Вы находитесь на странице: 1из 76

Pakhtunkhwa Highways Authority

Government of Khyber Pakhtunkhwa

PREQUALIFICATION
EVALUATION REPORT
for

Construction of Swat Expressway


Under Public Private Partnership
On Build-Operate-Transfer Basis

February 2016

PAVRON House No.364


Street No. 33
Consulting Engineers, Planning, Designing,
F-11/2, Islamabad
Supervision, Advisory Service & Infrastructure Phone Office: 051-8358951
Development Fax Office: 051-8355257

Page | 0
Prequalification Evaluation for Swat Expressway

PREQUALIFICATION EVALUATION REPORT


Construction of Swat Expressway
on Build-Operate-Transfer Basis

Table of Contents
A. Preamble 2
B. Expression of Interest 3
C. Evaluation of Prequalification Applications 4
C.1 SUMMARY OF EVALUATION CRITERIA 4
D. Result of Detailed Evaluation 5
E. Final Recommendations 7

Attachments:

Annex-I : Advertisement for Expression of Interest


Annex-II : Prequalification Document issued by PKHA
Annex-III : Detailed Evaluation Sheets

Page | 1
Prequalification Evaluation for Swat Expressway

PREQUALIFICATION EVALUATION REPORT


Construction of Swat Expressway
on Build-Operate-Transfer Basis

A. Preamble

1. The Government of Khyber Pakhtunkhwa (“KPK”) has planned


construction of “Swat Expressway” a high speed fenced, limited access
facility with approximate length of 81 kilometers, (“The Project”). The
envisioned economic corridor connecting Swat and Dir Valley, with
forthcoming access to Central Asian states the project bears an
international status. With a view to transform this ambition to reality on
fast track, the Government of Khyber Pakhtunkhwa has entrusted this
prestigious task to Pakhtunkhwa Highways Authority (“PKHA”).

2. The planned Swat Expressway commences from Kernal Sher Khan


Interchange on Motorway M1 and terminates in the vicinity of Chakdara
bridge on National Highway N-45 (Malakand Agency). The proposed
Expressway will provide highway speed, alternate route for District Swat,
Upper and Lower Dir, Chitral and other remote areas within the Malakand
and Bajour Agency promoting interconnectivity with developed regions of
the country. Swat Expressway is envisaged to attract most of the through
traffic bound for upper northern regions resulting in reduction of traffic
congestions and road accidents on the existing National Highway N-45 that
passes through built-up towns of Rashakai, Mardan, Takhtbai, Shergah,
Sakhakot, Dargai and Batkhela. The proposed alignment, with its start
and end points, is shown in the following map.

Figure 1: Alignment Plan of Swat Expressway with Planned Interchanges

Page | 2
Prequalification Evaluation for Swat Expressway

3. The construction of Swat Expressway entails huge financial envelope


within the constrained economy of the KPK province. In a high level
meeting, chaired by Chief Minister KPK, held in December 2014, it was
decided that Swat Expressway shall be implemented under Public Private
Partnership (“PPP”) on Build-Operate-Transfer (“BOT”) basis. A financial
and commercial feasibility study was undertaken by PKHA. On
recommendations of the study various financial options were explored
where the construction of Swat Expressway on PPP mode was considered
feasible for immediate project implementation.

B. Expression of Interest

4. Pursuant to the decision of the Government of KPK, PKHA initiated


procurement of concessionaire for implementing Swat Expressway through
PPP on BOT basis. To begin with the process, an advertisement was
released in the print media on December 19, 2015 for inviting Expression
of Interest (“EOI”) from the local as well as international private
entrepreneurs. A copy of EOI is attached at Annex-I. Prequalification
(“PQ”) Documents, detailing procedure that includes, interalia, instructions
to applicants and evaluation criteria and requirements, was issued to all
interested parties and was also uploaded on PKHA’s website. A set of PQ
Documents is attached at Annex-II. Last date for submission PQ
Applications was fixed as January 21, 2016.

5. In response, following five (05) firms / joint ventures submitted their


applications, showing their interest for undertaking the Project on BOT
basis.

i. M/s National Logistic Cell (NLC) and China Harbour


Engineering Company Limited (CHEC), Joint Venture

ii. M/s Niaz Muhammad Khan & Brothers (NKB) and Deokjae
Construction Company (Pvt.) Limited (DCCPL) and Sambo
Engineering Company Ltd. (SAMBO), Joint Venture

iii. M/s Frontier Works Organization (FWO)

iv. M/s Saadullah Khan & Brothers (SKB)

v. M/s China National Aero-Technology International Corporation

Page | 3
Prequalification Evaluation for Swat Expressway

C. Evaluation of Prequalification Applications

6. Prequalification Evaluation is based on the applicants’ fulfilling


following “Evaluation Criteria”, which was publicized as part of
Prequalification Documents for all interested parties.

C.1 Summary of Evaluation Criteria

A. Eligibility:

1. All Pre-qualified applicants are obliged to meet this condition before bidding
or concession signing.
1.1 PEC Certificate / SECP Certificate (as applicable)
1.2 One Applicant (single or lead firm / one application)
1.3 Ineligibility

B. Technical Qualifications: (a maximum of Sixty (60) Marks)

2. Business Structure: …………………………………… 10 Marks


2.1 Bio Data
2.2 Professional Personnel
2.3 Physical Resources

3. Performance of the Applicant:………………………… 10 Marks


31. Performance of the Firm or any of its JV Partner on its past or
ongoing works
3.2 Resolved/Pending litigation

4. Experience:…………………………………….………….. 40 Marks
4.1 General Construction & Management Experience 05
4.2 Specific Construction experience 15
4.3 Specific Management experience of BOT projects 10
4.4 Specific Design experience 10

The Applicant is encouraged to have the Consortium arrangements with a Design


Consultant to meet the State of the Art Design requirements of the Project.

C. Financial Qualifications: (a maximum of Forty (40) Marks)

5. Financial Qualifications:………………………………… 40 Marks


Audited Balance Sheet is required to be submitted for the last 3 years.
5.1 Equity Requirement (minimum 30%) 15
5.2 Average Annual Turnover 10
5.3 Letter of Intent from financial institution to secure loan 15
The Applicants are encouraged to have Consortium arrangements with another
financial organization / institution, to meet the equity requirements.
TOTAL: 100 Marks
Minimum Passing Requirement: 60 Marks

Page | 4
Prequalification Evaluation for Swat Expressway

D. Result of Detailed Evaluation

7. All the PQ Applications are thoroughly examined, based on the data


provided in their respective PQ Documents, and scored according to the
Evaluation Criteria. A combined consolidated evaluation sheet and
independent evaluation sheets of each applicant are attached at Annex-III.

8. Final results of detailed evaluation of PQ Applications are given in


Table-1 below.

Page | 5
Table-1: FINAL RESULTS OF EVALUATION OF PQ APPLICTIONS
Technical Financial
Sl Qualification Qualification Max. Marks
Firm of Firm / JV Result
# (Marks) (Marks) Marks Obtained
Max. Obtained Max. Obtained
(1) (2) (3) (4) (5) (6) (7)=(3)+(5) (8)=(4)+(6) (9)

1 Frontier Works Organization (FWO) 60 52.50 40 40.00 100 92.50 PASS

2 Niaz Muhammad Khan & Brothers (NKB)


and Deokjae Construction Company
(Pvt.) Limited (DCCPL) and Sambo 60 55.50 40 35.00 100 90.50 PASS
Engineering Company Ltd. (SAMBO),
Joint Venture

3 National Logistic Cell (NLC) and China


Harbour Engineering Company Limited 60 49.50 40 40.00 100 89.50 PASS
(CHEC), Joint Venture

4 Saadullah Khan & Brothers (SKB) 60 30.50 40 10.00 100 40.50 FAIL

5 China National Aero-Technology


60 17.00 40 0.00 100 17.00 FAIL
International Corporation

Page | 6
E. Final Recommendations

9. Subsequent to detailed evaluation following recommendations are


concluded:

a. The detailed evaluation, concluded as per para 8 above may be


approved.

b. Following three bidders are recommended as prequalified for


issuance of Request for Proposal (“RFP”), as they have crossed the
threshold of 60 points and are declared “pass”.

i. M/s Frontier Works Organization (FWO)

ii. M/s Niaz Muhammad Khan & Brothers (NKB) and Deokjae
Construction Company (Pvt.) Limited (DCCPL) and Sambo
Engineering Company Ltd. (SAMBO), Joint Venture

iii. M/s National Logistic Cell (NLC) and China Harbour


Engineering Company Limited (CHEC), Joint Venture

************

Page | 7
ANNEX – I
Expression of Interest (EOI)
ANNEX – II
Prequalification Documents
(As issued by PKHA)
Table of Contents
Invitation for Expression of Interest
Project Information Memorandum……………………………….………… i
Prequalification Procedures
Section I. Instructions to Applicants ....................................................................................... 1
A. General ................................................................................................................................. 1
1. Scope of Application .................................................................................................... 1
2. Source of Funds ........................................................................................................... 1
3. Fraud and Corruption.................................................................................................... 1
4. Eligible Applicants ........................................................................................................ 2
B. Contents of the Prequalification Document ....................................................................... 3
5. Sections of Prequalification Document .......................................................................... 3
6. Clarification of Prequalification Document ..................................................................... 3
7. Amendment of Prequalification Document..................................................................... 3
C. Preparation of Applications ................................................................................................ 4
8. Cost of Applications ...................................................................................................... 4
9. Language of Application ............................................................................................... 4
10. Documents Comprising the Application ......................................................................... 4
11. Application Submission Form ....................................................................................... 4
12. Documents Establishing the Eligibility of the Applicant................................................. 4
13. Documents Establishing the Qualifications of the Applicant ......................................... 4
14. Signing of the Application and Number of Copies ........................................................ 5
D. Submission of Applications ................................................................................................ 5
15. Sealing and Identification of Applications ..................................................................... 5
16. Deadline for Submission of Applications ...................................................................... 5
17. Late Applications.......................................................................................................... 5
18. Opening of Applications ............................................................................................... 5
E. Procedures for Evaluation of Applications ........................................................................ 5
19. Confidentiality ................................................................................................................. 6
20. Clarification of Applications ............................................................................................. 6
21. Responsiveness of Applications ..................................................................................... 6
22. Subcontractors ............................................................................................................... 6
F. Evaluation of Applications and Prequalification of Applicants......................................... 6
23. Evaluation of Applications ............................................................................................ 6
24. PKHA’s Right to Accept or Reject Applications ............................................................ 7
25. Prequalification of Applicants ....................................................................................... 7
26. Notification of Prequalification ...................................................................................... 7
27. Invitation to Bid ............................................................................................................ 7
28. Changes in Qualifications of Applicants ....................................................................... 7
29. Disqualification……………………………….…………………………………….……..……7
Section II. Prequalification Data Sheet ....................................................................... 10
Section III. Qualification Criteria and Requirements ................................................ 13
Section IV. Application Forms ....................................................................................20
Application Submission Form ......................................................................................... 21
Form ELI -1.1 ...................................................................................................................... 22
Applicant Information Form .............................................................................................. 22
Form ELI -1.2 ...................................................................................................................... 23
Applicant's Party Information Form................................................................................. 23
Form Business Structure (BS) – 2.1 ............................................................................. 24
Form Business Structure (BS)-2.2 ................................................................................ 25
Equipment Capabilities ...................................................................................................... 25
List of Equipment (Working) available with Firm along with its Current
Mobilization........................................................................................................................... 25
Form PER - 3.1 .................................................................................................................... 26
Performance of Applicant .................................................................................................. 26
Form EXP - 4.1 .................................................................................................................... 27
General Construction and Management Experience ................................................... 27
Form EXP - 4.2 .................................................................................................................... 28
Specific/Similar Construction Experience...................................................................... 28
Form EXP - 4.3 .................................................................................................................... 29
Specific/Similar Management Experience of BOT Projects ........................................ 29
Form EXP - 4.4 .................................................................................................................... 30
Specific/Similar Design Experience................................................................................. 30
Form FIN – 5.1 .................................................................................................................... 31
Financial Qualification ........................................................................................................ 31
Form FIN - 5.2..................................................................................................................... 33
Average Annual Turnover .................................................................................................. 33
Form FIN-5.3 ....................................................................................................................... 34
Invitation for Expression of Interest
PQ Documents for Swat Expressway

Project Information Memorandum

i|Page
PQ Documents for Swat Expressway

Project Information Memorandum

1.0 The Project

The Government of Khyber Pakhtunkhwa through Pakhtunkhwa Highways


Authority, has planned to undertake the construction of “Swat
Expressway” as a high speed, fenced, 4-lane divided (extendable to six
lanes) Provincial Highway with an approximate length of 81 Km. The
length includes construction of a tunnel with an initial estimated length of
2 Km. The planned expressway forms part of trade corridor taking off from
Kernal Sher Khan Interchange on M-1 Motorway and terminating at
Chakdara Intersection on National Highway N-45 (District Malakand). The
proposed Expressway will provide alternate route for District Swat, Dir
Lower, Dir Upper, Chitral, Shangla, Malakand Agency, Bajour Agency and
other parts of Malakand region promoting interconnectivity with developed
regions of the country. The project would reduce traffic congestions and
road accidents on the existing National Highway N-45 that passes through
built-up towns of Rashakai, Mardan, Takhtbai, Shergarh, Sakhakot, Dargai
and Batkhela.

2.0 Project Salient Features

The salient features of the Swat Expressway are described below:

 Length : 81 Kilometers

 Tunnel at Malakand Range : 2 Tube; 3 lanes each (Approx


1.5 ~ 2Km each direction)

 Right of Way (ROW) : 80 Meter

 No. of Lanes : 04 (four)

 Median : Raised median extendable to


06 lanes)

 Access/Exit Control : Fenced with Service


Roads

3.0 Swat Expressway Alignment Plan

Swat Expressway will start from Captain Kernal Sher Khan Interchange on
Islamabad Peshawar Motorway M-1 falling in the Nowshera District located
approximately at Km 92 from Islamabad. It will connect remote regions
along its proposed alignment in the Khyber Pakhtunkhwa traversing
through districts of Nowhsera, Swabi, Mardan and Malakand. The main
villages spread across the four (04) districts include Haryan, Gumbat,
Daulat, Nazar, Ismaila, Baghicha Dheri, Garyala, Shahbaz Garhi, Bakshali,
Jamal Garhi, Katlang, Alo, Palai, Zulam Kot, Allah Dand and Chakdara. The

ii | P a g e
PQ Documents for Swat Expressway

alignment corridor would provide these isolated communities direct access


to National Highways and Motorway Network of the country.

The total length of the road is approximately 81 Km. The road is envisaged
to be constructed on High speed standards with controlled entry, exits,
provision of flyovers and interchanges. Total Right of Way (RoW) with 80 m
wide corridor is being acquired with initial construction of four lane
expressway.

The alignment plan of the proposed Swat Expressway is as given below:

3.1 Main Interchanges – Swat Expressway

In total, the Swat Expressway would comprise seven (07) interchanges from
start to end point. Out of seven interchanges, the start point interchange on
the motorway M-1 has already been constructed by National Highway
Authority (NHA). The remaining six (06) interchanges are planned to
facilitate the road users to access local communities, villages and towns
along the alignment. The interchanges from start point on motorway M-1 to
end point at Chakdara are as follows:
i. Captain Kernal Sher Khan Interchange on Motorway M-1 [Already
constructed by NHA; Capacity Needs to be Extended
ii. Dobian Interchange [Mardan-Dobian-Yar Hussain Road)
iii. Mardan-Swabi Road Interchange (Ismaila-Baghicha Dheri)
iv. Bakhshali – Mardan Road Interchange
v. Mardan - Katlang Road Interchange

iii | P a g e
PQ Documents for Swat Expressway

vi. Dargai - Palai Road Interchange


vii. Chakdara Interchange (End Point) – At Junction of National
Highways N-45 & N-95

4.0 Project Benefits

Swat Expressway will have tremendous impact on remote areas of Khyber


Pakhtunkhwa besides its impact on the whole Malakand region for providing
direct access to motorway network of the country. It would largely provide
following benefits to the Khyber Pakhtunkhwa and the country in general:

To provide direct access to Districts of Malakand, Swat, Lower Dir,


Upper Dir, Bajaur Agency and Chitral to down districts of Khyber
Pakhtunkhwa and other regions of the country.

Reduction in traffic congestion on existing National Highway


N-45 and connected Provincial Highways of KPK through High Speed
Transport Corridor.

Reduction in travel time through short access to and from


Malakand & Swat Districts and Motorway system.

Provision of Direct Access to Isolated Communities of Malakand,


Mardan, Swabi & Nowshera districts promoting social harmony.

Provision of a standardized road with good ride quality will reduce


the vehicle operating costs (VOC’s) with direct impact on country’s
micro economics in general.

Swat Expressway is envisaged to boost Agricultural Economy within


KPK, which will provide efficient means of Farm to Market access for
local farmers.

Robust promotion of tourism to Malakand, Swat, Dir & Chitral


Districts.

Presently, construction of Swat Expressway could be accomplished


ensuring minimal possible displacement of local people due to land
availability.

5.0 Topography Along the Proposed Alignment

The proposed Swat Expressway will traverse through district Nowshera,


Swabi, Mardan, and Malakand. The district wise topography of the region is
presented as follow:

Swabi: District Swabi is bounded by the district Buner in the north by


Haripur in the east, by district Attock in the south and by District Mardan
and Nowshera on the west. Swabi district is a heartland of agricultural
produce with rich fertile lands. The district produces one of the finest

iv | P a g e
PQ Documents for Swat Expressway

tobacco in the world. Sugarcane, wheat, and rice are other cash crops the
area produces. The economy of district Swabi is mainly dependent on
agriculture. The proposed alignment for Swat Expressway passes
mainly through agricultural plain terrain of Swabi district. Water
logged areas are prevalent in a limited sectional length where minimal
treatment needs to be provided for coping with potential capillary rise.

Mardan: District Mardan is bounded on the north by Buner and Malakand


districts, on east by the Swabi and Buner Districts, on south by the
Nowshera district while on the western side by the Charsadda and
Malakand districts. Mardan district may broadly be divided into two parts,
the northeastern hilly area and southwestern plain. The entire northern
side of the district is bounded by the hills. In the district, the highest points
in these hills are Pajja or Sakra, 2056 meters high, and Garo or Pato, 1816
meters high. The southwestern half of the district is mostly composed of
fertile plain with low hills strewn across it. This plain once formed the bed
of a lake, which was gradually filled up by the load of the river flowing
from the surrounding hills. From the foothills the plain runs down at first
with a steep slope, which carried the rainwater to the lower levels and
ultimately to the Kabul River. The alignment of proposed Expressway
traverses across flat/plain terrain which is agricultural in nature.

Malakand: Malakand District is situated in the Northern area of Pakistan


in the KPK province. The elevation of the District ranges from 600 to 800
meters in the North. The valley is surrounded by steep hillsides covering
about 50% of the whole area. It is bounded on the north by Dir District,
on the south-west by Charsadda District and parts of Bajuar Agency lie
on the western side Malakand district. From Katlang road onwards to
Palai (in the vicinity of Malakand range) the alignment of Swat
Expressway passes a transition from plain to semi-hilly terrain.
However the geometrics of plain terrain are prevalent. From Palai
onwards the alignment crosses the Malakand mountainous range
where high grades are inevitable. No water logging is prevalent and
the terrain presents a fertile land with pockets of a dry- arid land. The
terrain presents excellent material for construction of road
embankments. Crush plants are also available for production of
processed aggregate stones in bulk quantities. The hilly terrain
prevalent would be avoided through construction of a tunnel through
Malakand range having an approximate length of 1~2 Km. The terrain
from the northern portal of the proposed tunnel till the end point at
Chakadara is plain and agricultural in nature.

6.0 Geology along the Proposed Alignment

The three (03) main districts across which the Swat Expressway will
traverse are Swabi, Mardan and Malakand. Based on geological conditions,
district Swabi may be divided into two parts, the northern hilly areas

v|Page
PQ Documents for Swat Expressway

and the southern plain. The major parts of these hilly areas are in the
northeast. There are hills on the northwest called Naranji hills, the height
of these hills is from 750m to 1400m. The plain areas of the district are
intersected by a number of streams and many small riverine. The soil of
Swabi district has developed either from alluvium or loess plains. Texture
of river alluvium ranges from sandy loam, sand and loam approaching clay.
The soil of loess plains ranges from in texture from silt loam to silty clay
loam or silty clay. The soil is irrigated for general cropping with canals
supplemented by well-irrigation

District of Swabi exhibits the rock units Salkhala formation, Manki


formation, Sobra formation, Tanawal formation, Ambar formation, Misri
banda formation, Panjpir formation, Granites and Sills/Dykes. The
Salkhala formation is the oldest unit of the area which comprises chlorite
quartzite-mica schist, graphitic schist, marble and quartzite. The formation
has been assigned pre-Cambrian age. The Manki formation is characterized
by phyllites, slate sand subordinate gray wakes, limestone and quartzite
lenses. It is assigned a pre-cambrian age. Sobra formation consists of
limestone with subordinate quartzite and sandstone, its age is pre-
cambrian. Tanawal formation is quite thick and is comprised
predominately of quartzite, quartzose sandstone and subordinate argillite,
its age is Pre-cambrian. Ambar formation consists of dolomite limestone
with interrelations of quartzite and phyllites. It is assigned a Cambrian
age. Misri banda Quartzite mainly of quartzite with subordinate argillite
and lenses of conglomerates. The age of the formation is early to
middle Ordovician. Panjpi formation consists dominantly of argillite,
phyllites and subordinate lenses of limestone and quartzite. The
formation has been assigned silunan age. Granite and Doleritic
Sills/Dykes: In some parts of the district are some granitic rocks and
Doleritic sills/dykes at places which have been given Permian to
carboniferous age.

Mardan district may broadly be divided into two parts, Northeastern hilly
area and southwestern plain area. The entire northern side of the district
is bounded by hills. Rivers flows from north to the south. Most of the
streams drain into the Kabul River. Charsadda is a part of the plain
called Peshawar valley. This valley presents the appearance of having
been remote centuries ago, the bed of a vast lake whose banks are formed
by the surrounding mountains and whose waters were fed by the rivers
that are now channeling through outfits of the former sub-igneous bed. Hills
encircle it on every side except one, where the Kabul River flows out to
join the Indus River. Most of the plains are composed of light and porous
sandy soil to a depth of 1 to 6 m below this lies the sandy mixture of clay
often combined with beds of nodular limestone followed by gravel and sand.
The plain consists of fine alluvial deposits the composition and depth of
which varies in different localities and at different distances from the
surfaces.

vi | P a g e
PQ Documents for Swat Expressway

7.0 Project Potential in view of International Regional Connectivity

The completion of Lowari Tunnel (under construction by NHA) and linking


of Chitral with Tajikistan shall provide an opportunity to link Pakistan’s
trade corridor directly with Central Asian Republics (CARs). The linking of
Lowari Tunnel with Tajikistan will provide a low cost alternative to the
north-south direction of trade. At present this is through Bander Abbas in
Iran costing about US$ 600 per ton. Various studies by CAREC
(Central Asia Regional Economic Cooperation), the ADB (Asian
Development Bank) and the World Bank suggest that the Karachi/Gwadar
option could cost about half of this. As a consequence the inter-linking of
regional economies would strengthen, create a wider intra-regional market,
and provide low-cost solution for trade with international markets.

This would also have a significant socio-economic impact on the region as


it would stimulate road-side activity; provide permanent employment to
local inhabitants, and opportunities for accessing markets for produce at
lower costs. The downstream benefits of this additional link would also
add to the viability and the long-term sustainability of the proposed Swat
Expressway linking Lowari Tunnel with existing motorway network of
Pakistan.

Swat Expressway is envisioned to provide incentive to conclude the


feasibility for road links for the nearest Central Asian countries to Gwadar
Deep Sea Port for making this road one of the busy trade corridor between
Central Asian Countries and Gwadar providing an economic benefit to
inhabitants close to the proposed route. It will serve as a vital link in the
trade corridor of Central Asian states and other land locked countries of
Central Asia.

Once the Swat expressway is constructed it would provide an alternative


route between China and Pakistan to that offered by the Karakorum
Highway. The upper portion of Chinese G-314 (Karakorum Highway) will be
connected to the Tajik city of Khorugh via Kulam Pass, Murghab (link
between Murghab and Kulma Pass is under construction) and along the
existing highway connection offered by M-41 of Tajikistan (Asian Highway
Network Route number 66).

The government of Pakistan in collaboration with counterpart governments


has accorded approval in principal regarding development of road
from Chitral to Tajikistan / CAR (Central Asian Republics) through
Afghanistan (82Km + 118Km). In this regard, Government of Pakistan
accorded the approval for Conversion of Lowari Rail Tunnel to Road Tunnel
in anticipation of accommodating traffic from Tajikistan and Central Asian
Republics.

vii | P a g e
PQ Documents for Swat Expressway

7.1 Pakistan – Afghanistan – Tajiskistan Link Road

This Link will be provided from the northern end of the Lowari Tunnel
in Chitral to Eshkashim (Afghanistan) and its counterpart Ishkashim
(Tajikistan).

Chitral – Garam
Chasma – Durah
Pass – Eshkahem
– Khorog) Total
Length 265Km

Pakistan – Afghanistan – Tajiskistan Link Road

This would be in the form of a road link of about 200 Km and a highway
tunnel of about 14 Km at Durah Pass near the Pak-Afghan border and link
up with Eshkashem across the Badakshan Province. This in turn would
proceed along Tajikistan’s existing network to Khorog and then to
Dushanbe and onwards. The proposed Swat Expressway will
ultimately be connected to this international corridor thereby
increasing its importance and benefits in the future.

viii | P a g e
PQ Documents for Swat Expressway

Pre-Qualification Procedures

ix | P a g e
PQ Documents for Swat Expressway

Pre-Qualification Procedures
Section – I: Instructions to Applicants

x|Page
PQ Documents for Swat Expressway

SECTION-I: Instructions To Applicants (ITA)

A. General

1. Scope of Application

1.1 In connection with the Invitation for Pre-qualification published in the press and
websites of Pakhtunkhwa Highways Authority (PKHA) and Public Procurement
Regulatory Authority (PPRA), the PKHA, as defined in the Prequalification Data
Sheet (PDS), issues this Pre-qualification Document (PQD) to applicants
interested in bidding for the Project. The name of the Project, corresponding to
this pre-qualification is provided in the PDS.

1.2 The PKHA shall evaluate the capabilities of the applicants through this Pre-
qualification exercise. The Instructions to Applicants (ITA) will assist the
applicants to summarize relevant information to enable the PKHA to determine
if they are qualified to undertake and successfully complete the Project and
whether they possess necessary professional and technical qualifications,
competence, financial resources, equipment and other physical facilities,
managerial capability, reliability, experience and reputation and the personnel
to finance, develop and operate the Project.

2. Source of Funds

2.1 The funds for the Project shall be arranged by the prospective Bidder himself.
However, PKHA may provide financial support to improve the viability of the
Project, if necessary.

3. Fraud and Corruption

3.1 The PKHA requires that Applicants, Bidders, Suppliers, Contractors, and
Consultants under these contracts, observe the highest standard of ethics
during the procurement and execution of such contracts. In pursuit of this policy,
the PKHA:

(a) defines, for the purposes of this provision, the terms set forth below as
follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting,


directly or indirectly, of anything of value to influence the action of a
public official in the procurement process or in contract execution;

(ii) “fraudulent practice” means a mis-representation or omission of


facts in order to influence a procurement process or the execution
of a contract;

(iii) “collusive practice” means a scheme or arrangement between two or


more bidders, with or without the knowledge of the PKHA, designed to
establish bid prices at artificial, noncompetitive levels; and

1|Page
PQ Documents for Swat Expressway

(iv) “coercive practice” means harming or threatening to harm, directly


or indirectly, persons or their property to influence their participation
in the procurement process or affect the execution of a contract;

(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices in competing for the
Contract in question. Accordingly, the PKHA shall Sanction that firm and
declare it ineligible.

4. Eligible Applicants

4.1 An Applicant shall be Domestic (private, public or government) or International


Contractor including Joint Venture (JV) and / or Consortia with the formal intent, as
evidenced by a letter of intent, to enter into an agreement or under an existing
agreement.
In the case of a JV, unless otherwise specified in the PDS, (i) all parties shall be
jointly and severally liable and (ii) there shall be no limit on the number of
partners.

4.2 The eligibility criteria listed in this Clause 4 shall apply to the Applicant,
including the parties constituting the Applicant, i.e., its proposed partners,
design consultant or financial institution for any part of the Contract including
related services.

4.3 An Applicant and all parties (contractors and consultants) constituting the
applicant, shall have been registered with Pakistan Engineering Council (PEC) and
shall have a valid registration Certificate in Category as mentioned in PDS. In
case of the financial institution or any other firm in the capacity of sponsor being
the JV Partner shall be required to be registered with Security and Exchange
Commission of Pakistan (SECP).

4.4 An applicant the single entity or the Lead Firm (contractor / consultant or
sponsor) can submit only one application in the same pre-qualification
process, either individually as an Applicant or as a partner of a joint venture.
No Lead Partner can be a JV Partner while submitting an application
individually or as a partner of another joint venture in the same pre-
qualification process.

An applicant who submits or participates in more than one application will cause
all the applications, in which the applicant has participated, to be disqualified.

4.5 Applicants shall not be under execution of a Bid–Securing Declaration.

4.6 Applicants and all parties constituting the Applicant shall provide such evidence
of their continued eligibility satisfactory to the PKHA, as the PKHA shall
reasonably request including legal and financial autonomy and compliance with
Commercial Law in case of Government owned entities of Pakistan.

2|Page
PQ Documents for Swat Expressway

B. Contents of the Prequalification Document

5. Sections of Prequalification Document

5.1 The document for the prequalification of Applicants (hereinafter called


“Prequalification Document”) consists of all the sections indicated below, and
should be read in conjunction with any Addendum issued in accordance with ITA 7.

Prequalification Procedures
 Section I Instructions to Applicants (ITA)
 Section II Prequalification Data Sheet (PDS)
 Section III Qualification Criteria and Requirements
 Section IV Application Forms

5.2 The “Invitation for Prequalification Applications” issued by the PKHA is not part
of the prequalification document.

5.3 The PKHA accepts no responsibility for the completeness of the prequalification
document and its addenda unless they were obtained directly from the PKHA.

5.4 The Applicant is expected to examine all instructions, forms, and terms in the
Prequalification Document and to furnish all information or documentation
required by the Prequalification Document.

6. Clarification of Prequalification Document

6.1 A prospective Applicant requiring any clarification of the Prequalification


Document shall contact the PKHA in writing at the PKHA’s address indicated in
the PDS. The PKHA will respond in writing to any request for clarification
provided that such request is received no later than five (05) days prior to the
deadline for submission of applications.

7. Amendment of Prequalification Document

7.1 At any time prior to the deadline for submission of applications, the PKHA may
amend the Prequalification Document by issuing addenda.

7.2 Any addendum issued shall be part of the Prequalification Document and shall
be communicated in writing to all who have obtained the Prequalification
Document from the PKHA.

3|Page
PQ Documents for Swat Expressway

C. Preparation of Applications

8. Cost of Applications

8.1 The Applicant shall bear all costs associated with the preparation and
submission of its application. The PKHA will, in no case, be responsible or
liable for those costs.

9. Language of Application

9.1 The application as well as all correspondence and documents relating to the
prequalification exchanged by the Applicant and the PKHA, shall be written in
English language. Supporting documents and printed literature that are part of
the application shall also in same language.

10. Documents Comprising the Application

10.1 The application shall comprise the following:

(a) Application Submission Form, in accordance with ITA 11;

(b) documentary evidence establishing the Applicant’s eligibility to pre-qualify,


in accordance with ITA 12;

(c) documentary evidence establishing the Applicant’s qualifications, in


accordance with ITA 13; and

(d) any other document(s) required as specified in the PDS.

11. Application Submission Form

11.1 The Applicant shall prepare an Application Submission Sheet using the form
furnished in Section IV, Application Forms. This Form must be completed
without any alteration to its format.

12. Documents Establishing the Eligibility of the Applicant

12.1 To establish its eligibility in accordance with ITA 4, the Applicant shall complete
the eligibility declarations in the Application Submission Form and Forms ELI
(eligibility) 1.1 and 1.2, included in Section IV, Application Forms.

13. Documents Establishing the Qualifications of the Applicant

13.1 To establish its qualifications to perform the contract(s) in accordance with


Section III, Qualification Criteria and Requirements, the Applicant shall provide
the information requested in the corresponding Information Sheets included in
Section IV, Application Forms.

4|Page
PQ Documents for Swat Expressway

14. Signing of the Application and Number of Copies

14.1 The Applicant shall prepare one original of the documents comprising the
application as described in ITA 10 and clearly mark it “ORIGINAL”. The original
of the application shall be typed or written in indelible ink and shall be signed by
a person duly authorized to sign on behalf of the Applicant.

14.2 The Applicant shall submit copies of the signed original application, in the
number specified in the PDS, and clearly mark them “COPY”. In the event of
any discrepancy between the original and the copies, the original shall prevail.

D. Submission of Applications

15. Sealing and Identification of Applications

15.1 The Applicant shall enclose the original and the copies of the application in a
sealed envelope that shall:
(a) bear the name and address of the Applicant;
(b) be addressed to the PKHA, in accordance with ITA 16.1; and
(c) bear the specific identification of this pre-qualification process indicated in
the PDS 1.1.

15.2 The PKHA shall accept no responsibility for not processing any envelope that
was not identified as required.

16. Deadline for Submission of Applications

16.1 Applications shall be received by the PKHA at the address and no later than the
deadline indicated in the PDS. A receipt will be given for all applications
submitted. Applicants may always submit their applications by mail or by hand.
When so specified in the PDS.

16.2 The PKHA may, at its discretion, extend the deadline for the submission of
applications by amending the Prequalification Document in accordance with
ITA 7, in which case all rights and obligations of the PKHA and the Applicants
subject to the previous deadline shall thereafter be subject to the deadline as
extended.

17. Late Applications

17.1 The PKHA shall not accept the application after the deadline for submission of
applications prescribed in ITA 16.

18. Opening of Applications

18.1 The PKHA shall open the applications as per its standard procedures and shall
prepare a record of the opening of applications that shall include, as a
minimum, the name of the Applicant. A copy of the record may be distributed
to all Applicants.

5|Page
PQ Documents for Swat Expressway

E. Procedures for Evaluation of Applications

19 Confidentiality

19.1 Information relating to the evaluation of applications, and recommendation for


pre-qualification, shall not be disclosed to Applicants or any other persons not
officially concerned with such process until the notification of results of pre-
qualification is made to all Applicants.

20. Clarification of Applications

20.1 To assist in the evaluation of applications, the PKHA may, at its discretion, ask
any Applicant for a clarification of its application which shall be submitted within
a stated reasonable period of time.

20.2 If an Applicant does not provide clarification(s) of the information requested by


the date and time set in the PKHA’s request for clarification, its application may
be rejected.

21. Responsiveness of Applications

21.1 The PKHA may reject any application which is not responsive to the
requirements of the Prequalification Document.

22. Subcontractors

22.1 At this time, the PKHA does not intend to execute certain specific parts of the
Works by subcontractors selected in advance by the PKHA (Nominated
Subcontractors) unless otherwise stated in the PDS.

F. Evaluation of Applications and Prequalification of


Applicants

23. Evaluation of Applications

23.1 The PKHA shall use the factors, methods, criteria, and requirements defined in
Section III, Qualification Criteria and Requirements to evaluate the
qualifications of the Applicants. The PKHA reserves the right to waive minor
deviations in the qualification criteria if they do not materially affect the
capability of an Applicant to undertake the Project.

23.2 The PKHA shall also evaluate the performance of the applicant against its
completed and ongoing project(s). PKHA may disqualify the Applicants to
whom a slow progress notice has been issued by Employer of the relevant
project(s).

6|Page
PQ Documents for Swat Expressway

23.3 Only the qualifications of subcontractors that have been identified in the
application may be considered in the evaluation of an Applicant.

23.4 In case of multiple contracts, the PKHA shall pre-qualify each Applicant for the
maximum number and types of contracts for which the Applicant meets the
appropriate aggregate requirements of such contracts, as specified in Section
III, Qualification Criteria and Requirements.

24. PKHA’s Right to Accept or Reject Applications

24.1 The PKHA reserves the right to accept or reject any application, and to annul
the prequalification process and reject all applications at any time, without
thereby incurring any liability to Applicants.

25. Prequalification of Applicants

25.1 All Applicants whose applications have met or exceeded (“passed”) the
specified threshold requirements will, to the exclusion of all others, be pre-
qualified by the PKHA.

26. Notification of Prequalification

26.1 Once the PKHA has completed the evaluation of the applications it shall notify
all Applicants in writing of the names of those applicants who have been pre-
qualified.

27. Invitation to Bid

27.1 Promptly after the notification of the results of the prequalification the PKHA
shall invite bids from all the Applicants that have been pre-qualified.

28. Changes in Qualifications of Applicants

28.1 Any change in the structure or formation of an Applicant after being pre-
qualified in accordance with ITA 25 and invited to bid shall be subject to a
written approval of the PKHA prior to the deadline for submission of bids. Such
approval shall be denied if as a consequence of the change the Applicant no
longer substantially meets the qualification criteria set forth in Section III,
Qualification Criteria and Requirements, or if in the opinion of the PKHA, a
substantial reduction in competition may result. Any such changes shall be
submitted to the PKHA not later than seven (07) days after the date of the
Invitation for Bids.

29. Disqualification

29.1 The PKHA shall disqualify a Bidder if it finds at any time that the information
submitted concerning its Prequalification Application was false.

29.2 The PKHA may disqualify a Bidder if it finds at any time that the information
submitted concerning its Prequalification Application was materially inaccurate
or materially incomplete; materiality being defined as a substantial

7|Page
PQ Documents for Swat Expressway

misrepresentation of its technical or financial capabilities or qualifications, as


well as an omission which substantially misrepresents its technical or financial
capabilities or qualifications.

29.3 The PKHA will not disqualify a Bidder on the ground that information submitted
concerning its qualifications was inaccurate or incomplete in a non-material
respect; i.e., an inaccuracy or omission that a reasonable person would not find
misrepresentation the Bidder’s technical or financial capabilities or
Qualifications. However, the Bidder may be disqualified if it fails to remedy
such deficiencies promptly upon request by the PKHA.

8|Page
PQ Documents for Swat Expressway

Pre-Qualification Procedures
Section–II: Prequalification Data Sheet (PDS)

9|Page
PQ Documents for Swat Expressway

S ECTION II: Prequalification Data Sheet (PDS)


A. General
ITA 1.1 The PKHA is:
Pakhtunkhwa Highways Authority
C&W Department
Government of Khyber Pakhtunkhwa
Khyber Road
Peshawar, Pakistan
Phone # 92-91-9213272 , Fax # 92-91-9210434
E-mail: info@pkha.gov.pk Website: www.pkha.gov.pk

ITA 1.1 “The Project” is:


Construction of Swat Expressway, 81 Km long, 4-lane divided,
controlled access, IT enable modern expressway and an approximately 2
km long highway tunnel in Malakand Mountains Range – under Build,
Operate & Transfer (BOT) modality, i.e. Developing, designing,
engineering, financing, insuring, construction, procuring,
commissioning, operating, maintaining and levy of tolls from the users
of the above project and transfer the Project to PKHA after agreed
concession period.
ITA 4.1 (i) The applicants are hereby encouraged to have Consortium / Joint
Venture arrangements with a financial institution or a sponsor to
meet the financial and equity requirements of the Project. The
Applicant must have design / construction capabilities either in-house
or through Consortium / JV arrangements with Design Consultants /
Construction Contractor to meet the state-of-the-art Design /
Construction requirements of the Project.
(ii) The parties in JV shall be jointly and severally liable.

ITA 4.3 Category C-A with specialization in CE-01 and CE-02 for the year 2014
for the Constructors.

Similarly in case of Design Consultant being JV partner, they shall also be


required to be Registered with PEC.

Whereas, in case of any other firm being the JV Partner in the capacity of
sponsor engaged for equity requirements shall be required to be registered
with Security and Exchange Commission of Pakistan (SECP).
In case the Applicant is not registered with PEC and/or SECP, it’s
application shall be considered eligible for pre-qualification, however,
registration with PEC and SECP shall be required before signing of the
Concession Agreement.

10 | P a g e
PQ Documents for Swat Expressway

ITA 4.4 An Applicant either single entity or the Lead Firm (contractor or
sponsor) can submit only one application in the same Pre-qualification
process, either individually as an Applicant or as a partner of a joint
venture. No Lead Partner can be a JV Partner while submitting an
application individually or as a partner of a joint venture in the same
pre-qualification process.

However, the Consultant partner in any application may participate in


more than one application, but only in that capacity.
An applicant, who submits or participates in, more than one application
will cause all the applications in which the Applicant has participated to
be disqualified.

B. Contents of the Prequalification Document


ITA 6.1 Engr. Muhammad Uzair
Director (Construction)
Pakhtunkhwa Highways Authority
C&W Department
Government of Khyber Pakhtunkhwa
Khyber Road
Peshawar, Pakistan
Phone # 92-91-9213272 Fax # 92-91-9210434
E-mail: info@pkha.gov.pk Website: www.pkha.gov.pk
Cell No. (+92) 300-592-3233 e-mail: uzair1919@gmail.com

C. Preparation of Applications
ITA 9.1 The language of the application as well as of all correspondence is English.

ITA 10.1 (d) - Nil -

ITA 14.2 Number of copies = Two (02) copies in addition to one (01) original.
Applicants shall also submit two (02) electronic copies in PDF Format with the
Application in a CD.
D. Submission of Applications
ITA 16.1 The last date for submission of PQ Application is January 21, 2016 till 1530
hours at the following address:
(Engr. Muhammad Uzair)
Director (Construction)
Pakhtunkhwa Highways Authority
C&W Department
Government of Khyber Pakhtunkhwa
Khyber Road
Peshawar, Pakistan
Phone # 92-91-9213272 Fax # 92-91-9210434

11 | P a g e
PQ Documents for Swat Expressway

Pre-Qualification Procedures
Section–III: Prequalification Criteria &
Requirements

12 | P a g e
PQ Documents for Swat Expressway

SECTION-III: Qualification Criteria and Requirements

This Section contains all the methods, criteria, and requirements that the PKHA shall
use to evaluate applications. The information to be provided in relation to each
requirement and the definitions of the corresponding terms are included in the respective
Application Forms.

13 | P a g e
PQ Documents for Swat Expressway

SUMMARY OF EVALUATION CRITERIA


A. Eligibility:
1. All Pre-qualified applicants are obliged to meet this condition
before bidding or concession signing.

1.1 PEC Certificate / SECP Certificate (as applicable)


1.2 One Applicant (single or lead firm / one application)
1.3 Ineligibility

B. Technical Qualifications: (a maximum of Sixty (60) Marks)


2. Business Structure: …………………………………… 10 Marks
2.1 Bio Data
2.2 Professional Personnel
2.3 Physical resources

3. Performance of the Applicant:………………………… 10 Marks


31. Performance of the Firm or any of its JV Partner on its past or
ongoing works
3.2 Resolved/Pending litigation

4. Experience:…………………………………….………….. 40 Marks
4.1 General Construction & Management Experience 05
4.2 Specific Construction experience 15
4.3 Specific Management experience of BOT projects 10
4.4 Specific Design experience 10

The Applicant is encouraged to have the Consortium arrangements with a


Design Consultant to meet the State of the Art Design requirements of the
Project.

C. Financial Qualifications: (a maximum of Forty (40) Marks)


5. Financial Qualifications:………………………………… 40 Marks
Audited Balance Sheet is required to be submitted for the last 3 years.
5.1 Equity Requirement (minimum 30%) 15
5.2 Average Annual Turnover 10
5.3 Letter of Intent from financial institution to secure loan 15

The Applicants are encouraged to have Consortium arrangements with


another financial organization / Institution, to meet the equity requirements.
TOTAL: 100 Marks
Minimum Passing Requirement: 60 Marks

14 | P a g e
PQ Documents for Swat Expressway

DETAILED NARRATIVE EVALUATION CRITERIA

A. Eligibility:

Compliance Maximum Forms to


1. Eligibility
Requirements Marks Be Filled
Single
No. Subject Requirement JV Yes/No
Entity
1.1 Legal Status of Registration Certificate of PEC in Form-
Company accordance with ITA Clause- 4.3 ELI-1.1
OR ELI-1.2
Valid registration of company
with Security and Exchange The eligibility of single entity or all the
Commission of Pakistan along JV partners shall be evaluated
with submitted Annual Reports separately.
of last three years.
1.2 An applicant single or lead So each partner must meet the Application
partner (contractor or sponsor) eligibility otherwise its application shall submission
shall submit only one application not be considered for further form
in the same Pre-qualification evaluation
process, either individually or as
a JV partner.

However refer to Clause 4.4 for


details.
1.3 Ineligibility Not having been declared Application
ineligible / blacklisted by any submission
Employer (Affidavit). form

15 | P a g e
PQ Documents for Swat Expressway

B. Technical Qualification (Total – 60 Marks)


- Business Structure (10 Marks)
- Performance (10 Marks)
- Experience (40 Marks)

Compliance Maximum Forms to


2. Business Structure
Requirements Marks Be Filled
Single Along with
No. Subject Requirement JV
Entity attachments

2.1 Bio Data Legal Name of the Firm(s) Must Each partner Applicant
Detailed address(es) meet must provide information
Description of the firms organizations and activities the information Form-
Company Brochures or any other similar information BS-2.1

2.2 Profession Number and classification of full time and part time Must Each partner Form-
-al employees more particularly which are expected to be meet must meet BS-2.2
Personnel assigned on the project if awarded.
The personnel, for all the following activities shall be
10 Marks
evaluated considering their qualifications and experience:
- Design
- Construction
- Finance
- Management (BOT)

2.3 Physical In addition to the above the applicant must show its Must Each partner Form-
Resources physical resources (including equipments) to execute the meet must meet BS-2.3
said project.
The equipment required for the project and available with
firm must be listed down or any proposed arrangement, if
required.

16 | P a g e
PQ Documents for Swat Expressway

Compliance Maximum Forms to


3. Performance of the Applicant
Requirements Marks Be Filled
Single Along with
No. Subject Requirement JV 10 Marks
Entity attachments

3.1 Performance The performance of the applicant on all completed and Must Each partner 10 Marks Form-
of the ongoing projects shall also be checked. If poor a meet Must meet PER 3.1
Applicant performance is found then not only zero (0) mark shall be + an affidavit
awarded but the applicant may also be declared as ineligible
or disqualified.

3.2 Litigation An applicant involved in litigation with its employer on its Must Each partner
past projects shall leave negative impression on the meet Must meet
applicant and the applicant has to provide the details of past
litigations or a certificate of No Litigation in Past.

17 | P a g e
PQ Documents for Swat Expressway

Compliance Maximum Forms to


4. Experience
Requirements Marks Be Filled
Single Along with
No. Subject Requirement JV 40 Marks
Entity attachments

4.1 General Experience under construction contracts in the role of Must Each partner 05 Marks Form-
Construction contractor, or management contractor for at least the last meet Must meet EXP-4.1
and Five (05) years prior the application submission deadline.
Management Note: Letter of Award / Acceptance and Completion
Experience Certificate must be Provided with the Documents.

4.2 Specific The applicant (constructor) must have successfully executed Must Any one 15 Marks Form-
Construction and completed at least one (01) contract within the last Ten meet partner (each EXP-4.2
Experience (10) years on the capacity of the Contractor. This contract constructor
must be similar to the proposed works. The similarity shall partner) must
be based on the physical size, complexity, methods / meet
technology or other characteristics, i.e. expressway, tunnel,
elevated structures like long flyovers and long underpasses.
Note: Letter of Award/ Acceptance and Completion
Certificate must be provided with the Documents.

4.3 Specific The applicant or any of its partners must have successfully Must Any one 10 Marks Form-
Experience of and substantially completed at least one (01) contract within meet partner must EXP-4.3
Management the last Ten (10) years, in the capacity of BOT Management meet
of BOT party.
Projects

4.4 Specific The applicant or any of its partners must have the Must Any one 10 Marks Form-
Design experience of Design similar projects. The Design skills shall meet partner must EXP-4.4
Experience be evaluated in detail. In the aspect the applicant is meet
encouraged to have a consortium with a design consultant
to meet the state of the art design requirements of the
project.

18 | P a g e
PQ Documents for Swat Expressway

C. Financial Qualifications (Total – 40 Marks)


- Equity Requirements (15 Marks)
- Average Annual Turnover (10 Marks)
- Letter of Intent form a Financial Institution (15 Marks)
Compliance Maximum Forms to
5. Financial Qualifications
Requirements Marks Be Filled
Single Along with
No. Subject Requirement JV 40 Marks
Entity attachments
Submission of audited balance sheets, for the last Three (03) years to
demonstrate:
The current soundness of the applicant’s financial position and its prospective
long term profitability, to evaluate;

5.1 Equity The applicant is required to provide the evidence of the Must Constructor 15 Marks Form-
Requirements equity available within amounting to the minimum of 30% of meet partners FIN-5.1
(minimum the estimated project cost (of the portion which is to be Must meet in
30%) arranged by the bidder). combined
For this purpose the applicant can evidence it either by
producing an insurance bond of the same amount or by
establishing that the Net Worth / Working Capital/ Running
Capital of same amount.

5.2 Average The Average Annual Turnover (AATO) for the last three (03) Must Any one 10 Marks Form-
Annual years of the applicant shall also be analyzed to evaluate the meet partner (each FIN-5.2
Turnover financial soundness of the firm. However a minimum of Rs. constructor
(AATO) 2,000 million AATO must be evidenced. partner) Must
meet

5.3 Letter of The applicant is required to produce a Letter of Intent from a Must Any one 15 Marks Form-
Intent from a Financial Institution as evidence to secure loan from the meet partner must FIN-5.3
Financial Financial Institution for the 70% of the project cost (of the meet
institution to portion which is to be arranged by the bidder).
secure loan
(for remaining This Letter of Intent must be Project and Party specific and
70% of project must be designed to evidence the success of the future
cost) Financial Close to be submitted by the applicant for the
project if awarded.

19 | P a g e
Pre-Qualification Procedures
Section–IV: Application Forms
PQ Documents for Swat Expressway

Application Submission Form


Date: _________, 2015

Engr. Muhammad Uzair


Director (Construction)
Pakhtunkhwa Highways Authority
C&W Department
Government of Khyber Pakhtunkhwa
Khyber Road
Peshawar, Pakistan
Phone # 92-91-9213272 Fax # 92-91-9210434

We, the undersigned, apply to be pre-qualified for the referenced Project and declare that:

(a) we have examined and have no reservations to the Pre-qualification Documents, including
Addendum(s) No(s)., issued in accordance with Instructions to Applicants (ITA) Clause 7;

(b) we, including any subcontractors or suppliers for any part of the contract resulting from
this prequalification, do not have any conflict of interest, in accordance with ITA Sub-
Clause 4.4;

(c) we, including any subcontractors or suppliers for any part of the contract resulting from this
prequalification, have not been declared ineligible by the Employer, or under the Government of
Pakistan’s laws, official regulations, or under execution of a Bid Securing Declaration in Pakistan;

(d) we, in accordance with ITA Sub-Clause 22.1 plan not to subcontract the works /or parts of
the works;

(e) We understand that you may cancel the prequalification process at any time and that you
are neither bound to accept any application that you may receive nor to invite the pre-
qualified applicants to bid for the contract subject of this pre-qualification, without incurring
any liability to the Applicants, in accordance with ITA Clause 24.

Signed [insert signature(s) of an authorized representative(s) of the Applicant]

____________________________________________________________

Name [insert full name of person signing the application]

In the Capacity of [insert capacity of person signing the application]

___________________________________________________Duly authorized
to sign the application for and on behalf of: Applicant’s Name [insert full name of
Applicant] Address [insert street number/town or city/country
address]_______________________________________________
Dated on [insert day number] day of [insert month], [insert
year]___________________________________________________

21 | P a g e
PQ Documents for Swat Expressway

Form ELI -1.1


Applicant Information Form
Date: _________, 2015
Contract:

Page ______of _______

Applicant's legal name:

In case of Joint Venture (JV), legal name of each partner:

Applicant's Actual or Intended country of constitution:

Applicant's actual or Intended year of constitution:

Applicant's legal address in country of constitution:

PEC Registration Category _________________ Validity ______________________


Detail of Owners of Applicants Authorized representative information
Name: Name:
Address: Address:
Telephone/Fax numbers: Telephone/Fax numbers:
E-mail address: E-mail address:
Attached are copies of original documents of:
 Articles of Incorporation or Documents of Constitution, and documents of
registration of the legal entity named above, in accordance with ITA 4.1.
 In case of JV, letter of intent to form JV or JV agreement, in accordance with ITA
4.1.
 In case of Government owned entity, documents establishing legal and financial
autonomy and compliance with commercial law, in accordance with ITA 4.7.
 Valid Registration Certificate from PEC.

22 | P a g e
PQ Documents for Swat Expressway

Form ELI -1.2


Applicant's Party Information Form
[The following form shall be filled in for the Applicant's parties including partner(s) of a joint
venture, subcontractors, suppliers and other parties]
Date: _________, 2015

Contract:

Page _____of ________

JV applicant legal name:

Applicant's Party legal name:

Applicant's Party country of registration:

Applicant Party's year of constitution:

Applicant Party's legal address in country of constitution:

Applicant Party's owner or authorized representative information:


Name:
Address:

Telephone/Fax numbers:
E-mail address:
Attached are copies of original documents of:
 Articles of Incorporation or Documents of Constitution, and Registration Documents of the legal entity
named above, in accordance with ITA 4.1.
 In case of a Government owned entity, documents establishing legal and financial autonomy and
compliance with commercial law, in accordance with ITA 4.7.
 Valid Registration Certificate from PEC.

23 | P a g e
PQ Documents for Swat Expressway

Form Business Structure (BS) – 2.1

The applicant shall provide all the details as mentioned in the Criteria Mentioned at
Clause 2.1 and 2.2.

24 | P a g e
PQ Documents for Swat Expressway

Form Business Structure (BS)-2.2


Physical Resources:
Equipment Capabilities
List of Equipment (Working) available with Firm along
with its Current Mobilization
[The following table shall be filled in for the Applicant and for each partner of a Joint
Venture]
Date: _________, 2015

Contract:

Page ______of _____

[Identify equipment available with the Firm along with its Current Mobilization on on-
going Projects].

Description of Equipment Ownership Currently mobilized


(manufacturer, model, capacity etc.) status Project Committed
(owned, leased, Location Time
hired)

01
02
03
04

25 | P a g e
PQ Documents for Swat Expressway

Form PER - 3.1


Performance of Applicant
[The following table shall be filled in for the Applicant and for each partner of
Joint Venture]
Date: _________, 2015

Contract:

Page ______of _____

The Applicant must provide the Performance Certificate from its Employer:
Contract(s) non-performed during the 10 (Ten) years specified in Section III,
Qualification Criteria and Requirements 2.1. are indicated below:
Year Non Contract Identification Total Contract
performed Amount current
portion of value Rs.
contract
[insert [insert amount Contract Identification:
year] and
percentage]
Name of Employer: __________________
Address of Employer:

Reason(s) for non performance:

Litigation

The Applicant must provide an Affidavit:


Year Outcome as Contract Identification Total Contract
Percentage of Amount (current
Total Assets value, Rs.)

26 | P a g e
PQ Documents for Swat Expressway

Form EXP - 4.1


General Construction and Management Experience
[The following table shall be filled in for the Applicant and for each partner of a Joint
Venture]
Date: _________, 2015

Contract:

Page ______of _____

[Identify contracts that demonstrate continuous construction work over the past five [05]
years pursuant to Section III, Qualification Criteria and Requirements, Sub-Factor
4.1.List contracts chronologically, according to their commencement (starting) dates.]

Date of Date of Contract Identification Role of


award comple- Applicant
tion
Contract name:_______________________ (insert
"Contractor” or
Brief Description of the Works performed by "Subcontractor” or
the Applicant: ____________________ "Contract
Manager”]
Amount of contract: _________________
Name of Employer: ______________________

Address:

Contract name: ________________________

Brief Description of the Works performed by


the Applicant: ____________

Amount of contract: ___________________


Name of Employer: ____________________
Address:

27 | P a g e
PQ Documents for Swat Expressway

Form EXP - 4.2


Specific/Similar Construction Experience
[The following table shall be filled in for contracts performed by the Applicant, each
partner of a Joint Venture, and specialist sub contractors]

Date: _________, 2015

Contract:

Page ______ of _____


[Identify similar contracts over the past ten (10) years pursuant to List contracts
chronologically, according to their commencement (starting) dates]
Information
Similar Contract No.

Contract Identification
Total Contract Amount
Award date (Letter of Award)
Completion date
(completion Certificate)
Management
Role in Contract Contractor Subcontractor
Contractor
%age Amount Total Amount
If partner in a JV, or subcontractor (specify participation)

Employer's Name:
Address:
Telephone/fax number:
E-mail:

Description of the similarity in


accordance with Sub-Factor
1. Physical size

2. Complexity

3. Method / Technology

28 | P a g e
PQ Documents for Swat Expressway

Form EXP - 4.3


Specific/Similar Management Experience of BOT Projects
[The following table shall be filled in for contracts performed by the Applicant, each
partner of a Joint Venture, and specialist sub contractors]

Date: _________, 2015

Contract:

Page ______ of _____


Information
Similar Contract No.

Contract Identification
Total Contract Amount
Award date (Letter of Award)
Completion date
(completion Certificate)
Management
Role in Contract Contractor Subcontractor
Contractor
%age Amount Total Amount
If partner in a JV, or subcontractor (specify participation)

Employer's Name:
Address:
Telephone/fax number:
E-mail:

Description of the similarity in


accordance with Sub-Factor
1. Physical size

2. Complexity

3. Method / Technology

29 | P a g e
PQ Documents for Swat Expressway

Form EXP - 4.4


Specific/Similar Design Experience
[The following table shall be filled in for contracts performed by the Applicant, each
partner of a Joint Venture, and specialist sub contractors]

Date: _________, 2015

Contract:

Page ______ of _____


Information
Similar Contract No.

Contract Identification
Total Contract Amount
Award date (Letter of Award)
Completion date
(completion Certificate)
Management
Role in Contract Contractor Subcontractor
Contractor
%age Amount Total Amount
If partner in a JV, or subcontractor (specify participation)

Employer's Name:
Address:
Telephone/fax number:
E-mail:

Description of the similarity in


accordance with Sub-Factor
1. Physical size

2. Complexity

3. Method / Technology

30 | P a g e
PQ Documents for Swat Expressway

Form FIN – 5.1


Financial Qualification
[The following table shall be filled in for the Applicant and for each partner of a Joint
Venture]
Date: _________, 2015

Contract:

Page _______of _____


1. Financial data
Financial information Historic information for previous years
(Rupees in million)

2012-13 2013-14 2014-15


Information from Balance Sheet

Total Assets (TA)


Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Net working Capital.
Information from Income Statement

Total Revenue (TR)

Profits Before Taxes (PBT)

2. Financial documents

The Applicant and its parties shall provide copies of the balance sheets and/or financial
statements for 03 (Three) years pursuant to Section III, Qualifications Criteria and
Requirements, Sub-factor 3.1. The financial statements shall:

(a) reflect the financial situation of the Applicant or partner to a JV, and not sister or
parent companies.

31 | P a g e
PQ Documents for Swat Expressway

(b) be audited by a certified accountant.

(c) be complete, including all notes to the financial statements.

(d) correspond to accounting periods already completed and audited (no statements
for partial periods shall be requested or accepted).

3. Evidence of the Equity Requirement of 30% of the Project Cost (of the
portion which is to be arranged by the bidder)

Specific proposed sources of financing to meet the Equity Requirements of the


Project.

Source of Financing Amount (Pak Rs. or equivalent)


1.
2.
3.

32 | P a g e
PQ Documents for Swat Expressway

Form FIN - 5.2


Average Annual Turnover
[The following table shall be filled in for the Applicant and for each partner of a Joint
Venture]
Date: _________, 2015

Contract:

Page ____of _____

Annual turnover data (construction only)


Financial Year Amount and Currency Rupees in million
2012-13
2013-14
2014-15
Average Annual
Turnover *

* Average annual turnover calculated as total certified payments received for work in
progress or completed, divided by the number of years specified in Section III,
Qualification Criteria and Requirements, Sub-Factor 5.2.

33 | P a g e
PQ Documents for Swat Expressway

Form FIN-5.3
Letter of Intent from a Financial Institution as evidence to secure Loan
for the 70% of the Project Cost (of the portion which is to be arranged
by the Bidder):

In Pursuant to the Clause 5.3 of Qualification Criteria:

34 | P a g e
PQ Documents for Swat Expressway

List of Acronyms

BOT Build, Operate and Transfer

ITA Instructions to Applicants

KPK Khyber Pakhtunkhwa

NHA National Highway Authority

PDS Prequalification Data Sheet

PEC Pakistan Engineering Council

PKHA Pakhtunkhwa Highways Authority

PPP Public Private Partnership

PPRA Public Procurement Regulatory Authority

PQD Pre-Qualification Document

SECP Security Exchange Commission of Pakistan

35 | P a g e
ANNEX – III
Detailed Evaluation Sheets
DETAILED EVALUATION OF PQ APPLICATIONS
Max. NKB/Deokje NLC/CHE China
Sl # Subject Requirement Score FWO SKB
/SAMBO JV C JV Aero-Tech

A. ELIGIBILITY
Registration Certificate of PEC in accordance with ITA
Legal Clause- 4.3 OR
1.1 Status of Valid registration of company with Security and
Company Exchange Commission of Pakistan along with Yes, PEC Yes, PEC
Yes, PEC Yes, PEC
submitted Annual Reports of last three years. YES / certificate of certificate
certificate certificate NO
An applicant single or lead partner (contractor or NO NKB of NLC
sponsor) shall submit only one application in the same attached attached
attached attached
1.2 Pre-qualification process, either individually or as a JV
partner.
However refer to Clause 4.4 for details.
Not having been declared ineligible / blacklisted by YES /
1.3 Ineligibility any Employer (Affidavit). Yes Yes Yes Yes --
NO
B. TECHNICAL QUALIFICATIONS
2. Business Structure
Legal Name of the Firm(s)
Detailed address(es)
Bio Data
2.1 Description of the firms organizations and activities
(2) Company Brochures or any other similar information

Number and classification of full time and part time


employees more particularly which are expected to be
Profession- assigned on the project if awarded.
9.0 7.5
al The personnel, for all the following activities shall be 8.5 7.5 2.0
2.2 evaluated considering their qualifications and
10 (2+3.5+ (2+2.5+
Personnel (2+3+3.5) (2+2.5+3) (2+0+0)
experience: 3.5) 3)
(4)
- Design - Construction
- Finance - Management (BOT)
In addition to the above the applicant must show its
Physical physical resources (including equipments) to execute
2.3 Resources the said project. The equipment required for the
(4) project and available with firm must be listed down or
any proposed arrangement, if required.

Annex-III: PQ Evaluation Report of Swat Expressway Page 1 of 14


Max. NKB/Deokje NLC/CHE China
Sl # Subject Requirement FWO SKB
Score /SAMBO JV C JV Aero-Tech
3. Performance of the Applicant
Performance The performance of the applicant on all completed
of the and ongoing projects shall also be checked. If poor
3.1 Applicant a performance is found then not only zero (0) mark 4
shall be awarded but the applicant may also be (4+0)
declared as ineligible or disqualified. Missing
(7) 8 9 9 evidence 0
10
(6+2) (6+3) (6+3) of (0+0)
An applicant involved in litigation with its employer
Litigation performan
on its past projects shall leave negative impression
3.2 ce and
on the applicant and the applicant has to provide the
(3) litigation
details of past litigations or a certificate of No
Litigation in Past.

4. Experience
General Experience under construction contracts in the role
of contractor, or management contractor for at least
Construction
the last Five (05) years prior the application
4.1 and submission deadline. 5 5 5 2 5 5
Management Note: Letter of Award / Acceptance and
Experience Completion Certificate must be Provided with the
Documents.
The applicant (constructor) must have successfully
executed and completed at least one (01) contract
within the last Ten (10) years on the capacity of the
Contractor. This contract must be similar to the
Specific proposed works. The similarity shall be based on
4.2 Construction the physical size, complexity, methods / technology
or other characteristics, i.e. expressway, tunnel,
15 13.5 13.5 12 9 10
Experience
elevated structures like long flyovers and long
underpasses.
Note: Letter of Award/ Acceptance and
Completion Certificate must be provided with the
Documents.

Annex-III: PQ Evaluation Report of Swat Expressway Page 2 of 14


Max. NKB/Deokje NLC/CHE China
Sl # Subject Requirement FWO SKB
Score /SAMBO JV C JV Aero-Tech
Specific The applicant or any of its partners must have
Experience of successfully and substantially completed at least
4.3 Management one (01) contract within the last Ten (10) years, in 10 10 10 10 0 0
of BOT the capacity of BOT Management party.
Projects
The applicant or any of its partners must have the
experience of Design similar projects. The Design
skills shall be evaluated in detail. In the aspect the
Specific applicant is encouraged to have a consortium with a
4.4 Design design consultant to meet the state of the art design
10 7 9 9 5 0
Experience requirements of the project.
Submission of audited balance sheets, for the last
Three (03) years to demonstrate: The current
soundness of the applicant’s financial position and
its prospective long term profitability, to evaluate;

C. FINANCIAL QUALIFICATIIONS
The applicant is required to provide the evidence of
the equity available within amounting to the
Equity
minimum of 30% of the estimated project cost (of
Requirements
5.1 the portion which is to be arranged by the bidder).
15 15 10 15 0 0
(minimum For this purpose the applicant can evidence it either
30%) by producing an insurance bond of the same
amount or by establishing that the Net Worth /
Working Capital/ Running Capital of same amount.
Average The Average Annual Turnover (AATO) for the last
Annual three (03) years of the applicant shall also be
5.2
Turnover analyzed to evaluate the financial soundness of the 10 10 10 10 10 0
(AATO) firm. However a minimum of Rs. 2,000 million AATO
must be evidenced.

Annex-III: PQ Evaluation Report of Swat Expressway Page 3 of 14


Sl Max. NKB/Deokje NLC/CHE China
Subject Requirement FWO SKB
# Score /SAMBO JV C JV Aero-Tech
Letter of The applicant is required to produce a Letter of
Intent from a Intent from a Financial Institution as evidence to
Financial secure loan from the Financial Institution for the
institution to 70% of the project cost (of the portion which is to be
5.3 15 15 15 15 0 0
secure loan arranged by the bidder).
(for remaining This Letter of Intent must be Project and Party
70% of specific and must be designed to evidence the
project cost) success of the future Financial Close to be
submitted by the applicant for the project if awarded.

TOTAL: 100 92.5 90.5 89.5 40.5 17.0

Annex-III: PQ Evaluation Report of Swat Expressway Page 4 of 14


Continued on next page…..

Annex-III: PQ Evaluation Report of Swat Expressway Page 5 of 14


Annex-III: PQ Evaluation Report of Swat Expressway Page 6 of 14
Continued on next page…..

Annex-III: PQ Evaluation Report of Swat Expressway Page 7 of 14


Annex-III: PQ Evaluation Report of Swat Expressway Page 8 of 14
Continued on next page…..

Annex-III: PQ Evaluation Report of Swat Expressway Page 9 of 14


Annex-III: PQ Evaluation Report of Swat Expressway Page 10 of 14
Continued on next page…..

Annex-III: PQ Evaluation Report of Swat Expressway Page 11 of 14


Annex-III: PQ Evaluation Report of Swat Expressway Page 12 of 14
Continued on next page…..

Annex-III: PQ Evaluation Report of Swat Expressway Page 13 of 14


Annex-III: PQ Evaluation Report of Swat Expressway Page 14 of 14

Вам также может понравиться