Вы находитесь на странице: 1из 49

QATAR REAL ESTATE INVESTMENT COMPANY

EXTENSION OF DUKHAN OPERATIONS


MANAGEMENT BUILDING (DOMB) AT QP TOWNSHIP
DUKHAN

TENDER DOCUMENT

FOR
PRE-CONTRACT CONSULTANCY (DESIGN)
SERVICES

APRIL 2015

Extension of Dukhan Operations Management Building (DOMB)

CONTENTS
Page

1. Instructions to Tenderers

2. Form of Tender

3. Annexure A Scope of Design


Services Project Brief

17

4. Annexure B Consultant's Fee Proposal

02

5. Annexure C Time Schedule for Services

02

6. Annexure D Design Specifications & Standards

02

7. Annexure E Method Statement

01

8. Annexure F Consultants Qatari Registration

01

9. Annexure G Consultant's Previous Experience in


Qatar

01

10. Annexure H - Consultants Project Organization


Chart

01

11. Annexure I Layout Sketch Chart

01

Contents

Page 1 of 1

INSTRUCTIONS TO TENDERERS

Extension of Dukhan Operations Management Building (DOMB)

1.0

INSTRUCTIONS TO TENDERERS

1.1

Introduction

1.2

1.1.1

The Qatar Real Estate Investments Company, (QREIC) (hereinafter referred


to as the Employer) intends to award a contract for the planning, study and
Pre-Contract Consultancy (Design) Services of Extension of Dukhan
Operations Management Building (DOMB) as described in Annexure A.

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

Tender Documents and Closing Date


1.3.1

Tenders must be submitted in sealed packages and returned to the


Company on or before the due date as noted in the Invitation to Tender
letter.

1.3.2

The submitted Tender Packages shall comprise the following:


Curriculum Vitae of proposed staff who will be involved in this Project
Method Statement: (brief) for both the design works, as specified in
Annexure E
Fee Schedule - Annexure "B"
Time Schedule for Services, Annexure C
Consultant Previous Experience in State of Qatar Annexure "G"
Annexure A, D, E and F stamped and initialed by the Tenderer
Form of Tender
The Tender Bond
Instructions to Tenderers Stamped and initialed by the Tenderer
Tenderers Qatari Registration Certificates / Licenses. Proof on
Enrollment to relevant authorities as per latest government rules and
regulations are to be submitted.
Letter of Invitation Stamped and initialed by the Tenderer

Instruction to Tenderers

Page 1/6

Extension of Dukhan Operations Management Building (DOMB)

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

Examination of Tender Documents and Explanations to Tenderers.


1.6.1

Any Tenderer planning to submit an offer is responsible for examining with


appropriate care the complete Tender Documents Package, and is also
responsible to familiarize himself with all conditions which might in any way
effect the cost of the performance of any work. Failure to do so will be at
the sole risk of the Tenderer, and no relief can be given for errors or
omissions by the Tenderers.

1.6.2

The documents forming the Tender Documents are to be taken as mutually


explanatory.

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

Extension of Dukhan Operations Management Building (DOMB)

1.7

1.8

1.9

Questions and Clarifications Concerning the Tender Documents


1.7.1

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.

Site Inspection and Conditions


1.8.1

In addition to the examination of the Tender Documents, each prospective


Tenderer shall make whatever other arrangements are necessary to
become fully informed regarding all existing and expected conditions and
matters which might in any way affect the cost of the performance of the
services.

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

Extension of Dukhan Operations Management Building (DOMB)

Agreement Price. The "Performance Guarantee" is to be in the form set


out in the Conditions of Engagement and issued by a bank registered in
Qatar.
1.11.2 If the Agreement Price is increased for any reason the value of
"Performance Guarantee" shall be increased proportionately with the
increased Agreement Price.
1.11.3 On acceptance by the Employer of the Performance Guarantee the Tender
Bond shall be returned to the successful Tenderer.
2.0

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.

The Scope of Works for the Design Services is defined in


Annexure A of the Tender Package.

A2.

The Services to be provided by the Consultants include the services


of the professional:
Architects
Civil and Structural Engineers
Infrastructure Engineers
Mechanical & Electrical Engineers
Quantity Surveyor
Any other specialists as may be necessary

a)
b)
c)
d)
e)
f)

Instruction to Tenderers

Page 4/6

Extension of Dukhan Operations Management Building (DOMB)

A3.

Professional services are to be in accordance with the Tables 1, 3,


5, 6, 7, 8, 9 and 10 of Section 10 of the Conditions of Engagement,
1984 Edition.

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.

The invoices for the Design Services shall be made in accordance


with the Fee schedule in Annexure B.

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

Extension of Dukhan Operations Management Building (DOMB)

SPECIMEN FORM OF TENDER BOND


Tender For Pre-Contract Consultancy (Design) Services for Extension of Dukhan
Operations Management Building (DOMB)".
Sir,
We have the honor to inform you that we guarantee Messrs

of for the amount of Qatar Riyals One Hundred


Thousand Only (QR 100,000.00) in order to allow them to submit a tender for the PreContract Consultancy (Design) Services for Extension of Dukhan Operations
Management Building (DOMB) as specified in the Tender Documents.
This guarantee shall remain valid for a period on one hundred and Fifty (150) days
starting on the latest date fixed for the submission of Tenders by the Qatar Real Estate
Investments Company, that is from.. to
.or such earlier time as a Performance Bond shall have
been duly provided by a Tenderer whose tender has been accepted and is subject to
renewal by the Qatar Real Estate Investments Company without the objection of Messrs.
.
.
In the event of Messrs .withdrawing their tender before
the expiration of validity of the Tender or failing to provide a Performance Bond within 15
days of being requested to do so by the Qatar Real Estate Investments Company,
whichever date is earlier, we definitely undertake to deposit with the Qatar Real Estate
Investments Company, upon the Qatar Real Estate Investments Company demand and
notwithstanding
any
objection
on
the
part
of
the
said
Messrs.., the aforesaid sum of
QR. 100,000.00 ( One Hundred Thousand) only.

Signed: ...
Date: ...

Instruction to Tenderers

Page 6/6

FORM OF TENDER

Extension of Dukhan Operations Management Building (DOMB)

FORM OF TENDER
Qatar Real Estate Investments Company
P.O. Box 22311
Doha,
State of Qatar.
Attention: The Chief Executive Officer
Dear Sir,
SUBJECT:

Tender for Pre-Contract Consultancy (Design) Services

PROJECT NAME:

Extension of Dukhan Operations Management Building


(DOMB)

_________________________________________________________________
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.

.............................. (QR ...........)


as detailed in Annexure "B"
2. We undertake to provide design services and other associated deliverables as
detailed in the Instructions to Tenderers and as more particularly detailed in the
Agreement and Annexures submitted herewith.
3. Unless and until a formal Agreement is prepared and executed, this Tender
together with your written acceptance thereof, shall constitute a binding contract
between us.
4. A tender bond valid for 150 days in the sum of QR 100,000.00 (Qatari Riyals One
Hundred
Thousand
Only)
is
attached,
the
surety
being:

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

Extension of Dukhan Operations Management Building (DOMB)

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.

We agree to bear all costs incurred by us in connection with preparation and


submission of this tender whether or not successful and to bear any further costs
incurred by us prior to award of any contract.

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

Signed by (Print Name) _______________________________________ (Signature)

in the capacity of (Print Title) ___________________________________________

duly authorized to sign tenders for and on behalf of __________________________


(Print company name)

in the presence of: _____________________________________________ (Address)


(*Tenderer to insert the required information where indicated thus).

__________________________________________________________________________________
Form of Tender
Page 2 of 2

ANNEXURE A
SCOPE OF DESIGN SERVICES

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

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.

A1.2 Project Description


The project comprises the design of a building of an approximate built up area of
around 8,000 m2 to accommodate the proposed extension of the existing DOMB.
Primary Requirements

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.

The building shall be designed to accommodate the spatial requirements as shown


on the Table below:

Annexure A - Scope of Services

Page 1 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

Table 1 :Area Tabulation


ITEM
NO.

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

VIP Visitor Room

4.5

Operation Manager Room

Sub-Total
5.0

TOTAL
AREA

Total Net Area

5,741

CIRCULATION (40% of Net Area)

2,296
8,037

Total Build-Up Area

Annexure A - Scope of Services

Page 2 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
A 2.

Detailed Scope of Services


The design works generally shall include all the necessary drawings, documents
and permits necessary for the proper construction and adequate function of the
development, Extension of Dukhan Operation Management Building (DOMB) at QP
Dukhan Township
The Consultant shall carry out design services for a two to three storey
reinforced concrete framed building with all finishes, supporting infrastructure
and engineering services including but not limited to:

Provision of topographical and geotechnical surveys and investigations


inclusive of identification of underground services and utilities.

Provision of a feasibility study to resolve all issues of office layout in


regards to interdepartmental relationships, circulation and accessibility of
personnel and vehicles.

Provision of comprehensive detailed design drawings and documents for all


the aspects of architectural, structural and electro mechanical design
elements including the provision of fixed office furniture, the central air
conditioning system, electrical supply to all electrical facilities inclusive of
tie-in to QP approved tie-in points, water supply and plumbing works
inclusive of tie-ins, telecommunication network inclusive of tie-ins, LAN
system inclusive of tie-ins, sewage disposal system comprising of sewers,
inspection chambers and tie-in to the existing sewage network, surface water
drainage system inclusive of trenches and soakaways, personnel & service
elevators, fire detection and fire fighting systems etc.

Design of necessary infrastructure facilities including the design for all


external services and utility tie in connections, street lighting, shaded and
non-shaded car parking, soft and hard landscaping, irrigation system,
provision of boundary wall, gates and guard rooms, provision of access and
internal roads and pavements.

Provision of detailed designs for and securing the permits for all the utility
connections including water, power, telecommunications, sewage disposal
system etc.

Design provision fo r demolishing the existing structures and site clearance.

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.

Tendering and Contract Documentation services

Annexure A - Scope of Services

Page 3 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

A3

A4

Specifications and Standards


The work shall be based on the design standards and specifications applicable in the
State of Qatar, D.I.E. and as specified in Annexure D. The Consultants shall be
responsible for obtaining copies of all Standards and Specification from the relevant
authorities. A copy of each of the above shall be provided to the Employer in both
printed copy and CD before the final submission of the design.
Design Requirements and Guidelines

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.

A 4.2 Architectural Design Requirements and Guidelines


The building shall be adequately designed to maximize space utilization. To
attain this goal, all endeavours shall be made to achieve optimum design space
utilization. At the same time to meet adequate circulation, accessibility and
safety requirements complying with approved international standards. The
designer is expected to aim for energy conservation and cost effectiveness .
As the building will be physically connected to the existing Dukhan Operations
Management Building (DOMB), due consideration will be given to the
architectural external design (elevations) and masses (blocks) inter-relations of the
building to exemplify modern architecture and harmoniously combination with the
existing DOMB and landscape in its vicinity .
A 4.3 Load Definitions
Dead Load
All structural materials, floors and various permanent elements forming part of
the building shall be considered as dead loads.
Live loads
The design imposed loading shall follow BS 6399: part 1 in general. However,
the following minimum live loads shall be used:

Annexure A - Scope of Services

Page 4 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

Distributed Load
kN/m2

Concentrated Load
kN

Offices , Toilets, Lockers


Corridors

4.0

4.5

Switchgear Room,
Battery Room

10.0

4.5

Mechanical (HVAC) Room

7.5

4.5

Flat Roofs

1.5

1.8

Floor Area Usage

In addition, a moving load of 5 kN must be applied to all flooring to provide


maximum stresses . Where the applied load is greater than these values, it shall
take reference in the design (e.g. instrument panels, switchboards, mechanical
equipment) .
In addition to the live loads, roofs with a slope less than 30 degrees shall be
designed for the following sand loads:
(i) Roof with Parapet
1.0 kN/m2
(ii) Corrugated roof without parapet
0.4kN/m2
(iii) Other roofs without parapet
none
Paving and Trench Covers:
Concrete paving and trench covers subject to vehicle traffic shall be designed
taking into account-applied loads and their frequency with the following: i.e. a
minimum of 50 kN wheel load over a contact area of 0.25 x 0.20m.
Wind Load
The wind pressures shall be calculated in accordance with BS CP3, Chapter V,
Part 2, 1972, Basic Data for Design of Buildings- Wind Loads.
Structures shall be designed for a basic wind speed of 45 m/sec.
The following wind factors shall be used:
i. Topography factor S1 = 1.0
ii. Ground Roughness, Building size and Height above ground factor from
table 3 - "open country with no obstruction" ,
iii. Statistical factor S3 = 1.0
iv. The most prevailing wind direction is NNW

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.

(b) Other Structures


The most unfavourable load conditions shall be taken into account.

Annexure A - Scope of Services

Page 5 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
A 4.4

Reinforced concrete Building

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.

(ii) Design of water retaining structures shall be in accordance with BS 8007


considering a maximum design crack width of 0.1mm.

(iii) Construction joints shall be in accordance with BS 8007.


(iv) Load factors shall be applied as per BS 8110 or BS 8007 to obtain the most
favourable conditions .
A 4.4.2 Material Requirements

(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.

(ii) Concrete Grades


Concrete Grade

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

A 4.4.2.1 Reinforcing Steel


Reinforcing steel bars shall be un-coated high yield deformed bars with a characteristic
strength of 420 N/mm2 to BS 4449, or equal as supplied by Qatar Steel Company
(QASCO) , designated as grade 'T'.
Un-coated mild steel plain bars with characteristic strength of 250 N/mm2 BS 4449
or equal may be used for links and binders, designated as grade 'R'.
Steel wire fabric shall be of characteristic strength 485 N/mm2 in accordance with
BS 4483 or equal.
Annexure A - Scope of Services

Page 6 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
A 4.4.2.2 Concrete Cover
Concrete cover is the design depth to all steel reinforcement including links:
(i)

Cover to all concrete in contact with soil in foundations up to base plate


level shall be 70 mm.
(ii) Cover to all above grade concrete exposed to weathering shall be 50 mm.
(iii) Cover to above grade concrete protected from weathering shall be:
Beams and columns
:
40 mm
Slabs and walls
:
30 mm

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:

Annexure A - Scope of Services

Page 7 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

Member Type

Category
Steel Members

Purlins, Girts, Floor

Vertical
Deflection
L/200

Horizontal
Deflection

Beams

Steel Frames

Without Equipment

L/300

With Equipment

L/500

Crane Runway Girders and


Monorail Beams.

L/750

Cantilever Beams

L/400

Without Equipment

H/200

With Equipment -

A 4.5.3

Without wind

H/300

allowance With wind

H/20

H equals height of frame and L equals the span of beams

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.

Annexure A - Scope of Services

Page 8 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

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 4.10 Qatar Laws and Regulations


In addition to the foregoing, Consultant shall comply with all laws, regulations
and instructions in force in Qatar and particularly with such laws, regulations
and instructions that relate to planning, design and construction .
The Consultant is deemed to be familiar with and in possession of all the
Specifications, Codes and Standards quoted herein.

A 5 DESIGN AND DRAWINGS


A 5.1 Engineering Design

(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)

Consultant shall carry out As-Built survey of the existing facilities


appropriate to identify existing systems and services arrangements and
problems to link/tie-in with the proposed structure, giving elevations and
boundary lines of existing buildings.

(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)

Consultant shall carry out design modification works to existing


infrastructure services or part thereof in accordance with appropriate
safety standards and without adverse effect on the integrity ,appearance or
durability of such services.

(e)

Consultant shall carry out design of new reinforced concrete foundation


and framework for the new office building. The Consultant shall take
into consideration all recommendations made in tine manufactures
operational and installation manuals and from the geotechnical report.

Annexure A - Scope of Services

Page 9 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

(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)

Conceptual design and drawings.


Preliminary design
Detailed design and drawings
Schedules of works,specifications and bills of quantities.

A 5.2 Submittals Guidelines

(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.

(ii) Approved for Construction (AFC) and record drawings shall be


prepared on A0 and A 1 size sheets only, unless otherwise expressly
approved by QREIC. QREIC and QP title block shall appear in the
lower right hand corner of all drawings. A sample copy of the subject
title block and the assignment of QP drawing number will be made
available to the Consultant.

(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.

(iii) Structural drawings shall include foundation plans/general arrangement,


superstructure plans, elevations and sections with reinforcement and
connection details. Drawings for reinforced concrete structure/elements
shall be prepared in accordance with the "Standard Method of Detailing
Reinforced Concrete" published by the Cement and Concrete Association
or "Detailing of Structural Concrete" (1988 Edition) published by the
Institution of Structural Engineers.

(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 .

Annexure A - Scope of Services

Page 10 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
(vi) QREIC Representative shall sign all drawings, on completion of the
design, off "Approved for Construction". Notwithstanding any such
approval or acceptance on behalf of QP, Consultant shall retain full
responsibility for the adequacy and completeness of the design.
(c ) Calculations
The Consultant shall provide calculations as necessary to support the
engineering solutions as shown in the drawings and elsewhere.
Calculations shall be presented in an approved format. Calculations in the
form of computer printouts shall only be accepted if they incorporate an
explanation of the data presented.

A 5.3 Approval of Design


(i)

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.

Annexure A - Scope of Services

Page 11 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
A-6

TERMS AND CONDITIONS OF THE TENDER

A 6-1 Conditions of Contract


The Consultant shall provide professional services in accordance with the terms and
conditions of the State of Qatar, Professional Service Agreement, General Conditions of
Engagement 1984 Edition (except the items 11, 12, and 13 of the Section 10)
A 6-2 Tender Price
The Consultant is requested to submit an all inclusive lump sum fee proposal for the
services required for the design and planning, obtaining of permits for construction and
compiling of tender documents.
The Consultants lump sum fee proposal shall include costs of all services described
herein, all government submissions, engineering, drafting, materials, equipment,
insurances, duties, overheads, profit and other things necessary for the Works.
A-6-4 Commencement Date
The anticipated commencement date for the aforementioned design professional
services is May-June 2015.
A-6-5 Duration of Design Services
The Consultant shall complete the design works within 150 days (One Hundred and
Fifty days) from the mutually agreed commencement date of the Professional Services.
A-6-6 Penalty for Delay in Design Works
The amount of penalty for delay, per day, as described in Section 8 of the Professional
Service Agreement, General Conditions of Engagement 1984 Edition shall be levied at
the rate of QR 3000.00 per day or part of the day. Penalty will be limited up to maximum
10 % of the total fees.
A-6-7 Faults in Design
In addition to Section 8.0 of the General Conditions of Engagement 1984-edition, the
Consultant shall be responsible for any additional work that could be claimed during the
construction stage by the contractor due to any error, omission, misjudgment in the
design and inadequate co-ordination with Utility Services.
The Consultant shall also be responsible for any additional cost that may arise due to
additional work, delay to the construction program as a result of any fault, and deficiency
in his design.
A-6-9 Ownership
Copyright of all documents and drawings provided by the Employer, all data, drawings
and documents prepared under this project shall, after being approved by the Employer,
become the property of the Employer and shall be at the sole disposal of the Employer.
Such data, drawings and documents shall not be subsequently altered without the prior
permission of the Employer.
Annexure A - Scope of Services

Page 12 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
A-7

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.

Annexure A - Scope of Services

Page 13 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
b)

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)

The Construction Tender document shall be comprehensive as necessary for


inviting competitive bids in accordance with the Employer's requirements, but
shall include minimum, the form of tender, Instructions to Tenderers, Contract
Agreement, Particular Conditions, Conditions of Contract, specifications, Bill of
Quantities, drawings and any other documents as required by and to the
approval of the Engineer.

(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

A 8-1 Conceptual Design


The Conceptual Design Services shall be in accordance with Section 10 (tables 1 & 2)
of the State of Qatar, Professional Services Agreement, General Conditions of
Engagement 1984 Edition.
The Consultant shall prepare an initial and itemized cost estimate for the project based
on his conceptual design and submit this with his conceptual design.
The Consultant shall review the proposed built up areas and shall prepare an adequate
conceptual design to meet the QREIC requirements and approval. The Concept design
shall include the design of the subdivision, land development, Office units and shall
address all issues pertaining to the indicated services, utilities and infrastructure.
The Consultant shall note that upon the completion of his investigations he is required to
present his proposal for review and approval. The Consultant shall submit to the QREIC
the design on high quality presentation materials along with clear and concise
summaries which describe the features and the potential costs to construct. The
Consultants shall prepare report/documents that summarize the planning and
conceptual designs that include:

Statement on overall objectives and principles of planning (design concept)


Summary of assumptions that are to be used.

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

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

A 8-2 Preliminary Design


Upon approval of the Conceptual design and the written issuance of QREIC of the proceed
letter, the Consultant shall proceed with the preliminary design works.
In general, the preliminary design shall show the proposed works in sufficient detail to
enable a decision to be made to proceed to final design. Drawings shall be at scale, which
will clearly illustrate the information being presented.
The Consultant shall prepare an initial and itemized cost estimate for the construction of the
whole works based on his preliminary design and submit this with his preliminary design.
The Consultant shall design the overall development as stated in Annexure A and provide
all necessary documents, in accordance with Section 10 (tables 3 and 5) of the State of
Qatar, Professional Services Agreement, General Conditions of Engagement 1984 Edition.
A 8-3 Detail Design
Upon the approval of the preliminary design, the Consultant shall design the overall
building Architectural, Structural, Mechanical, Electrical, Telecommunication,
Infrastructure, Gate house boundary wall/external fences, Landscaping elements,
Access Roads, driveways and all other requirements and provide all necessary
documents, in accordance with Section 10 table 6 of the Professional Services
Agreement General Conditions of Engagement 1984-Edition of the State of Qatar.
A 8-4 Tender and Contract Services
The Tender and Contract documents and services shall comply with the General
Conditions of Engagement Edition 1984 Section 10, (tables 7 to 10). The drawings,
tender and contract documents and services shall be prepared according to the agreed
construction packages. The Tender document submission shall be as follows:

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.

Provide tendering services as per table 7, section 10 of State of Qatar, Professional


Services Agreement, General Conditions of Engagement, 1984 Edition.
The Consultant shall prepare the Tender Report and make tender recommendation
based on a pre set criteria approved by the Engineer. Detailed tender analysis report
shall be submitted to the Engineer within 14 days upon advise by the Engineer.
Provide contract services as per table 10, section 10 of State of Qatar, Professional
Services Agreement, General Conditions of Engagement, 1984 Edition.
Annexure A - Scope of Services

Page 15 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________
On approval of the contract documents, the Consultant shall supply for each
construction package the following:

Three (3) sets of project contract documents and drawings for each construction
packages. Drawings shall be A0 or A1 size.

One set of A3 size drawings.

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.

Annexure A - Scope of Services

Page 16 of 17

Extension of Dukhan Operations Management Building (DOMB)


________________________________________________________________________

Annexure A - Scope of Services

Page 17 of 17

ANNEXURE B
CONSULTANTS FEE PROPOSAL

Extension of Dukhan Operations Management Building (DOMB)

ANNEXURE B
CONSULTANT FEES PROPOSAL

B-1

Consultant's Design Fee

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

On acceptance of As-Built Survey of the existing facilities


and services (maximum allowable 5% of Total Fee)
On approval of the Concept Plans, Reports and Cost
Estimate (maximum allowable 20% of Total Fee)
On approval of Preliminary Design Drawings, Reports
and Cost Estimate (maximum allowable 20% of Total
Fee)
On approval of Detailed Design Drawings & Reports
(maximum allowable 25% of Total Fee)
On acceptance of the Tender Documents (Drawings,
Front-end Documents, Specifications, B.O.Q, Prequalification etc) and Construction Cost Estimate.
(maximum allowable 10% of Total Fee)
On submission of the required number of Tender
Documents, completion of Tender Clarification Services
and Tender Analysis Report. (maximum allowable 10%
of Total Fee)
On acceptance of Contract Documents (including
Contract Drawings), IFC Drawings and Services.
(maximum allowable 5% of Total Fee)
On completion of 365 days Design Liability period during
the Construction Stage

5%

DESIGN LUMP SUM FEE (QR.)


Note: If QREIC wishes to terminate any stage of the design services prior to the
commencement of that stage, then QREIC shall pay the consultant fees relevant
to that of the design stages so far completed only as indicated and referenced in
the above table. No additional fees and/or claims shall be accepted beyond that.
The Consultant's costs associated with the completion of any design stages shall
be inclusive of all charges and fees up to that stage.
_______________________________________________________________________________________
Annexure B Fee Proposal
Page 1 of 2

Extension of Dukhan Operations Management Building (DOMB)

B-2

Design Approvals & Claims

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

Design Fees Proposal

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

Extension of Dukhan Operations Management Building (DOMB)

ANNEXURE C
TIME SCHEDULE FOR SERVICES

CONSULTANT'S SCHEDULE
C-1

Consultant's Design Schedule

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

Extension of Dukhan Operations Management Building (DOMB)

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 Diskettes & CDs

Electronic copy of drawings shall be provided in AutoCAD (latest revision)


(uncompressed files) and PDF on a CD/DVD diskette.
C-5

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

Extension of Dukhan operations Management Building (DOMB)

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

(a) EFS.00.08.02: Codes, Standards and Specifications for Design Engineering


(second edition dated February 2006)

(b) ESD 10.1 Engineering Standard for drafting, issued by QP.


(c) ESQ.12 Standard Specification for Painting and Wrapping of metal surfaces
issued by QP.

(d) Loss Prevention


i.
ii.
iii.
iv.

QP Safety Manual.
EP.S.01 QP Corporate Fire and Safety Philosophy
NFPA 20 Fire Pumps Centrifugal
NFPA 24 Private Fire Services Mains

(e) The Qatar Construction Specifications (QCS), (2014 Edition) , prepared


by Civil Engineering Department (C.E.D) of the Ministry of Municipal
Affairs and Agriculture (MMAA) .
(f) Qatar Roads Design Manual.

(g) Qatar Traffic Manual.


(h) Telecommunications: Ministry of Transport and Communications Q Tel
Publications Telecommunication Requirements.
(i) MEW / QGEWC / KAHRAMAA Specifications for design and construction of
electricity and water supply systems.

______________________________________________________________________________________
Annexure D Design Specifications & Standards
Page 1 of 2

Extension of Dukhan operations Management Building (DOMB)

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)

Time-Saver Standards for Architectural Design Data- Seventh Edition,


the Reference for Architecture Fundamentals.
(ii)
Time-Saver Standards for Housing and Residential Development Second Edition
(iii)
Time-Saver Standards for Interior Design and Space Planning, Second
Edition
(iv)
Time-Saver Standards for Landscape Architecture- Second Edition
(v)
Architects' Data: Neufert - 3rd Edition
(vi)
BS CP3 Chapter V part 2: Basic data for design of buildings and wind loads.
(vii) BS 6399 part 1: Design loading for buildings code of practice for dead and
imposed loads.
(viii) BS 5930: Code of Practice for site investigation.
(ix)
BS 6031: Code of Practice for earthworks.
(x)
BS 8004: Code of Practice for foundations.
(xi)
BS CP 2012: Code of Practice for foundations.
(xii) BS 8110 Parts 1, 2 &3: Structural use of concrete Code of Practice for design
and construction.
(xiii) BS 648: Schedule of weight for building materials.
(xiv) BS 4449: Hot rolled steel bars for reinforcement of concrete.
(xv)
BS 449 Part 2: The use of structural steel in buildings.
(xvi) BS 4190: Isometric black hexagonal bolts, screws and nuts.
(xvii) BS 4395: High strength friction grip bolts Metric series Part 1.
(xviii) BS 4604: The use of high strength friction grip bolts.
(xix) BS 4360: Weldable structural steel.
(xx)
AWS D1.1: Structural welding code - steel.
(xxi) Architectural Journal (AJ).

______________________________________________________________________________________
Annexure D Design Specifications & Standards
Page 2 of 2

ANNEXURE E
METHOD STATEMENT

Extension of Dukhan Operations Management Building (DOMB)

ANNEXURE E
METHOD STATEMENT

E-1

Design Method Statement

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

Extension of Dukhan Operations Management Building (DOMB)

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

Extension of Dukhan Operations Management Building (DOMB)

ANNEXURE G:

CONSULTANT PREVIOUS EXPERIENCE IN QATAR


_______

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

Extension of Dukhan Operations Management Building (DOMB)

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

Вам также может понравиться