Addendum No 1 & Minuts of Pre Bid Meeting of Shaheed Benazir Bhutto Bridge

Embed Size (px)

Citation preview

  • 7/24/2019 Addendum No 1 & Minuts of Pre Bid Meeting of Shaheed Benazir Bhutto Bridge

    1/4

    MINUTES OF PRE

    -BID MEETING HELD ON I5

    T

    JANUARY, 2014

    Package-4: Construction of River Training Protection Works (Consisting of

    Guide Banks, Gunda Bunds and Cunette) of Shaheed Benazir Bhutto Bridge

    over River Indus Connecting Chachran Sharif with Kot Mithan

    01. Pre-Bid Meeting was held in NHA Auditorium, HQ, Islamabad at 1100 hours on 15t

    January 2014 to discuss the tender documents issued to bidders and to clarify the points, if any,

    raised by them. The following attended the m eeting:

    ational Highway uthority

    i. Mr. Parvez Iqbal Sulehri

    ii. Mr. Asim Amin

    iii. Mr. Zulfiqar Ali Janjua

    iv.

    Mr. Parkash

    v.

    Mr. Nand Kumar Soofi

    vi. Mr. Asad Rahat

    General Manager (P&CA)

    General Manager (Design)

    Director (Design)

    Director (P&CA)

    Director (QS)

    Deputy Director (P&CA)

    Design

    Consultant M/s EA Consulting)

    i.

    Mr. Hans Aqil

    ii. Mr. Siddiq Sulemani

    idders

    General Manager (Technical)

    Head of Highways

    i.

    Mr. Sajid M ehmood

    ii. Mr. Mudasar Yousaf

    iii. Lt. Col. (R) Mohsin

    iv.

    Mr. Amir Mehmood

    v. Mr. Abid Farooqi

    vi. Mr. Ghulam Hasan

    vii. Mr. Naseer Akh tar Shafai

    viii.

    Engr. Bilal Hussain

    ix.

    Mr. Fateh Ali Tipu

    x. Mr. Tahammul Abbas

    M/s Sachal Engg. Works

    M/s Matracon Pakistan

    M/s RMC

    M/s Mishal Sania

    M/s Usmani Associates

    M/s Habib Construction Services

    M/s FWO

    M/s Techno Time Construction Co.

    M/s Chaudhry Engineers Associates

    M/s Sadaat Enterprises

    2.

    The said meeting was started with welcome to all participants by General Manager

    (P&CA) and General Manager (Design). All the participants were asked to introduce themselves

    and their Companies on behalf of which they are attending the meeting

    3.

    General Manager (Design) explained the Project Package-wise details of Shahed Benazir

    Bhutto Bridge i.e the Main Bridge i.e. Package-II is under construction by M/s FWO, and Road

    from Zahir Pir to Chachran Sharif i.e. Package-III is under construction by M/s RMC. Bids for

    construction of Road from Kot Mithon to N-55 i.e. Package-I were opened on 9 t January 2014

    for which the Technical Evaluation is under process and it is expected that the said Package-I will

    be awarded in next two months period. Whereas the procurement of remaining packages i.e.

    Package-2A Road from Chachran Sharif to left Abutment of Main Bridge and Package-2B Road

    from right abutment of Main Bridge to Kot Mithon will be initiated soon. So the timely

    completion of subject Package-4 River Training Works (Left and Right Guide Bunds, Cunette and

    Gunda Bund) is very important due to nature of work further timely completion of this project is

    required to o perationalize the b ridge.

    Page of 3

  • 7/24/2019 Addendum No 1 & Minuts of Pre Bid Meeting of Shaheed Benazir Bhutto Bridge

    2/4

    04.

    eneral Manger (Design) further explained the subject project location and requirements

    of NHA as following:-

    a.

    All the bidders are instructed to carefully prepare their bids. Prior to prepare the bid, visit

    the site location and as this project is of difficult nature. It involves number of creeks and

    hauling distance to project work area is also difficult. Further, the River Indus at the

    specific location has its unique dynamics during the flood seasons. Thus all these

    conditions has to be taken care during construction therefore the bids have to be

    synchronized w ith these and rates must be rationalize and wo rkable.

    b.

    There is no chance to commence the work on site before this year's flood season. The

    activities can be commenced at site after September 2014. NHA requires that the

    Contractor during this period prepare their plan, mobilization and stocking / arranging the

    materials i.e. stone, as huge quantity of stone shall be required for protection wo rk.

    c.

    After September, the Contractor is required to achieve raising of river training works upto

    high flood level before the next flood season (Year 2015) including rip rap.

    The

    Contractor is required to complete the remaining works by 2

    n working season or before

    on set of Year 2016 flood seasons. NHA intends to operationalize the bridge by December

    2016. In case of failure of above, N HA will not entertain any claim in this regard.

    d.

    Due to difficult nature of the project, it was agreed that on 20

    t

    January 2014 all the

    bidders may jointly carryout site visit. Director (Design), Design Consultant and Project

    Authorities shall be available at site to assist them.

    05.

    fter the above discussion, the bidders were asked to come forward with their questions /

    queries and the bidders raised certain questions / queries regarding subject works. Questions /

    queries alongwith replies / answers of the same are as per following details:

    Sr.

    No.

    Questions / Queries

    Replies / Answer

    Questions of M/s FW O:

    i.

    Appendix C in specified material

    Not accepted as the quantity of Cement is less than

    5% and PEC do not allow it.

    ist, Cement may be included.

    ii. Right of Way SP

    -I (1.1) It may

    There is no land issue.

    be confirmed that Guide Banks,

    Cunette and Gunda Bund are

    within the Right of Way.

    iii.

    Trainee Engineers SS-29 As per

    Not accepted.

    supplementary specifications, 02

    No. Trainee Engineers are to be

    provided by the Contractor. This

    item may be included in the BoQ .

    iv. The condition for experience of

    Rs. 1,300 Million is very stringent

    and may be reviewed by adding

    holding of spec Eqpt / Manpower

    and F inancial Health / etc.

    Please see addendum N o. 01.

    Questions of M/s Mishal Sania

    v. In idding

    ocuments, EC

    requirement for this project is CA,

    whereas it JV total requirement of

    PEC is the cost of project which is

    available in C-1 kindly clarify.

    Not accepted.

    vi.

    In BOQ there is no Engineer's

    facility, kindly clarify?

    Contractor is not required to provided the Engineer's

    facility.

    g

    -..

    _

    Page 2 of 3

  • 7/24/2019 Addendum No 1 & Minuts of Pre Bid Meeting of Shaheed Benazir Bhutto Bridge

    3/4

    vii. Project completed amount is 1300

    Million of similar nature. Whereas

    in Pakistan no Contract of similar

    nature done by any Contractor.

    Kindly reduce this criteria and

    allow any Contractor who have

    experience of this type of project.

    Please see addendum No. 01.

    viii. Appendix C there is only two

    items for change of rate whereas

    stone is a very huge quantity in

    this project this item should also

    include.

    Not accepted as NHA requires stocking / arranging of

    stones before commencement of works.

    ix. This project is on River Indus

    which is a very huge river in

    Pakistan so extra cost for doing

    work of bund should also add in

    bid.

    Not accepted. It should be included in other items

    rates of BOQ.

    Que stions of M /s Habib Construction Services:

    x. Requirement of Technical Staff is

    too high?

    Not accepted.

    xi.

    Requirement

    f

    tructure

    Engineer is it required?

    Please see Addendum No. 01.

    xii.

    The fuel factor for price variation

    should be increased.

    Not accepted, as PEC Price Adjustment Procedure

    has been followed.

    xiii. Price variation for stone may be

    added.

    Not accepted.

    06.

    n addition to above, Director (P&CA) also clarified the following to the Bidders:

    a.

    In case of Foreign JV, the proposed staff for the subject works must be present at site

    during construction phase and it will be considered as default of the Contractor if the

    proposed staff be replaced or not present at site. Furthermore, the condition of JV is very

    much clear for bidders.

    b. No excuse will be accepted from the Contractor in case of stoppage of work due to

    delayed / non payment of IPCs, as the Contractor was qualified for award of subject works

    as the firm was evaluated Financially Capable to complete the works.

    c.

    The bidders must read the Bidding Documents carefully before the submission of bids and

    no excuse whatsoever will be accepted from bidders that the period of bid security is less

    or the bid security is in Financial Bid Envelope etc. The Technical and Financial Bids

    must be submitted as per the Instructions to Bidders of the Bidding Document.

    07.

    lease note that in case of any further questions / queries required to be clarified after this

    meeting, the bidders may forward the same to undersigned in writing. Reply will be responded to

    the respective bidders and accordingly it will also be uploaded on NHA website for information of

    all the interested bidders.

    08.

    he meeting con cluded w ith a vote of thanks to al] the participants.

    ---oo0oo---

    Page 3 of 3

  • 7/24/2019 Addendum No 1 & Minuts of Pre Bid Meeting of Shaheed Benazir Bhutto Bridge

    4/4

    ADDENDUM NO. 01

    Package-4: Construction of River Training Protection Works

    (Consisting of Guide Banks, Gunda Bunds and Cunette) of Shaheed Benazir

    Bhutto Bridge over River Indus Connecting Chachran Sharif with Kot Mithan

    The following amendments have been made in the Bid Document under this Addendum, which

    shall be read and construed as an integral part of Bid Document and shall take precedence in case

    of any conflict / ambiguities in the Bidding Document and other provisions of the Bidding

    Document.

    1.

    Bidding Data:

    Refer page-22,

    ITB Clauses 3.1a(i),

    second and fourth line, constructor's category C-A be

    replaced with C-B .

    2.

    Bidding Data:

    Refer page-23,

    ITB C lauses 3.1a ii),

    the whole para be replaced with the following:

    Firm that has completed one or more than one project with accumulated cost not less than

    Rs. 1,300/- Million in last five (05) years of similar nature and complexity. In case of more

    than one Project, the minimum value of each Contract should not be less than Rs. 500 Million.

    Experience of firms against the requirement of similar size and nature project as a sub-

    contractor will not be con sidered for evaluation.

    3.

    Bidding Data:

    Refer page-30,

    ITB Clauses 11.1(C)

    contains heading General and Similar Experience

    (Appendix N to bid) of Similar Works, the words 1 Contract at second line be replaced

    with words one or more than one Contracts .

    4.

    Bidding Data:

    Refer page-31,

    ITB Clauses 11.1(C)

    contains heading Qualification of Key S taff (Appendix

    to bid) under serial No. b, the words roadway Bridges at the end of lines 3 and 6 be

    replaced with River Training / Protection Wo rks .

    5.

    Bidding Data:

    Refer page-35, ITB Clauses 20.1(a) and

    23.1, the dates be changed as

    13

    6 February 2014.

    6. Appendix-N to Bid:

    Refer page-62, Para-2)

    Contracts of Similar Size and Nature, the whole para of requirement

    be replaced with the following:

    Participation as contractor or management contractor within last five (05) years with

    accumulated value of Rs. 1,300 Million or with minimum value of Rs. 500 Million each that

    have been successfully or are substantially completed and that are similar to the proposed

    works. The similarity shall be based on the physical size, complexity, methods, technology or

    other characteristics as indicated in these Bidding Docum ents.

    7. Special Provisions:

    Refer page-103, second line at paragraph-3 of Clause-1.1 of SP-1, the words for the above

    facilities be replaced with for their own facilities .

    8.

    Other terms and con ditions shall remain same.

    X