Invitation for Bids Date:
27 April 2016
Loan No. and Title:
3305-PAK: Sindh Provincial Road Improvement Project
Contract No. and Title:
ADB/ICB/SPRIP: Construction and Improvement of Sindh Provincial Road
Deadline for Submission of Bids:
9 June 2016, 1100 hours (local time)
1. The Islamic Republic of Pakistan has applied for financing from the Asian Development Bank (ADB) towards the cost of Sindh Provincial Road Improvement Project in the Province of Sindh, Pakistan. Part of this financing will be used for payments under the contracts named hereunder. Bidding is open to all interested bidders, who can prove their eligibility and qualification as mentioned hereunder and in the Bidding Documents, from eligible source countries of the ADB: The bidder should have minimum average annual construction turnover of US$ as mentioned below, calculated as total certified payments received for contracts in progress or completed, within the last three (03) years.
The bidder must demonstrate that it has the financial resources to meet (i) its current contract commitments and (ii) the requirement for the subject contract of:
Package No.
Description of Package
The bidder should have participated as contractor, management contractor, or subcontractor, in at least one (01) Road construction contract within the last Seven (07) years for following two package ICBSPRIP-01 and ICB-SPRIP-02, with a value as mentioned below that has been successfully or substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics.
ICBSPRIP-01
Thull to Kandhkot(44 Km)
US$ 20 Million or equivalent
US$ 25 Million or equivalent
US$ 3.25 Million or equivalent
ICBSPRIP-02
Sheranpur to Ratodero(36 Km)
US$ 14 Million or equivalent
US$18 Million or equivalent
US$ 2.25 Million or equivalent
Package No.
ICBSPRIP-03 ICBSPRIP-04 ICBSPRIP-05 ICBSPRIP-06
Description of Package
Khyber to Sanghar(64 Km) Sanghar to Mirpurkhas (63 Km) TM Khan to Badin(67 Km) Digri to Naukot(54 km)
The bidder should have participated as contractor, management contractor, or subcontractor, in at least two (02) Road construction contract within the last Seven (07) years for the following four (4) packages i.e. ICB-SPRIP-03 to ICB-SPRIP-06, with a value as mentioned below that has been successfully or substantially completed and that is similar to the proposed works. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics.
The bidder should have an average annual construction turnover of US$ as mentioned below, calculated as total certified payments received for contracts in progress or completed, within the last three (03) years.
The bidder should have cash flow requirement
US$ 30 Million or equivalent
US$ 38 Million or equivalent
US$ 5 Million or equivalent
US$ 26 Million or equivalent
US$ 33 Million or equivalent
US$ 39 Million or equivalent
US$ 49 Million or equivalent
US$ 26 Million or equivalent
US$ 33 Million or equivalent
US$ 4.25 Million or equivalent US$6.25 Million or equivalent US$ 4.25 Million or equivalent
2. The Works and Services Department WSD (“the Employer”) invites sealed bids from all interested eligible bidders for the construction and completion with scarification of existing road and reconstructing over the existing formation a 7.30 meters wide asphaltic road with 2.5 meters shoulders on either side including improvement and widening of existing structures and construction of new structures wherever required on the above referred Contracts (the Works). 3. Bidders may bid for one or several contracts, as further defined in the bidding document. As the Employer is simultaneously inviting bids for the above six packages, the Employer will evaluate and compare Bids submitted for each package separately. If a bidder submits successful (substantially responsive lowest evaluated) bids for more than one packages (ICB-SPRIP-01, ICB-SPRIP-02, ICB-SPRIP-03, ICB-SPRIP-04, ICB-SPRIP-05, ICB-SPRIP-06), the evaluation will also include an assessment of the Bidder's capacity to meet the aggregate requirements for two or more contracts in terms of Average Annual Construction Turnover, Financial Resources Requirement, Equipment to be allocated, and Personnel to be fielded in accordance with 1.6 “Multiple Contracts” in Section-3.” 4. International competitive bidding will be conducted in accordance with ADB’s Single Stage: Two Envelope bidding procedure and is open to all interested bidders from ADB eligible member countries as described in the Bidding Document.
5. National Bidders are required to be registered with Pakistan Engineering Council with a valid registration Certificate as per requirements stated in the bidding document (for each package). 6.
To purchase the bidding documents in English, eligible bidders should:
Write to address mentioned below requesting the bidding document for (insert number and title of contract) as mentioned above. Pay a non-refundable fee of Pak Rs.10,000/- (Pak Rupees Ten Thousand Only) or US$ 100 (US Dollars One Hundred only) by Pay Order / Demand Draft in favor of Project Director, Sindh Provincial Road Improvement Project Works and Services Department. The eligible bidders also have the option to download the bidding document free of cost from Works and Services Department website i.e. www.spripwsd.gos.pk.
7. To obtain further information and inspect the bidding documents, bidders should contact to the address mentioned below. 8. A pre-bid meeting of all the projects / packages shall take place on 16 May 2016 at 1100 hours at the address mentioned below. 9.
Deliver your bid(s):
to the address below on or before the deadline 9 June 2016 at 1100 hours. together with a Bid Security as specified / required in the Bidding Document (s). Both Technical Proposal and Financial Bid shall be submitted in the manner stated in section 21.1 of Instructions to Bidders and as amended in Bid Data Sheet (BDS)
10. Technical Bid will be opened on 9 June 2016 at 1130 hours on the same day after the deadline for bid submission in the presence of bidders’ representatives who choose to attend, whereas the Financial Bids shall remain sealed and unopened and shall be placed locked. The Financial Bids of only Technically Responsive and Qualified Bidders shall be opened after technical bids evaluation, whereas, the financial bids of those bidders whose technical bids are not responsive and qualified shall be returned unopened.