject to a thorough in-house quality
assurance check by Consultant. Each drawing shall bear initial of the
draughtsman, the discipline engineer responsible for the design and
Consultant Representative or other approved person responsible for
Quality Assurance and co-ordination of the design .
Page 10 of 17
Consultant shall carry out the design services in three stages viz. , Conceptual,
Preliminary and Detailed, obtaining QREIC approval at each stage before
further developing the design. Upon award of the Contract, the Consultant shall
submit minimum 3 Options of the concept design including 3D perspectives for
each concept for approval. Upon completion of the detail design services, the
Consultant shall carry out the Tender stage services.
(ii) Before design work starts Consultant shall prepare a schedule, detailing the
reports/drawing, which shall be submitted at the different stages of the
design. Consultant shall obtain QREIC approval of the schedule before starting
design work.
(ii) At each of the three stages of the design, Consultant shall submit to QREIC
four (4) No. paper prints of all reports/drawings requiring approval. QREIC
shall return one copy of the Consultant's submissions within Ten (10)
working days indicating that the submission is acceptable or that additional
input is required.
(iii) Consultant shall revise the reports/drawings, incorporating QREIC/QP
comments, if any, and issue four (4) No. paper prints of drawings marked
"Approved for Construction" to QREIC following acceptance of Consultant's
detailed design drawings.
(iv) Consultant shall submit all design drawings and design calculations to
QREIC for approval on a progressive basis. QREIC Representative shall
convene regular design review meetings and monitor the progress.
Page 11 of 17
Page 12 of 17
SERVICES
A 7-1 Staffing
The Consultants shall provide or procure qualified and accredited managerial, planning,
administrative, and technical staff to perform the Services in full conformance with all
applicable laws, building codes, Companys requirements, budget and schedule for the
construction of the packages.
The Consultants shall coordinate/oversee the work of all the various engineering
disciplines, making sure conflicts are avoided, codes are met and all systems are
implemented. The Consultants shall meet all requirements necessary to complete the
design so that the packages can be tendered, permitted and constructed.
A 7-2 Sub-Consultancy
The employer has no objection in principle to the Consultant Sub-Contracting any
elements of the services to a suitable qualified third parties. The Consultant shall
specify in his bid the names of the disciplines and proposed Sub-Consultants planned
to employ. However, the Employers prior approval of the suitability of the third party
must be obtained before a Sub-Contract is made. The design consultant shall maintain
complete responsibility and liability for the services provided by the sub-consultant to
the satisfaction of the Engineer.
A 7.3 Site Survey and Investigation
The Consultant shall carry out the topographical survey and geotechnical investigation
of the site through an approved Topographical and Geotechnical Survey Company
registered with "Qatar Engineers Accreditation and Classifying Committee"
The Consultant shall collect all relevant data from the relevant authorities, verify, vet and
correct the data of utilities/services in and around the plot to the actual site conditions
(by electromagnetic process) and produce a complete set of drawings and documents of
existing services and facilities above and below the ground surface of the site.
A.7.4 Tendering and Contract related Services
The Consultant shall employ an approved quantity surveying practice regulated by
Royal Institution of Chartered Surveyors (RICS) and registered with "Qatar Engineers
Accreditation and Classifying Committee" for all quantity surveying related services. The
quantity surveying consultant shall provide the required services in the following stages.
(i) The quantity surveying consultant shall prepare and submit for approval a
comprehensive Bill of Quantities (BOQ), cost estimate and the tender documents in
the following manner.
a)
The Bill of Quantities shall fully detail and describe the extent of Works required
and shall include the items with descriptions in accordance with an adopted
standard method of measurements that properly and effectively describe the
elements of work to the extent that no ambiguities can arise. The final Bill of
Quantities shall include quantity take off sheets for all the disciplines.
Page 13 of 17
The detailed cost estimate, shall be based upon the project documents of all
work necessary for the complete construction of the Project with unit prices and
mark-ups reflecting current market conditions, without lump sums of any kind.
c)
(ii) Upon receipt of the tenders, the Consultant shall prepare and submit a
comprehensive tender analysis report addressing both technical and financial
aspects of the submitted bids with a recommendation enabling the Employer to
deicide the suitable contractor for the project.
(iii) Once decided and upon issue of the Letter of Intent, the Consultant shall prepare
the Contract Document incorporating all relevant parts of the accepted tender, for
signature.
A8
DESIGN STAGES
The concept report shall include a feasibility studies to address and resolve all
issues of office layout in regards to interdepartmental relationships, circulation
and accessibility of personnel and vehicles. The lump sum price for provision of soft
furnishings shall be included in the said report. Detailed Method statement including
the procedures, criteria, standards and controls required in executing subsequent
project management and other phases must form part of the Concept Report.
Annexure A - Scope of Services
Page 14 of 17
Project tender documents and drawings for each construction packages as per
the number of Tenderers. Drawings shall be A0 or A1 size.
One set of A3 size drawings
Electronic copy of all tender documents and drawings in non editable format.
A set of complete drawings and documents in editable format.
The building permit obtained by the Consultants from the concerned Authorities.
Page 15 of 17
Three (3) sets of project contract documents and drawings for each construction
packages. Drawings shall be A0 or A1 size.
Two sets of Electronic copy of all contract documents and drawings in editable
and non-editable formats.
The Contract documents shall include copies of alterations made by circular notice,
accepted qualifications and alternatives, any changes arising from negotiations, contract
starting instructions, completed form of tender, Instructions to Tenderers, conditions of
contract, specifications and completed bills of quantities.
Page 16 of 17
Page 17 of 17
ANNEXURE B
CONSULTANTS FEE PROPOSAL
ANNEXURE B
CONSULTANT FEES PROPOSAL
B-1
The Consultant shall include in his proposal the design lump sum fee, detailed by
completion of services. It should be noted that the percentage shown against the listed
items are the maximum allowable of the total price.
Schedule B
Item
Fee in QR
5%
B-2
Approval for each of the items listed in the above table shall be issued by QREIC only on
receipt of the approval from the concerned authority.
The Consultant's initial claim for completion of any of the above listed items shall not
exceed 70% of the fees against it. The remaining 30% should be claimed only after
receiving written approval from QREIC.
B-3
The Consultant's design fee proposal is to be valid for a period of (One Hundred and
Twenty) 120 days from the date of submission. The Consultant is advised that his fee
proposal must contain no conditions. Should he require any clarification of the work to be
carried out under the Professional Service Agreement, this should be requested in writing
prior to submitting his fee proposal.
The fee shall be paid in Qatari Riyals.
The Consultants fee is deemed to include for the cost of procurement of all and any data
or plans, specification, standards, and manuals for which a charge may be levied by any
authority.
B-4
Payment Terms
Fees of the consultant will be payable against invoices after the completion of each stage
of works in Schedule B and will be paid by the Employer after 30 days from the date of
Engineer approval.
_______________________________________________________________________________________
Annexure B Fee Proposal
Page 2 of 2
ANNEXURE C
TIME SCHEDULE FOR SERVICES
ANNEXURE C
TIME SCHEDULE FOR SERVICES
CONSULTANT'S SCHEDULE
C-1
The Consultant shall include in his proposal his schedule for completing his design
services within (One Hundred and Fifty days) 150 days generally as Schedule C, as
follows:
Schedule C
Cumm.
Total
Completion of review of As-Built Survey of the existing facilities
and Services
Completion of Concept Design Drawings and Reports
Approval of the Concept Designs Submittal (Time Required by
QREIC in working days)
Completion of Preliminary Design Drawings and Reports
Approval of the Preliminary Designs Submittal (Time required
by QREIC in working days)
Completion of Detail Design Drawings and Documents
Approval of the Detail Design submittal (Time Required by
QREIC in working days)
Engineers Final Approval
Submission of Tender Documents (Calendar days)
Completion of Tender Services In Co-ordination with QREIC
Completion of Contract Services In Co-ordination with QREIC
by day
by day
10
by day
10
by day
10
by day
by day
150
Approval Duration
The Consultant shall allow a 10 working day period in his submittal schedule for
obtaining the approval of the Engineer at each interim submittal stage for Concept,
Preliminary, detail Design and all other submittal requirements during which other
minor and preoperational works can still preceded as groundwork for the following
design stage.
In case of delay by QREIC in approval of Consultant Design Submittal, only time
variance will be awarded on QREIC discretion. No extra cost will be awarded due to
delay in QREIC approval of Consultant's submittals.
Level one program which includes the above activities shall be submitted along with
schedule "C".
Tender Analysis Report:
After the closing of the tender, the consultant will be required to prepare Tender
Analysis Report, which will include the full details of the documents submitted by the
Tenderer and the price quoted by him, only those bidders who comply with the
requirement of the Tender submission will be treated as successful Tenderer. Also
the Employer reserves the right to accept a Tender other than the lowest and accept
______________________________________________________________________________________
Annexure C" Consultants Schedule
Page 1 of 2
or reject any tender in whole or part or to reject all Tenders with or without notice or
reason.
Detailed Tender Analysis Report should be submitted within 14 days from the date of
request by the Engineer.
Completion of Contract Documents:
After reviewing the Tender Analysis Report, and awarding the Tender to the
Successful bidder, the consultant will be required to provide to the Engineer complete
sets of Contract Documents as stated in the Annexure A incorporating all the tender
addendums and post tender correspondence.
C-3
Design Deliverables
On completion of his contract services, the Consultant shall deliver to the Engineer
the original drawings for the project. These shall be in accordance with the
requirements stated in the Annexure A - Scope of Services.
C-4
The Drawings
The drawings shall be clearly labeled with Project Code and full title as described in
the project brief. The cover sheet shall contain a full list of drawings included.
______________________________________________________________________________________
Annexure C" Consultants Schedule
Page 2 of 2
ANNEXURE D
DESIGN SPECIFICATIONS & STANDARDS
ANNEXURE D
DESIGN SPECIFICATIONS & STANDARDS
D-1
General
The permanent works shall be designed for construction generally in accordance with
following Government standard specifications. In the case of any disparity or ambiguity
between the quoted Specification, Codes and Standards, the more stringent requirement
shall apply. Responsibility for ensuring the correct interpretation of the applicable
Specifications, Codes and Standards rests with the Consultant. In case of doubt the
Consultant shall contact the Engineer for clarification.
D-2
Standards
QP Safety Manual.
EP.S.01 QP Corporate Fire and Safety Philosophy
NFPA 20 Fire Pumps Centrifugal
NFPA 24 Private Fire Services Mains
______________________________________________________________________________________
Annexure D Design Specifications & Standards
Page 1 of 2
D-3
Specifications
The following documents in their last revision shall be read in conjunction with and shall
be part of the design criteria:
(i)
______________________________________________________________________________________
Annexure D Design Specifications & Standards
Page 2 of 2
ANNEXURE E
METHOD STATEMENT
ANNEXURE E
METHOD STATEMENT
E-1
The Consultant shall include with his fee proposal a brief statement describing his
proposed methodology for the execution of the works under the Professional Services
Agreement. The Method Statement shall set out for each stage of the services to be
provided; his proposed methodology, the topics covered, the expected outputs, the staff
to be engaged and the duration of the activity, both in Qatar and elsewhere. The Method
statement shall be taken as indicative of the minimum staff resources to be deployed and
shall in no way be binding upon the client in terms of additional costs should the
Consultant require to increase man power or resources to achieve the project objectives
and deadlines.
Consultants are advised that they are expected to have examined all terms, conditions
and instructions included in this brief. Failure to provide all requested information will be
at the Consultant's responsibility.
The majority of the key professional staff are expected to be permanent employees of the
firm, unless indicated otherwise. The proposed staff must have experience relating to
similar projects and familiarity with current standards in the State of Qatar.
The Consultant shall identify an alternative Project Architect (Project Manager) for the
event that the designated person for this position is unavailable for any reason and to act
as deputy during periods of absence.
E-2 Specifics
The Method Statement shall address the following main points:
A brief description of the Consultant's organization and an outline of recent experience on
projects of a similar nature. This information provided on each project should indicate the
profiles of the staff provided, duration and the extent of the Consultant's involvement.
E-3
CV's
Curriculum Vitae (CV) of the key personnel and key information should include: years of
experience, registration to professional affiliations, years with the firm and degree of
responsibility held in various assignments during the last 10 years. CV's should be limited
wherever possible to not more than 4 pages.
________________________________________________________________________________________
Annexure E Method Statement
Page 1 of 1
ANNEXURE F
CONSULTANTS QATARI REGISTRATION
ANNEXURE F
CONSULTANTS QATARI REGISTRATION
The Consultant should have A grade registration with relevant Engineers Accreditation
Authority of State of Qatar for all the relevant disciplines that the Consultant is going to
perform and have to submit copies of relevant documents to prove their grade and
registration along with the tender.
In case of failure to submit copy of the registration, consultants offer will not be
considered.
_______________________________________________________________________________________
.
Annexure F Consultants Qatari Registration
Page 1 of 1
ANNEXURE - G
CONSULTANTS PREVIOUS EXPERIENCE IN QATAR
ANNEXURE G:
The Consultant should have A grade registration with relevant Engineers Accreditation
Authority of State of Qatar and have to submit copies of relevant documents to prove their
grade and registration along with the tender. In case of failure to submit copy of the proper
document and experience, the consultants offer will not be considered.
The consultants should have at least minimum 5 years experience in State of Qatar.
The Consultant should include with his proposal a detailed list of similar projects done in
Qatar in last 5 years.
Only the Projects with total construction cost exceeding QR 20 Million should be listed.
Projects of supervision services and design services should be listed separately.
The Consultant must prove that he had executed similar projects at State of Qatar and he
has qualified technical staff, who have experience in similar works.
_______________________________________________________________
Annexure G Consultants Previous Experience in Qatar
Page 1 of 1
ANNEXURE H
CONSULTANTS PROJECT ORGANIZATION CHART
ANNEXURE H
CONSULTANTS PROJECT ORGANIZATION CHART
The Consultant shall submit a project organization chart which will be considered as the
minimum staff resources to be deployed and shall in no way be binding upon the client in
terms of additional costs should the Consultant require to increase man power or
resources to achieve the project objectives and deadlines.
The majority of the key professional staff is expected to be permanent employees of the
firm, unless indicated otherwise. The proposed staff must have experience relating to
similar projects and familiarity with current standards in the State of Qatar.
CVs
Curriculum Vitae (CV) of the key personnel of the proposed project design team shall be
submitted. CV should include years of experience, registration to professional affiliations,
years with the firm and degree of responsibility held in various assignments during the last
10 years. CVs should be limited wherever possible to not more than 4 pages.
CV of the following positions to be submitted. All proposed candidates should have
Bachelors degree in their discipline and minimum 7 years experience out of which 2 years
should have been spent in the GCC countries.
The Consultant shall identify an alternative Project Architect for the event that the
designated person for this position is unavailable for any reason and to act as deputy
during periods of absence.
a.
b.
c.
d.
e.
f.
Architect
Structural Engineers
Infrastructure Engineers
Mechanical & Electrical Engineers
Quantity Surveyor.
Any other specialists as may be necessary.
_______________________________________________________________________________________
.
Annexure H Consultants Project Organization Chart
Page 1 of 1
ANNEXURE I
LAYOUT-SKETCH