You are on page 1of 79

METROPOLITAN CORPORATION ISLAMABAD

DIRECTORATE OF SANITATION

FOR FRONT END COLLECTION, SWEEPING, TRANSPORTATION & DISPOSAL OF


MUNICIPAL SOLID WASTE METROPOLITAN AREA ISLAMABAD - PAKISTAN.

INDEX

S.No Details Page


No
1 Preamble to the bid 2
2 Instructions to bidder 6
3 Existing solid waste management in 29
Islamabad
4 Proposed plan for swc (Islamabad) 32
5 Terms of reference & technical specification 42
6 Performance evaluation & monitoring 52
system
7 Conditions of contract and price sheet 53
8 Bill of Quantities 61
9 Appendix-A 67
Price Adjustment Under Clause 5.5 of
Section-V of Contract Document
10 Appendix-B 69
List of Sub-Contractors
11 Appendix-C 70
List of Solid Waste Machinery / Vehicles
(Minimum Requirement)
12 Appendix-D 71
Breakdown of Unit Cost of the item in BOQ
by the Activities and Works in that item.
13 Appendix-E 72
Estimated Progress (Payments required).
14 Annexure D 73
Form of BID
15 Annexure-1 75
Format for Covering Letter
16 Annexure-2 76
Anti Blacklisting certificate
17 Annexure-3 77
AFFIDAVIT

[1]
Section-I
PREAMBLE TO THE BID

1.1 The RFP Document.

The Municipal Corporation Islamabad invites bids for Front End Collection, Sweeping,
and Transportation & Disposal of Municipal Solid Waste in the Metropolitan Area
(Islamabad).

The purpose of this RFP is to invite all eligible, reputed and experienced Waste
Management Firms or Individuals whether National or International in accordance with
relevant provisions of Pakistan Laws, Rules& Regulations. The Bidder has to submit their
Technical and Financial proposal for Front End Collection, Sweeping, Transportation
and Disposal of Municipal Solid Waste of the Metropolitan Area Islamabad under a
Single Stage Two Envelope procedure, in accordance with the Public Procurement
Regulatory Authority Rules (PPRA-2004).

1.2. Scope of Work / Assignment.

i. Door to door garbage collection on daily basis as per schedule and modalities
agreed between both the parties (Schedule to be provided by the Client at the start of
each month).

ii. Sweeping of Streets, Avenues, Footpaths, Medians, Market Places and other open
spaces using both manual & mechanical means as per schedule provided by the
client at the start of each month.

iii. Collection, Lifting & Disposal of Solid Waste from transfer/collection points to the
Dumping/Landfill Sites designated for the purpose on daily basis as per schedule and
modalities agreed between both parties.

iv. Monitoring & Tracking of the entire Contractors Vehicles, supervisory staff etc in a
scientific manner i/c setting up of Command & Control Centre..

v. Establishment of a robust Complaint Management System.

vi. Community engagement through awareness programs and its implementation.

[2]
1.3. Definition & Interpretation

a. Agreement means agreement signed between the parties (MCI and the
Successful Bidder);

b. Confirmation means confirmation in writing.

c. Bidder/Service Provider means a company, individual or joint venture that


has submitted its bid as per the criteria/specifications listed in this document.

d. Contract means the contract proposed to be entered into between the


procuring entity and the Bidder for the services, including all attachments,
appendices, and all documents incorporated by reference therein. Where not
specifically indicated to the contrary, and to avoid any confusion,

e. Bid has the same meaning assigned to Contract.

f. Bidder & Tendered means any person or persons, contractor, firms, consortium
of firms, joint venture submitting the bid or tender;Client means the Municipal
Corporation Islamabad (Procuring Agency);

g. Client representative means any representative of the client appointed from time
to time;

h. Contractor means the bidder, any entity or person, firm, company, joint venture /
consortium that may provide or provides the work and services under the
agreement;

i. Contract price means the sum stated in the letter of Acceptance/Award as


payable to contractor for execution, performance and completion of works and
services according to the scope of work;

j. Days mean calendar days;

k. Proposal means the technical, Financial & Operational proposal submitted by the
bidder;

l. RFP means the Request for Proposal;

m. the word Tender is synonymous with Bid and the word tender document with
bidding document and proposal document;

[3]
n. Terms of Reference (TOR) means the document in RFP, which explains the
objective scope of the work activities and the tasks to be performed, respective
responsibilities of client and contractor and expected results and deliverables of
assignments;

o. ICT means the Islamabad Capital Territory

p. W&S means the work and services to be performed by the contractor pursuant to
the agreement.

q. Works means all services to be provided and works to be performed by the


contractor under this contract;

r. Years mean calendar years.

1.4. Abbreviations

a) MSW = Municipal Solid Waste

b) SWM = Solid Waste Management

c) SWC = Solid Waste Collection

d) MCI = Municipal Corporation Islamabad

e) EPA = Environmental Protection Agency

f) PPRA = Public Procurement Regulatory Authority.

g) PKR = Pak Rupees Currency of Islamic Republic of Pakistan.

1.5 PPRA Rules to be followed

Public Procurement Regularity Authority (PPRA) Rules 2004 will be strictly followed.
These may be obtained from PPRAs website: www.ppra.org.pk

In this document, unless otherwise mentioned to the contrary, "Rule" means a Rule
under the Federal Procurement Rules 2004.

[4]
1.6 Mode of Advertisement

As per Rule 12, this Tender is being placed online at CDA and PPRA's websites, as well as
being advertised in the print media. The bidding document carrying all details can be
downloaded from CDA and PPRAs website: www.ppra.org.pkORwww.cda.gov.pk.

1.7 Sections of RFP/Bidding Documents

All Sections of RFP and Annexure, Forms are integral part of RFP and considered as
tender / bidding documents.

1.8 Procuring Agency Rights to cancel any or all tenders

The MCI is not bound to accept any proposal and reserves the rights to annual the selection
process at any time prior to agreement or award without thereby incurring any liability to the
bidder. The applicant will not be entitled to make any claim from Procuring Agency due to
cancellation of the tender.

[5]
Section II
INSTRUCTIONS TO BIDDER

2.1. Information Related to Procuring Agency

Name : Municipal Corporation Islamabad


Address : Room No 16A, Block-II, CDA Headquarters G-7/4
Islamabad-Pakistan
Phone No. : +92 (51) 9252620
Fax No. : +92 (51) 9252621
Website : www.cda.gov.pk
Name : Directorate of Sanitation
Address : Sector G-6/1-3, Street No 49, Islamabad
Phone No. : +92 (51) 9211555

2.2. Language of Proposal and Correspondence


All documents / proposal and respective correspondence shall be made / prepared in
English Language.

2.3. Method of Procurement


International & National competitive bidding under Pakistan PPRA Rules 2004.

2.4. Headings and Titles


In this document, headings and titles shall not be construed to be part thereof or be
taken into consideration in the interpretation of the document and words importing the
singular only shall also include the plural and vice versa where the context so
requires.

2.5. Notice
In this document, unless otherwise specified, wherever provision is made for
exchanging notice, certificate, order, consent, approval or instructions amongst the
parties, the same shall be:

i. In writing;
ii. Issued within reasonable time;
iii. Served by sending the same by courier or registered post to their principal office in
Pakistan or such other address as they shall notify for the purpose;

2.6. Period of Contract


Seven (07) Years after issuance of Work Order extendable for further Three (03)Year
based on the performance and mutual consent (written) of the Contractor and the
Client on same terms &conditions of the Contract.
[6]
2.7. Cost of the Bid
The Bidder shall bear all costs associated with the preparation and submission of the
Bid and the Procuring Agency shall in no case be held responsible or be liable for
those costs, regardless of the conduct or outcome of the Bidding process.

2.8. Due Diligence


The Bidder is expected to examine all instructions, forms, terms and conditions in the
RFP. The Bid should be precise, complete and in the prescribed format as per the
requirement(s) of the RFP. Failure to furnish all information required by the RFP or
submission of a Bid not responsive to the RFP in every respect will be at the Bidders
risk and may result in rejection of the Bid.

2.9. Pre-Bid Meeting


Pre-Bid meeting will be held on 09th of June 2017 at 1500 hours at the office of the
Chief Officer Municipal Corporation G-7/4, Islamabad.

2.10. Clarification of the Bidding Document


In the event that any Bidder requires any clarification on the Bidding Document, such
Bidder are expected to send their queries to the MCI in writing by post, courier, email or
by facsimile at least 24 (twenty four) hours prior to the time of the Pre Bid Meeting at the
following addresses/fax number in order to enable MCI to have adequate notice of the
said queries so that the same may be addressed at the Pre Bid Meeting:

Chief Officer
Municipal Corporation Islamabad
Room No.14A, Block-II, CDA Headquarters, G-7/4
Islamabad, PAKISTAN

2.11. Visit of the Area of Service


a. The information regarding ICT area, population, quantity and quality of MSW etc.
mentioned in this RFP has been provided on the basis of available sources and
may not be considered as final or conclusive. The Procuring Agency shall in no
way be responsible for any discrepancy.

b. The bidder are advised to visit the area of service/site of works and its
surroundings and obtain all necessary information that may be necessary for
preparing their proposal/bid, and to acquaint themselves with the area, the existing
system, the vehicles, offices, workshops and workforce of the existing system of
the Sanitation Directorate of MCI, at their own expenses.

c. The bidders and any of their personnel or agents will be granted permission by the
procuring agency to enter upon their premises and lands for the purpose of such
inspection, but only upon the express condition that the bidders, their personnel
[7]
and agents, will release and indemnify the procuring agency, his personnel and
agents from and against all liabilities in respect thereof and will be responsible for
death or personal injury, loss of or damage to property and any other loss,
damage, costs and expenses incurred as a result of such inspection.

d. All the interested firms/bidder are advised to carry out a comprehensive survey of
the Area of the project and come up with a very practicable strategy and project
proposal in order to minimize complications during implementation.

2.12. Utilization of Existing Infrastructure Facilities

i. Area measuring 42 x 66 (feet) within the premises of Sanitation Directorate will


be allocated / provided to the work awarded bidder / contractor purely on
temporary basis, for the period of Contract Agreement.

ii. The contractor will be responsible to keep these offices and other workplaces in a
neat, clean &well-maintained condition throughout the Contract period.

iii. The Contractor shall construct / upgrade allocated area for establishment of
executive offices, meeting room, tracking / monitoring room, public complaint
office etc subject to prior approval of the plan from the client as per Rules.

iv. A suitable sized space (mutually agreed) at appropriate location will be provided
to the contractor for establishment of parking yard, workshop & stores with
temporary structures after signing of contract agreement..

v. Utility bills in respect of these offices and workplaces shall be paid by the
Contractor (after the taking-over date) and a copy of the same shall be provided
to the Client.

2.13. Amendments through Addendums


At any time before submission of proposal, the procuring agency may amend the RFP
by issuing an addendum in writing. The addendum shall be sent to all intending
contractors and would also be uploaded in the website of CDA, and will be binding on
the bidders. The contractors shall acknowledge receipt of all addendums issued by
the procuring agency. To give reasonable time to contractor to take in to account
these amendments in their proposal, the MCI may, if the amendment is substantial,
extend the deadline for submission of proposal. Amendments so made shall form
binding on the bidders and will be part of this document.

2.14. RFP Fee


The RFP Document shall cost Rs. 15,000/- (Rupees Fifteen Thousand only) or US150
Dollars payable in the form of a Demand Draft from any scheduled Bank, drawn in
[8]
favour of the MCI and payable at Islamabad. The RFP document cost shall be non-
refundable. Any bid not accompanied with a valid RFP Fee/Document Cost Fee in the
acceptable amount and form will be summarily rejected by the MCI as being non-
responsive.

2.15. Rejection / Acceptance of the Tender

The Procuring Agency shall have the right, at his exclusive discretion, to increase /
decrease scope required without any change in unit prices or other terms and conditions,
accept aTender, reject any or all tender(s), cancel / annul the Tendering process at any
time prior to award of formal Contract, without assigning any reason or any obligation to
inform the Bidder and without thereby incurring any liability to the Bidder and the decision
of the Procuring Agency shall be final.

The Tender shall be rejected if:

i. It is substantially non-responsive; or
ii. It is submitted in other than prescribed forms, annexes, schedules, charts,
drawings, documents / by other than specified mode; or
iii. If it is incomplete, un-sealed, un-signed, printed, partial, conditional, alternative,
late;
iv. It is subjected to interlineations / cuttings / corrections / erasures / overwriting; or
v. The Bidder submits more than one Tenders; or
vi. The Bidder fails to meet the minimum mandatory score of 50% against each
criterion in the Technical Evaluation Criteria (Annexure-B); or
vii. The Bidder fails to meet the minimum passing score of 70% in the Technical
Evaluation Criteria; or
viii. The Bidder refuses to accept the corrected Total Tender Price; or
ix. The Bidder has conflict of interest with the Procuring Agency; or
x. The Bidder tries to influence the Tender evaluation/Contract award; or
xi. The Bidder engages in corrupt or fraudulent practices in competing for the
Contract award.
xii. There is any discrepancy between bidding documents and bidders proposal i.e.
any nonconformity or inconsistency or informality or irregularity in the submitted
bid.
xiii. The Bidder submits any financial conditions as part of its bid which are not
inconformity with tender document.

[9]
2.16. Proposal Preparation /Cost of Bidding

The bidders shall bear all costs associated with the preparation and submission of their
respective proposals/bids, and the procuring agency will in no case be responsible or
liable for those costs, regardless of the conduct or outcome of the bidding process.

2.17. Bid submitted by a Joint Venture/Consortium

Bids submitted by a joint venture/consortium of two (2) or more firms shall comply with
the following requirements:

(a) one of the joint venture/consortium partners, lead firm shall be nominated as
being in charge; and this authorization shall be evidenced by submitting a
power of attorney signed by legally authorized signatories of all the joint
venture/consortium partners/firms;

(b) the bid, and in case of a successful bid, the Form of Contract Agreement shall
be signed by the authorized partner so as to be legally binding on all
partners/firms i.e. all partners of the joint venture/consortium firms shall be
legally bound to the Agreement;

(c) the firm / authorized partner / partner-in-charge shall always be duly authorized
to deal with the procuring agency regarding all matters related with and/or
incidental to the execution of works as per the terms and Conditions of
Contract and in this regard to incur any and all liabilities, receive instructions,
give binding undertakings and receive payments on behalf of the joint
venture/consortium;

(d) all partners of the joint venture/consortium shall at all times and under all
circumstances be liable jointly and severally for the execution of the contract in
accordance with the contract terms and a statement to this effect shall be
included in the authorization mentioned under Sub-Para (a) above as well as in
the Form of Bid and in the Form of Contract Agreement (in case of a successful
bid);

(e) a copy of the agreement entered into by the joint venture/consortium partners
shall be submitted with the bid stating the conditions under which it will
function, its period of duration, the persons authorized to represent and
obligate it and which persons will be directly responsible for due performance
of the contract and can give valid receipts on behalf of the joint
venture/consortium, the proportionate participation of the participating firms
[10]
forming the joint venture/consortium, and any other information necessary to
permit a full appraisal of its functioning. No amendments / modifications
whatsoever in the joint venture/consortium agreement shall be agreed to
between the joint venture/consortium partners without prior written consent of
the procuring agency;

(f) submission of an alternative Letter of Intent to execute a Joint


Venture/consortium Agreement shall be mandatory;

(g) Bidders shall also submit proposals of work methodology and schedule in
sufficient detail to demonstrate the adequacy of the bidders proposals to meet
the technical specifications and the timely completion as per schedule each
day, each month and every year of the contract till completion of the contract
successfully.

2.18. Place, Date, Time and Manner of Submission of Bid

i) The Interested firms / Companies can obtain tender documents from the office of
the Deputy Director, Directorate of Sanitation, MCI, Street No. 49, Sector G-6/1-4,
Islamabad on any working day during office hours up to Wednesday, June 16,
2017, upon payment of document fee through Pay Order or Bank Draft of
PKR.15,000/- in favour Metropolitan Corporation Islamabad (MCI).
Contact # 051-9206102.
The proposal / bid will be received till 11.00 am (PST) on Friday, April 23, 2017
and opened at 11:30 am (PST) on same day, by the Tender Opening / evaluation
Committee in the office of The Director, Directorate of Sanitation, MCI, Street No.
49, Sector G-6/1-4, Islamabad.
Contact # 051-9211555
Fax # 051-9223171
ii) The Contractors/bidders must submit their proposal/bid under Single Stage Two
Envelope procedures in accordance with PPRA Rules 2004. Proposal Bid shall
comprise a single package containing two separate sealed envelopes. Each
Envelope shall contain separately the Technical Proposal and the Financial
Proposal.

iii) Envelopes shall be marked as Technical Proposal and Financial Proposal in


bold & eligible letters.

iv) The package (Outer Envelope) containing the envelopes shall be marked as
proposal for CONTRACT FOR PRIMARY AND SECONDARY COLLECTION

[11]
OF MUNICIPAL SOLID WASTE
AND ITS TRANSPORTATION IN METROPOLITAN AREA, ISLAMABAD,
PAKISTANin Bold and legible letters.

v) The package (Outer Envelope) shall also be marked the submission address of
the Proposal/Bid and Name, Address of Contractor/Bidder.

vi) The Package (Outer Envelope) shall be sealed, signed and stamped by the
contractor or its authorized representative.

vii) Proposal/Bid shall be submitted by hand or may be sent by registered airmail


post. Proposals/ bids that are not submitted until due date and time of the
submission of proposals/bid will not be considered.

viii) Where delivery of bid is made by registered mail and the contractor/bidder
desired to receive an acknowledgement of receipt of such bid, he shall make a
request for such acknowledgement in a separate letter attached to the package
(Outer Envelope) but will not be a part of sealed envelope.

ix) Upon request, acknowledgment of receipt of bids will be provided to those


making delivery in person or by representative.

x) Bid submitted through telegraph, telex, fax or e-mail will not be considered.

xi) Each page of the proposal/bid document must be signed by the


contractor/bidder, in case the proposal/bid document is signed by the
authorized representative of the contractor then, the authorization shall be in
the form of written power of a attorney accompanying the proposal or in any
other form demonstrating that the representative has been duly authorized to
sign.

xii) The procuring agency at his discretion, extend the deadline for submission of
bids/proposals by issuing an addendum notified in newspaper. All rights and
obligations of procuring agency and the contractor will thereafter be subject to
the deadline as extended.

xiii) The Technical proposal shall not include any financial information. A Technical
proposal containing financial information may be declared non responsive.

The technical proposal shall provide the information as indicated in the following
Para.

[12]
a) Abrief introduction of contractors organization and an outline of present
and ongoing experience of contractor (each, partner in case of joint
venture) on assignments of similar nature.

b) A description of the machinery, equipment, vehicles etc and methodology


for performing the assignment covering the following subject, technical
approach, methodology, organization and staffing.

c) The list of the proposed professional, staff team by area of expertise, the
position that would be assigned to each staff members and their tasks.

d) While preparing the technical proposal, contractor must give particular


attention to the following:

e) If the contractor considers that it may enhance its expertise for technical
operational management and monitoring parts for the assignment to
accomplish in a best-suited way and in accordance to the requirement of
RFP Document he may associate with other contractors/firms. Any such
association must be clearly indicated in the technical proposal. In case of
joint venture, all partners shall be jointly and severally liable, and shall
indicate the lead firm of joint venture.

f) Alternative professional staff shall not be proposed and only one


curriculum vitae (CV) also showing association with the firm may be
submitted for each position.

g) Comments and suggestions may be given on the terms of reference


including workable suggestions that could improve the quality,
effectiveness of assignments and on requirement of the IMC workforce,
machinery and facilities including administrative support, office, workshop
etc. However the Client is not bound to consider the suggestions as whole
or partially or otherwise as indicated in RFP Document.

xv) The Financial Proposal shall include all cost.

a) Associated with scope and performance of work, management and


operational cost, remuneration for staff monitoring system and other
incidental charges business taxes, income tax, local & provincial taxes,
professional taxes, duties, fees, that may levied according to the laws and
regulation in being prior to the closing date of submission of proposal and
taxes and fees on the equipment, and machinery required and on services
performed under this contract. Nothing in the contract shall relieve the
[13]
contractor/bidder from his responsibilities to pay taxes that may be levied
on the profit made to him in respect to contract.

b) The financial proposal shall contain NO OVERWRITING, CORRECTION


and CUTTINGS, the contractor or his authorized representative who
signed the proposal must initial such corrections, overwriting and cuttings.

c) The contractor / bidder is required to quote the cost of every work item and
total cost of works correctly in figure and words. The price and cost of
works and services under this contract must be expressed in PKR.

d) Bid Security equal to 2 % (two percent) of total bid amount in the shape
described in Clause 2.24 must be attached with Financial Proposal. No
Cheque or Insurance Guarantee shall be accepted as bid security. The Bid
Security amount shall be calculated on the basis of the bid offered for one
year.

e) All the cost towards allowances of the workforce transferred by procuring


agency to the contractor shall be incorporated in the financial proposal.

2.19. Opening of the Bid


Tenders shall be opened, at the given place, time and date, in the presence of the
Bidder(s), if available, for which they shall ensure their presence without further
invitation.

The Bidder's name, modifications, withdrawal, security, attendance of the Bidder and
such other details as the Purchaser may, at its exclusive discretion, consider
appropriate, shall be announced and recorded.

No Bidder or its representative will be allowed to keep any digital device (camera,
audio recorder, cell phone etc.) during tender opening meeting at given time and
location. Noncompliance will cause the rejection of respective bidder.

2.20. Currency Unit of Offers and Payments


The bidder shall quote the bid price / inclusive of item for each work / Services and the
total bid amount in PKR. All the payment to the Contractor will be released in PKR only.

2.21. Conditional and Partial Offers


Contractor / bidder are hereby cautioned that proposal with conditional offers or deviation
from the conditions and instructions contained in RFP Document or other requirement
[14]
stipulated therein shall result in rejection of proposal /bid as non responsive and shall not
be considered. Partial offers are not acceptable under this contract. Acceptance shall
only be granted for complete job.

2.22. Alternative Proposal not Acceptable (One Bid per Bidder)


Alternative proposal not acceptable. Only one proposal fulfilling all conditions,
instructions and requirement contained in RFP should be submitted by each bidder.
Alternative proposal shall not be entertained. Each bidder shall submit only one bid
either by himself, or as a partner in a joint venture/consortium. A bidder who submits
or participates in more than one bid will be disqualified.

2.23. Eligible Bidder


This Invitation for Bids is open to all interested bidders who are eligible under
provisions of Pakistan (Public Procurement Rules-2004) as mentioned below and the
criteria given in the Notice Inviting Tender (NIT)/ Bidding Document.

Firms and individuals, national or international, may be allowed to bid for the work.
Any conditions for participation shall be limited to those that are essential to ensure
the bidders capability to fulfill the contract in question.

(a) Bidders may be excluded if;


(i) as a matter of law or official regulations, commercial relations are prohibited
with the bidders country by the federal government, or

(ii) a firm is blacklisted/ debarred by the procuring agency and the matter has
been reported to the Agency.

(b) Government-owned enterprises or institutions may participate only if they can


establish that they are;

(i) legally and financially autonomous, and

(ii) Operate under commercial law.

Provided that where government-owned universities or research centers in the country


are of a unique and exceptional nature, and their participation is critical to project
implementation, they may be allowed to participate; and Bidders shall include all those
contractors who are registered or incorporated in Pakistan, irrespective of the
nationality of their owners and professional staff, and

[15]
(c) Bidders are:-

(i) This is a service contract and registration with Pakistan Engineering


Council is not mandatory.

(ii) Registered with relevant tax authorities (income/sales tax, wherever


applicable)

2.24. Disqualification for Participating in Tender


Contractor or sub-contractor cannot participate in tender in any manner directly or
indirectly, in their name or in the name of any other person or firm.

a. Those who are prohibited / black listed to participate in tender by any Government
Institutions, Authorities etc. And those who are prohibited / black listed (by law) due
to having any criminal record or convection.

b. Those who have been declared bankrupt by the authorities or have filed
bankruptcy.

c. Those who have been declared or announced as an insolvent by court of law or


tribunal or any other authorities or institution.
d. Those who are under liquidation.

e. Those whose affairs are run by any tribunals.

f. Those who are under settlement with any financial institution or creditors.

g. Those who have suspended their affairs or those who are in similar position as per
the law of their country.

h. Those who have been declared defaulter of social security contribution or premium
payments under the law of Pakistan or as per law of their country.

i. Those who have been declared defaulter of taxation or revenue department for
nonpayment of income tax, sales tax, customs duties, or any other tax levied from
time to time in Pakistan or as per law of their country.

j. Those who have been condemned by decision of any court or law or tribunal
because of their non-professional or unethical activities or professional
malpractices.

[16]
k. Those who have been determined by any institution or organization or authority or
agency for adopting or performing non professional attitude or unethical or immoral
activities or professional malpractices and such determination resulted from
administering them during their jobs.

l. Those who do not provide the required information or provided misleading of false
representation or deliberately suppressed the information to be provided as
required in RFP Document.

m. Those who have been prohibited from professional activity by the Chamber of
Commerce in Pakistan or any other equivalent body established for same purpose
in the country where they are registered before the date of submission of the bid.

n. The contractors/bidders who are the blacklisted by Federal Govt., Provincial Govt.,
Autonomous Bodies and State Bank of Pakistan.

2.25. Exclusion Prohibition and Acts forbidden


The contractor/bidder shall be excluded from participating in tender under following
circumstances.

a. Those who are authorized by procuring agency in any way for preparation of RFP
and the committees set out by the procuring agency in this regard.

b. Those who are authorized by the procuring agency to finalize and to approve the
tender process.

c. The institutions established, with whatsoever reason, in relation with the procuring
agency or existing structure of the procuring agency and institution such as
foundation, association, union and the companies associated with the procuring
agency.

d. Those firms and companies who are rendering the advisory or consultancy services
in preparation of RFP Document.

e. The following acts and attitude are forbidden in the tender:

i. To render the activities of other participants doubtful, to obscure them from


participation in the tender or to offer an agreement to the participant or to
influence them to act in a manner, which will effect the other participant or
tender process

[17]
ii. The act and attitude towards fraud, threat, influence, bribery or by any other
way to win the tender.

iii. To issue and use false documents regarding Bid Security or Performance
Security etc.

iv. More than one offer in the tender directly or indirectly in the name of
themselves or in the name of others, as in person on in mandate.

The Contractor who participate inspire of these disqualification, prohibitions


and exclusions shall stand excluded and their bid security shall be
forfeited.

2.26. Subcontracting and Responsibilities


Bidders/contractors may execute sub-contracts for services door to door collection,
manual and mechanical sweeping, disposal and washing of machinery and other
services subject to approval of MCI. The contractor/bidder shall be responsible for
performance of their sub-contractors to the procuring agency.

2.27. Bid Validity


Validity period of proposal / bid is 120 (One Hundred and twenty) calendar days
following the last date of submission of RFP/Bid Document. Bidder/Contractor may be
requested to extend the validity period in writing, and consent of the bidder shall be
obtained. If applicants do not agree in such extension bid security of the applicant will
be returned.

2.28. Bid Security


a. The bidders are required to furnish a bid security equal to 2% (Two percent) of
total bid amount (bid offered) in the currency in which the bid is priced/quoted,
which shall remain valid for a period of 28 (twenty eight) days beyond the
validity period of the bid.

b. The Financial Proposal must accompanied with a bid security equal to 2 % (two
percent) of the Contract / bid price in the form of Bank-Draft / Pay-Order in
favor of MCI.

c. No bid shall be entertained unless it is accompanied by the Bid Security as


mentioned above.

[18]
2.29. Responsiveness of Bid to Bidding Document/RFP
In preparing their proposals contractors are expected to examine in detail the
document comprising the RFP. Material deficiencies in providing the information
requested in the RFP document may result in rejection of a proposal as non-
responsive.

Prior to detailed evaluation of Bid the procuring agency will determine the substantial
responsiveness of the bid to bidding document. A substantially responsive bid is one,
which conforms to all the conditions of bidding document without material deviation.
A material deviation is one:

i) Which effects in any substantial way the scope, quality or performance of


works and services.

ii) Which is in consistent with bidding document/RFP and limits in any substantial
way, procuring agency rights or the obligation of the contractor/bidder under
the scope of work or restriction/adoption of such conditions that would effect
unfairly the competitive position of the bidder presenting substantially
responsive bid.

2.30. Examination of Bids and Determination of Responsiveness


a. Prior to the detailed evaluation of bids, the procuring agency will determine
whether the bidder fulfills all codal requirements of eligibility criteria given in the
tender notice such as registration with tax authorities, turnover statement,
experience statement, and any other condition mentioned in the bidding document.
If the bidder does not fulfill any of these conditions, it shall not be evaluated
further.

b. Once found to be fulfilling the eligibility criteria, as mentioned in above mentioned


clauses, the bids of eligible bidders will be evaluated for technical responsiveness
as per specification and criteria given in the bidding documents. Technical and
financial evaluations may be carried out in accordance with, single stage-two
envelopes, bidding procedures.

c. A bid will be considered technically responsive if it (i) has been properly signed; (ii)
is accompanied by the required bid security in the manner described in the bid
document; and (iii) conforms to all the terms, conditions and specifications of the
bidding documents, without material deviation or reservation. A material deviation
or reservation is one (i) which affect in any substantial way the scope, quality or
performance of the works; (ii) which limits in any substantial way, inconsistent with
the bidding documents, the procuring agencys rights or the bidders obligations
under the contract; or (iii) adoption/rectification whereof would affect unfairly the
competitive position of other bidders presenting substantially responsive bids.
[19]
d. If a bid has major deviations to the commercial requirements and technical
specifications will be considered technically non responsive. As a general rule,
major deviations are those that if accepted, would not fulfill the purposes for which
the bid is requested, or would prevent a fair comparison or affect the ranking of the
bids that are compliant with the bidding documents.

(A). Major (material) Deviations include:-


(i) The Bid has been not properly been signed;
(ii) is not accompanied by the bid security of required amount and manner;
(iii) failing to respond to specifications;
(iv) failing to comply with Mile-stones/Critical dates provided in Bidding
Documents;
(v) sub-contracting contrary to the Conditions of Contract specified in
Bidding Documents;
(vi) refusing to bear important responsibilities and liabilities allocated in the
Bidding Documents, such as performance
guarantees and insurance coverage;
(vii) taking exception to critical provisions such as applicable law,
taxes and duties and dispute resolution procedures; (viii) a
material deviation or reservation is one :

(a) which affect in any substantial way the scope, quality or


performance of the works;
(b) adoption/rectification whereof would affect unfairly the
competitive position of other bidders presenting
substantially responsive bids.

(B) Minor Deviations


Bids that offer deviations acceptable to the Procuring Agency and which can
be assigned a monetary value may be considered substantially responsive at
least as to the issue of fairness. This value would however be added as an
adjustment for evaluation purposes only during the detailed evaluation
process.

If a bid is not substantially responsive, it will be rejected by the procuring


agency, and may not subsequently be made responsive by correction or
withdrawal of the non-conforming deviation or reservation.

[20]
2.31. Return of Bid Security

a. The bid security of the contractor / bidder who is awarded the work shall be
retained and the bid security of other bidders shall be returned (in the shape it is
deposited) after award to successful bidder.
b. Bid security of the successful bidder (to whom the contract is awarded) will be
returned.
Performance Security @ 5 % of Contract Cost in shape Bank Guarantee on the
prescribed format of PEC (Annexure E), with valid period of successful
completion of work period, shall have to submit before signing of contract.

2.32. Forfeiture of Bid Security


The bid security may be forfeited

a. If the contractor/bidders withdraw his bid during the period of bid validity.

b. If the contractor/bidders does not accept the correction of his bid price.

c. If the successful bidders fails


i. To furnish required performance security
ii. To sign the agreement

2.33. Proposal to be Non-Responsive if without bid security


Proposal/offers which are not accompanied with required amount of bid security in the
shape noted above will be rejected as non-responsive.

[21]
2.34 Evaluation Criteria:
Criteria, sub-criteria and point system for evaluation of technical proposal are as under:

(Annexure A)

S# Technical Evaluation Criteria Marks Full Marks


1. a) Standing of Firm (Beyond 05 years) (Max 05 Marks) 05
5
b) Standing of Firm (More than 03 years) (Max 02 Marks) 02
2. Work Experience of Similar Nature -
Last 05 years (Successfully Completed)
i) 20
Minimum five (05) works (Each work 4 marks) 40
Works in Hand (ongoing)
ii) 20
Minimum five (05) works(Each work 4 marks)
3. Machinery / Equipment owned (Functional / Operational) Qty -
Garbage Compactors of average Capacity of 10 ~16 M3 20 04
Skip Lifter (average lifting arrangements for 10 ~ 13 ton Skips) 20 03
Mini Tipper for Door to Door Collection 50 04 25
Dumper Trucks (lifting arrangements for minimum 5 ~ 10 ton) 25 04
Front End Loader 12 04
Truck Mounted Mechanical Sweepers vacuum type 10 04
Road Washer Sprinkler (Truck Mounted) 5 02
4. Man Power -
i) Unskilled Labour (Pakistani) 1500 12 15
ii) Skilled (Mechanical) 20 03
5. Financial Soundness
Turn Over for last 3 years (Annual Average = 01) = Rs.1000 M
i) a)
(Max 06 Marks) 06 10
b) Less than 1000 M more than 500 M (Max 03 Marks)
ii) Audit Reports (last three years) 02
iii) credit limit from scheduled bank (Rs. 300 M) 02
6. Technical approach / methodology and program of work (sector wise) - 05
7. Grand Total 100

[22]
2.35. Manner Place, Date and Time of Opening of Bid
a. The Interested firms / Companies can obtain tender documents along with
addendum I from the office of the Deputy Director, Directorate of Sanitation, MCI,
Street No. 49, Sector G-6/1-4, Islamabad on any working day during office hours
up to Friday, June 16, 2017, upon payment of document fee through Pay Order or
Bank Draft of PKR.15,000/- in favor Metropolitan Corporation Islamabad (MCI).
Contact # 051-9206102.
The proposal / bid will be received till 11.00 am (PST) on Friday, April 23, 2017
and opened at 11:30 am (PST) on same day, by the Tender Opening / evaluation
Committee in the office of The Director, Directorate of Sanitation, MCI, Street No.
49, Sector G-6/1-4, Islamabad.
Contact # 051-9211555
Fax # 051-9223171
b. Initially, only the envelope marked Technical/Operational Proposal shall be
opened.

c. The enveloped marked Financial Proposal shall be retained in the custody of


client without being opened.

d. The Procurement Committee (or technical evaluation sub-committee, if constituted


by the Procurement Committee) of the procuring agency shall evaluate the
Technical proposals on the basis of their responsiveness to RFP, applying the
evaluation criteria, sub-criteria and point system specified in RFP. Any proposal
which is found non responsive shall be rejected at this stage and particularly if the
proposal fails to achieve the minimum technical score indicated in RFP document.
No amendment in technical proposal shall be permitted during technical
evaluation.

e. After the technical evaluation is completed, the procuring agency shall inform the
contractor / bidders, the firm status (pass / fail) and shall notify those contractor /
bidder whose proposal did not meet the minimum qualifying marks or work
considered non responsive to the RFP and their Financial Proposal will be
returned unopened after completing the selection process.

f. The procuring agency shall simultaneously notify in writing to the contractor that
have secured the minimum qualifying marks and that the date and time and
location for opening of financial proposals.

g. The financial proposals shall be opened publically in the presence of contractor or


their representative who choose to attend.

[23]
h. Rectification of arithmetical errors will be made on the basis that if there is
discrepancy found between the unit price and total price, that is obtained by
multiplying the unit price and the quantity, the unit price shall prevail and the total
price shall be corrected accordingly.

i. If there is the discrepancy found between words and figure, the amount in words
shall prevail.

2.36. Preliminary Examinations and Determination of Bid prior to Evaluation

1. The procuring agency will examine the bid whether:


1 The bid is complete and does not deviate from the scope of work for any
computational error.
2 That required securities are furnished.
3 The documents have been properly signed.
4 That the bid is valid till the required period.
5 That bid does not deviate from basic technical requirement.
6 That the bids are generally in order.

2. The Tender Proposal shall be rejected and not considered:

1 If each and every page of the proposal/bid is NOT signed by bidder.


2 If its validity is less than specified period.
3 If it is submitted for incomplete scope of work.
4 If it is conditional and contains alternative proposals.
5 If it indicates that the bid price not inclusive the amount of all taxes,
incidental charges.
6 If not accompanied with bid security
7 If bidder participated in more than one bid.
8 If received after the deadline for submission of bid.
9 If submitted through Fax, Telex, Telegram or e-mail.

2.37. Clarification of Bid


In examination, evaluation and comparison of bids the procuring agency may at his
discretion ask the contractor/bidder for clarification of his bid. The request for
clarification and response shall be in writing and no change in price or substance of
bid shall be sought, offered or permitted. No bidder shall be allowed to alter or modify
his bid after the expiry of deadline for the receipt of the bid.

2.38. Correction of Errors before Financial Evaluation


Bids determined to be substantially responsive will be checked by the procuring agency
for any arithmetic errors. Errors will be corrected by the procuring agency as follows:
[24]
a. where there is a discrepancy between the amounts in figures and in words, the
amount in words will govern; and

b. where there is a discrepancy between the unit rate and the line item total
resulting from multiplying the unit rate by the quantity, the unit rate as quoted
will govern, unless in the opinion of the procuring agency there is an obviously
gross misplacement of the decimal point in the unit rate, in which case the line
item total as quoted will govern and the unit rate will be corrected.

The amount stated in the Form of Bid will be adjusted by the procuring agency in
accordance with the above procedure for the correction of errors and with the
concurrence of the bidders. The amount thus corrected shall be considered as binding
upon the bidder. If the bidder does not accept the corrected bid price, his bid will be
rejected, and the bid security shall be forfeited.

2.39. Financial Evaluation and comparison of Bids


i. The procuring agency will evaluate and compare only the Bids determined to be
substantially responsive in accordance with clause 2.33.

ii. In evaluating the Bids, the procuring agency will determine for each bid the
evaluated bid price by adjusting the bid price as follows:

(a) making any correction for errors pursuant to clause 2.34;


(b) making an appropriate adjustment for any other acceptable
variation or deviation;

(c) COMPARISION OF RATES SHALL BE BASED ON THE BASE PRICE


BASIS i.e. the price / rates offered by the bidder inclusive of all applicable
taxes..

iii. The estimated effect of the price adjustment provisions of the conditions of contract,
applied over the period of execution of the contract, shall not be taken into account
in bid evaluation.

iv. If the bid of the successful bidder is seriously unbalanced in relation to the procuring
agencys estimate of the cost of work to be performed under the contract, the
procuring agency may require the bidder to produce detailed price analysis for any
or all items of the Bill of Quantities to demonstrate the internal consistency of those
prices with the methods of performing the work and schedule proposed. After
evaluation of the price analyses, the procuring agency may require that the amount
of the Performance Security set forth be increased at the expense of the successful

[25]
bidder to a level sufficient to protect the procuring agency against financial loss in
the event of default of the successful bidder under the contract

2.40. Performance Security


a. The successful bidder shall furnish to the procuring agency a Performance
Security equal to 5% of the Bid Amount in the form of demand draft / pay order or
bank guarantee from any scheduled bank of Pakistan, and the amount stipulated
in the bidding data and the Conditions of Contract within a period of 28 days after
the receipt of Letter of Acceptance, but 07 days prior to expiry date of bid security.

b. Failure of the successful bidder to comply with the requirements of Sub-Clause a.


above shall constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security.

c. Validity of performance security shall extend at least seven months beyond the
date of completion of contract, or as mentioned in the bidding data to cover defects
liability period or maintenance period subject to final acceptance by the procuring
agency.

2.41. Signing of Contract Agreement


1) Within 14 days from the date of furnishing of acceptable Performance Security
under the Conditions of Contract, the procuring agency will send the successful
bidder the draft of Contract Agreement.

2) The formal Agreement between the procuring agency and the successful bidder
shall be executed within 14 days of the receipt of the Contract Agreement by the
successful bidder from the procuring agency.

3) A procurement contract shall come into force when the procuring agency requires
signs contract, the date on which the signatures of both the procuring agency and
the successful bidder are affixed to the written contract.

2.42. Stamp Duty


The formal Agreement between the client (Procuring Agency) and the successful
bidder shall be duly stamped at rate of 0.35% (or as applicable at the time of award of
the contract) of sanctioned price (for one year) and as stated in Letter of Acceptance.
The successful bidder shall be responsible for payment of stamp duty.

2.43. General Performance of the bidders


Procuring agency may in case of consistent poor performance of the contractor and
his failure to remedy the underperforming contract may take such action as may be
deemed appropriate under the circumstances of the case including rescinding the

[26]
contract and/or black listing of such contractor and debarring him from participation in
future bidding process.

2.44. Integrity Pact


The bidder shall sign and stamp the Integrity Pact provided at Annexures to the
bidding documents. Failure or refusal to provide such Integrity Pact shall make the
bidder non-responsive

2.45. Return of Performance Security


The performance security of the contractor shall be returned after one (01) year of
completion / expiry of the contract period and after external / concurrent audit of the
work, upon determination that the obligation under the contract have been duly
fulfilled in accordance with the provisions of contract document and agreement and
the contractor has no liability to the procuring agency due to this contract. In case the
liabilities of the contractor to the procuring agency and other tax amount due to the
contract, then such amount shall be recovered from the amount of performance
security and balance amount of the performance security shall be returned to the
contractor.

2.46. Format Contract Agreement


Format of Contract Agreement shall be as per the format prescribed by MCI.

2.47. Form of Bank Guarantee for Performance Security


Format of bank guarantee for performance security shall be as per the format prescribed
by PPRA attached (Annexure E).

2.48. Inspection of Work & Services performed by the contractor


Representative of procuring agency shall inspect the work and services performed by
the contractor under the contract and any deficiencies of work and services shall be
notified in writing giving warning letter to the contractor. If the contractor does not
recover/remove the deficiencies indicated, a penalty as per penalty clauses shall be
imposed.

2.49. Letter of Acceptance


After announcement of tender decision, letter of acceptance will be sent to successful
bidder/contractor, inviting for signing of agreement the contract agreement shall be
signed within 14 (fourteen) days (or as agreed between both parties) following the
date of letter of acceptance.

[27]
2.50. Arbitration
Any dispute that is not amicably resolved shall be finally settled(unless otherwise
specified in the Contract) under the Arbitration Act 1940 updated from time to time
and would be held anywhere in Islamabad at the discretion of procuring agency.

2.51. Information Related to Contractor / Bidder


a. Bidders Full Name __________________________
Address ___________________________________
Telephone No. ___________________________________
Fax No. ___________________________________
E-mail Address. ___________________________________

[28]
Section III

EXISTING SOLID WASTE MANAGEMENT IN ISLAMABAD

3.1 Existing Solid Waste Management

i. Door to Door Collection.


In the Urban area (Zone-1) door to door collection of MSW is being practiced
however for the Rural Areas household waste is thrown outside or the nearby
open spaces. No Plan or Strategy exists in rural areas of Islamabad for the
collection of municipal solid waste. No MSW collection system in the industrial
area exists though a considerable amount of MSW is also generated in the
industrial area of Islamabad.

ii. Street Sweeping.


Main roads, streets and lanes in ICT (Zone-1) are cleaned manually using brooms
and the garbage collected is kept in the form of small heaps besides the Kerbs
and on road sides, on green open spaces, which are then lifted and transported to
the nearest dustbin manually using wheel barrow/handcarts etc. Sweeping stuff is
normally thrown into the dustbins. However throwing of garbage into nallahs /
drains and open plots is also a common practice. Sweeping is normally done in
the morning. Mechanical sweeping is not done in Islamabad, however sometimes
main Avenues &important Road are washed with water browsers.

iii. Transportation of MSW to the nearest Dumping Sites.


Garbage vehicles i.e. Arm Rolls, Compactors, Dump Trucks, Tractor Trolleys
collect and transport waste from the collection points/dustbins to Dumping site in
Sector I-12. No landfill site still exist however a study is in progress for SWM.
Though complete lifting of garbage form the collection points could not be made
due to unavailability of required numbers of vehicles and long hauling distance to
Dumping site. Usually containers of 6m3 capacity are placed at collection points.
However in some areas of MCI, garbage is dumped, at open places, such garbage
is lifted using loaders and labourers using basket to pick and to load into refuse
vanes or compactor which is then transported to the dumping site. The machinery
for lifting and transportation of MSW available with MCI are old and not compatible
with the machines usually required for MSW lifting and transportation.

[29]
3.2 Collection and Disposal of Offal
On the eve of Holy festival of Eid-ul-Azha every year, thousands of animals (life-stock)
are offered as sacrifice. These sacrifices is done (as custom) on the door step or within
the premises jointly or individually on the roads sides open ground, market places etc.
and the offal and other residuals like bones, offals and other intestinal organs etc. are
thrown at the door step, road sides, in the bushes, open ground and collection points etc.
creating an unclean environment with a pungent odor of blood which is witnessed in
almost each area on this event.

This situation is dealt with by the Sanitary Workers in a quite efficient and effective way,
under an offal collection plan. The campaign is managed in a manner that areasare made
clean &clear by the evening of each day event which continues for three continuous day.

3.3 WASHING OF ROADS SQUARES

3.3.1 Washing activity includes washing the areas like squares and walkways within, Main
Avenues, Highways, Markets, as and where required as per schedule mutually agreed
between the contractor and the Authority, with mechanical vehicles. Washing service will
start within 3 months following the site delivery with necessary machinery and equipment.
No staging is considered for the washing activity.

3.3.2 Contractor shall realize the washing activity with the machinery purchased in accordance
with the Vehicle specification given by the contractor.

3.3.3 Contractor shall realize the washing activity during night once in a week for each square
in accordance with the program to be agreed with the employer.

3.3.4 Contractor may revise the washing program with the agreement of the Employer
depending upon the experience gathered.

3.3.4 It is obligatory to wash the streets together with the walkways in accordance with a
washing program approved by the Employer. Contractor shall prepare a "Street Washing
Program" including detailed washing program of each street and submit to the approval
of the Employer 10 days prior the work each phase unless otherwise is stated by the
Employer. If the Contractor needs any change at the Street Washing Program during the
work time this must also be submitted to the approval of the Employer in written and a
written approval must be received.

3.3.5 Contractor shall provide necessary and enough warning signs in order to prevent any
accidents and injuries like slipping and falling during the washing process of the
walkways. Besides, the Contractor is also responsible to place these warning signs in
appropriate places in order to prevent any incidents.

[30]
3.3.6 Employer may instruct the Contractor to add disinfecting agents to the washing water.
Without getting the written approval of the Employer the Contractor shall not add any
chemicals to the washing water. Disinfecting agent to be used by the Contractor as a
result of the instruction of the Employer shall be included to the progress billing at the end
of the period.

3.4 Problem & Short Coming in Existing System


Waste has never been assigned a priority by the Government.

Door to Door Collection is not being performed on regular/daily basis and a lot of
complaints are received from the denizens of Islamabad.
Poor performance by the Sanitary Workers.
Proper Street sweeping & Waste disposal not being practiced.
In effective system of monitoring / reporting causing indiscriminate dumping of waste
in open spaces, nallahs and road sides etc.
Delays in complaint redressal.
Deficient number of Dustbins/containers resulting in open and scattered dumping of
garbage.
Irregular collection of garbage from community bins/collection points due to:
Poor Supervision.
Too many dustbins sites.
Defective, un-appropriate and old garbage vehicles.
POL problems.
Political/Labor Union intervention.
Open transportation of garbage causing environmental pollution.
Encroachments, especially in market / commercial area causing difficulties in
sweeping, collection and transportation to Dumping Site. Hence the required numbers
of trips are not achieved.
No proper GTS facility
Scavenging specially on open spaces and roadside dustbins causing scattering of
garbage.
Existing rules with regards to SWM need to be reviewed, strengthened and enforced.
Lack of public awareness/ civic sense regarding SWM collection and disposal.
Lack of scientific approach for integrated SWM.

[31]
-
Section IV
PROPOSED PLAN FOR SWC (ISLAMABAD)

4.1 Islamabad (an overview)


Islamabad is the capital city of Pakistan located within the federal Islamabad Capital
Territory with a population of approximate Two Million. It is the 10th largest city of
Pakistan, while the larger Islamabad Rawalpindi metropolitan area is the third largest in
Pakistan with a population exceeding Five Million. Islamabad is a fully planned city.
Unlike any other city in the world, it has a unique system of wide roads, medians and
verges. Its development has been well managed and not subject to the familiar
encroachment so common in many other Asian cities.

As shown in the above Figure its Commercial Centre is known as the Blue Area,
named as such from it being annotated blue on the citys original master plan. This area
is considered to be the citys central business district (CBD). Comprising a 5-km long,
east-west trending precinct along Jinnah Avenue, it contains many of Islamabads
corporate offices, banks, Government buildings and retail areas. Overall, the citys
structure is well defined, comprising essentially a uniform land use within square shaped
sectors. Each sector contains a Markaz, which is a local commercial precinct and
shopping area that serves surrounding residential areas.

Islamabad is considered to be one of Pakistans most liveable cities; it has one of the
nations highest literacy rates and is home to several of its top-ranked universities as well
as national and international corporations. The city is the political seat of Pakistan and is
administered by the Islamabad Metropolitan Corporation (MCI), supported by the Capital
Development Authority (CDA).

Islamabad was built during the 1960s to replace Karachi as Pakistan's capital. The city's
master-plan divides the city into eight zones, including administrative, diplomatic enclave,
residential areas, educational sectors, industrial sectors, commercial areas, and rural and
green areas. The city is known for the presence of several parks and forests, including
the Margalla Hills National Park and Shakarparian Park. The city is home several
landmarks, including the Faisal Mosque, the largest mosque in South Asia and the fourth
largest in the world. Other landmarks include the Pakistan's National
Monument and Democracy Square.

[32]
The main administrative authority of the city is the Islamabad Metropolitan Corporation (IMC) with
some help from Capital Development Authority (CDA), which oversees the planning, development,
construction, and administration of the city. Islamabad Capital Territory is divided into eight zones:
Administrative Zone, Commercial District, Educational Sector, Industrial Sector, Diplomatic Enclave,
Residential Areas, Rural Areas and Green Area. Islamabad city is divided into five major zones: Zone I,
Zone II, Zone III, Zone IV, and Zone V. Out of these, Zone IV is the largest in area.[ Zone I consists
mainly of all the developed residential sectors while Zone II consists of the under-developed residential
sectors. Each residential sector is identified by a letter of the alphabet and a number, and covers an
area of approximately 2 km 2 km. The sectors are lettered from A to I, and each sector is divided
into four sub-sectors.

Zones in Islamabad
Area
Zone
Acres km2

I 54,958.25 222.4081
II 9,804.92 39.6791
III 50,393.01 203.9333
IV 69,814.35 282.5287
V 39,029.45 157.9466

[33]
Series A, B, and C are still underdeveloped. The D series has seven sectors (D-11 to D-
17), of which only sector D-12 is completely developed. This series is located at the foot of
Margalla Hills. In the revised Master Plan of the city, CDA has decided to develop a park on
the pattern of Fatima Jinnah Park in sector E-14. Sectors E-8 and E-9 contain the campuses
of Bahria University, Air University, and the National Defence University. The F and G series
contains the most developed sectors. F series contains sectors F-5 to F-17; some sectors
are still under-developed. F-5 is an important sector for the software industry in Islamabad,
as the two software technology parks are located here. The entire F-9 sector is covered with
Fatima Jinnah Park. The Centaurus complex is a major landmark of the F-8 sector. G
sectors are numbered G-5 through G-17. Some important places include the Jinnah
Convention Centre and Serena Hotel in G-5, the Red Mosque in G-6, and the Pakistan
Institute of Medical Sciences, the largest medical complex in the capital, located in G-8.The
H sectors are numbered H-8 through H-17. The H sectors are mostly dedicated to
educational and health institutions. National University of Sciences and Technology covers a
major portion of sector H-12. The I sectors are numbered from I-8 to I-18. With the exception
of I-8, which is a well-developed residential area, these sectors are primarily part of the
industrial zone. Currently two sub-sectors of I-9 and one sub-sector of I-10 are used as
industrial areas. CDA is planning to set up Islamabad Railway Station in Sector I-18 and
Industrial City in sector I-17. Zone III consists primarily of the Margalla Hills and Margalla
Hills National Park. Rawal Lake is in this zone. Zone IV and V consist of Islamabad Park,
and rural areas of the city. The Soan River flows into the city through Zone V.

Union Councils of Islamabad Capital Territory

UC
Chief Town Villages within Jurisdiction
No.

01 Said Pur Said Pur, Gokina, Talhar

02 NoorpurShahan NoorpurShahan, RattaHutar

Mal Pur, Romali, Nariyas, Phadu,


ShahdrahKhurd, ShahdrahKalan, Mandala,
03 Mal Pur
Jang Begial, SubbanSyedan, Mangial,
Quaid-e-AzamUniversity

04 KotHathial (North) KotHathial

05 KotHathial (South) KotHathial

[34]
Union Councils of Islamabad Capital Territory

UC
Chief Town Villages within Jurisdiction
No.

Phulgran, Shah Pur, Sikrila, DohalaSyedan,


06 Phulgran BobriPetha, Chattar, Karlot, Hotran (Be-
Charagh), Kathar, Chunari

PindBegwal, Athal, MairaBegwal, Mangal,


07 PindBegwal RakhMaira A, RakhMaira B, Siali, Jandala,
Jand Gran, Granthian

Tumair, Kijnah, Simbli, Dakhain, RakhTumair


08 Tumair A, RakhTumair B, RakhTumair C,
RakhTumair D

09 Charah Charah, HernoThandaPani

10 Kipa Kirpa, Dhaliala, Peja, Darwala, Khatril

Mughal, ChakKamdar, Nara Syeddan,


JabbiGakhran, SanduSyeddan,
11 Mughal
KangotaGujran, Hon Dhamial, Chukaal, Har-
Do-Gahr, Chitroh

Rawat, BhangreelKalan, BhangreelKhurd,


12 Rawat Kortara, TakhtPari, ShadiDhamial, Mohra
Amir, SoodGangal, MuriKhumbal, Sheikhpur

Humak, DHA-PH-2, GhoraSyeddan, Rajwal-


Humak (Swan GhoraSyeddan, Rajwal, DhokeAwan-Fatima
13
Camp) Town, DhokeMithoo, KothaKalan,
KothaKalan (MohraNigial), BamlaKanyat

14 Sihala Sihala, Gagri, Kangota, AariSyedan, Jandala

LoiBheri, Pakistan Town/Korng Town, Police


15 LoiBheri Foundation, PWD-A/Block, PWD-B/Block,
PWD-C/Block, PWD-D/Block, CBR Housing
[35]
Union Councils of Islamabad Capital Territory

UC
Chief Town Villages within Jurisdiction
No.
Society, Swan Garden, Jinnah Garden,
Naval Anchorage

PahgPanwal, Choocha, Pahg, Panwal, Boora


16 PahgPanwa
Bangial, Bhookar, SherDhamial, PindDaia

Koral, Gangal, Ghora Sardar, Suhdar,


17 Koral TarlaiKhurd, Khadrapur, KartalBhakral,
Grandian,Ghouri town all phases

18 KhanaDak KhanaDak

19 TarlaiKalan TarlaiKalan, Chhappar Mir Khanal

20 Ali Pur Ali Pur, Farash, Punjgran, Tamma, Taramri

Sohan Dehati, KhanaKak, Shakrial, Shakrial


21 Sohan Dehati
(Sharki)

ChakShahzad, ChakBihraShigh, JabaTeli,


22 ChakShahzad Sohana, Pandori, ChhattaBakhtawar, Bohan,
DhokeSharaf, Mujuhan

Kuri, Malot, RakhBani Gala, Rihara,


23 Kuri
MohraJujan

24 Rawal Town

25 F-6

26 G-6/1

27 G-6/2, 3 & 4

28 F-7, 8, 9 & Jinnah


[36]
Union Councils of Islamabad Capital Territory

UC
Chief Town Villages within Jurisdiction
No.
Park

29 F-10-& F- 11

30 G-7/3 & G-7/4

31 G-7/1 & 2

32 G-8/3 & 4

33 G-8/1 & 2

34 G-9/1, 3 & 4

35 G-9/2

36 G-10/3 & 4

37 G-10/1 & 2

38 G-11/1, 2, 3 & 4

39 MairaSumbalJaffar

40 I-8

41 I-9

42 I-10/1 & I-10/ 4

I- 10/2, 3 I-10/4-&
43
H-10

44 Bokra

[37]
Union Councils of Islamabad Capital Territory

UC
Chief Town Villages within Jurisdiction
No.

45 JhangiSaydan

46 BadhanaKalan

47 Tarnol

48 SaraiKharbooza

49 Shah Allah Ditta

50 Golra Sharif

4.2 Managing Solid Waste

i. Door to door garbage collection on daily basis as per schedule and modalities
agreed between both the parties (Schedule to be provided by the Client at the start of
Contract Agreement).

ii. Sweeping & Removal of Rubbish from all Streets, Footpaths / Walk Ways,
Pavements, Roads, Highways, Avenues, Medians, Commercial / Market / Public
Places / parks / play grounds and other open spaces etc located within the premises
of contractual limits, both manual & mechanical means.

iii. Collection, Lifting & Disposal of Solid Waste from transfer/collection points to the
Dumping/Landfill Sites designated for the purpose on daily basis as per schedule and
modalities agreed between both parties.

iv. Washing of Roads activity includes washing the areas like squares and walkways
within, Main Avenues, Highways, Markets, as and where required as per schedule
mutually agreed between the contractor and the Authority, with mechanical vehicles.
Washing service will start within 3 months following the site delivery with necessary
machinery and equipment. No staging is considered for the washing activity.

v. Monitoring & Tracking of the entire Vehicles, supervisory staff etc in a scientific
manner i/c setting up of Command & Control Centre.
[38]
vi. Establishment of a robust Complaint Management System on MCI / CDA existing
phone numbers. Contractor shall up-grade the subject facility as per approval of the
Sanitation Directorate. The cost of such up-gradation is deemed to be included in his
Financial Proposal.

vii. Community engagement through awareness programs and its implementation,


periodically / monthly for the first year, then quarterly second year onward..

4.2.1 The contractor shall render the following services within the scope of city
cleaning:
i. Removal of all type of Rubbish from all Streets, Footpaths / Walk Ways,
Pavements, Roads, Highways, Avenues, Medians, Commercial / Market / Public
Places / parks / play grounds and other open spaces Undergrounds, tunnels,
underpasses, overhead bridges, pedestrian bridges, underground walkways etc
located within the premises of contractual limits.
ii. A squad consisting of at least twenty (20) workers with an Incharge, vehicle &
equipment will be standby at the disposal of Complaint Management System to
attend any emergency / urgent complaint / requirement by the client after duty
hours.,
iii. Waste / Rubbish to be collected from the dustbins installed within the contracted
area and disposal of same at designated waste disposal site, as well as cleaning
and maintenance of these dustbins in presentable hygienic condition. Trash cans,
iv. Sweeping / Cleaning of all Streets, Footpaths / Walk Ways, Pavements, Roads,
Highways, Avenues, Medians, Commercial / Market / Public Places / parks / play
grounds and other open spaces, Undergrounds, tunnels, underpasses, overhead
bridges, pedestrian bridges, underground walkways etc located within the
premises / area mentioned in the contract scope of work, both manually &
mechanically, using appropriate equipment
v. Cleaning of the Greenbelts and collection of leaves etc.
vi. Cleaning & Removal of all kind of Rubbish including leaves / green waste /
garbage etc from Green Belts / Open areas / nullahsetc located within the area
mentioned in the contract scope of work.
vii. Deployment of appropriate number of staff on Sundays / Holidays for prompt
cleaning & removal of rubbish from major roads, highways, avenues, markets /
commercial areas including weekly bazaars located within the area mentioned in
the contract scope of work
viii. Deployment of entire staff & machinery (additional, as per requirement) as per
normal routine on the days of National / Religious importance i.e. Eids,
Independence Day etc or as directed / notified by the MCI.

[39]
4.2.2 Door to door collection mechanism
Door to door collection for Front End Collection Plan/mechanism is categorized as:

(a) Block Collection.


Wherein the workers with the collection vehicles, collect garbage at the door step of the
residents and store in the collecting vehicles, which is then disposed off to the nearest
Skip / garbage containers etc..

(b) Door Step Collection.


Wherein waste is left outside the property by the residents in plastic/polythene bags and
picked up by waste collecting vehicles moving in and around the residential area at
specific time each day or collected at door step by the sweepers every day, equipped
with wheel barrow, handcart and disposed of to the nearest dustbins sites.

(c) Shared containers type collection.


Wherein a container of suitable capacity is placed at an appropriate place within a
zone/area (near Residential Block, Apartment Building, Market place and Shopping Area
etc. and the residents put their garbage inside the container, these containers may be of
hook and lifting type or may be bucket type with proper tipping arrangements, for lifting
and empting. Operation is to be done as many times as required to keep the container
free of garbage over spilling. The location where such containers are to be placed would
be provided to the contractor at the start of work. The area near the Container has to be
kept clean by the Contractor.

4.2.3 Street Sweeping and Sweeping of Main Roads

i) Classification / Type of Roads.

a. Primary Roads/Avenues.
These are the main roads connecting two or more sectors of Islamabad (usually
dual carriageway), planned and constructed on established Engineering
practices with proper road geometry of 3 or more lane carriageways.

b. Secondary Roads (Service Roads).


May be classified as main roads but secondary type, at the periphery of each
sector and to the Markaz area. mostly duel carriageways (2+2) with shoulders.

c. Streets.
These are internal roads, connecting various residential blocks, mostly 2 lane
carriageways type with or without sidewalks.

[40]
ii) Sweeping Methodology.

a. Conventional Type (i.e. manual).


With the help of sweepers, using brooms/brushes and sweeping waste is
collected through wheelbarrows, transported and disposed of to the nearby
containers/collection points.

b. Mechanical Type (i.e. using machine sweepers).


Appropriate, vacuum type mechanical sweeping vehicles i/c built-in
sweeping waste containing facility, shall be used. The sweeping waste
shall be disposed of to the nearest container/collection point.

iii) Proposed Sweeping System.

a) Secondary Road &Streets (Manual Sweeping).


On secondary roads (service roads) and internal streets manual sweeping be
adopted along wheelbarrow and Suzuki Pickup type of vehicles to transport
the sweeping waste from the beat (area) to collecting point / containers.
Sweeping on internal streets of residential area may be done as per schedule
to be provided by the Client. In Markets &Markaz area etc, sweeping shall be
done twice daily. Contractor may be asked to prepare its own Schedule
(subject to approval of MCI). However main aim is to keep the area clean and
clear from garbage at all times.
b) Primary Roads, Avenues &the Commercial Areas (Mechanical
Sweeping)
The Contractor shall use mechanical means of appropriate capacity for
sweeping roads as per the schedule provided by the Client on monthly basis.
Sweeping stuff may be disposed of to the nearest dustbin site. Mechanical
sweepers of self-contained and vacuum type are best suited for the purpose.
c) Footpath, Medians, Open Spaces etc. (Manual Sweeping)
It is suggested that on footpath Medians, Roundabouts and open spaces,
manual sweeping be adopted along wheelbarrow and Suzuki Pickup type of
vehicles to transport the sweeping waste from the beat (area) to bucket or
containers placed nearby the area. Sweeping be carried out as per schedule
of sweeping provided in technical specification. The purpose is that the area
must be cleaned and cleared from garbage.

iv) Proposed Lifting & Disposal of MSW from Collection Point /Dustbin Sites
to the Dumping Site.

The suggested / proposed numbers of vehicles / machinery & equipment


shall have the capacity to handle 600 Tons Per day MSW generation of
Islamabad and in case of increase in quantity of MSW the number of vehicles
/ machinery & equipment shall also be increased accordingly / proportionally..
[41]
Section V
TERMS OF REFERENCE & TECHNICAL SPECIFICATION

5.1 Transition Period


Transition period for the purpose of implementation of this contract is 03 (three) months
starting from date of signing of agreement and work order. The contractor shall be liable
to start its activities of work and services even in the transaction period.

5.2 Terms of Reference

a. Scope of work

i. Door to door garbage collection on daily basis as per schedule and modalities
agreed between both the parties (Schedule to be provided by the Client at the
start of each month).

ii. Sweeping of Streets, Avenues, Footpaths, Medians, Market Places and other
open spaces using both manual & mechanical means as per schedule provided
by the client at the start of each month.

iii. Collection, Lifting & Disposal of Solid Waste from transfer/collection points to
the Dumping/Landfill Sites designated for the purpose on daily basis as per
schedule and modalities agreed between both parties.

iv. Washing of Roads activity includes washing the areas like squares and
walkways within, Main Avenues, Highways, Markets, as and where required as
per schedule mutually agreed between the contractor and the Authority, with
mechanical vehicles. Washing service will start within 3 months following the site
delivery with necessary machinery and equipment. No staging is considered for
the washing activity.

v. Monitoring & Tracking of the entire Vehicles, supervisory staff etc in a scientific
manner i/c setting up of Command & Control Centre..

vi. Establishment of a robust Complaint Management System.

vii. Community engagement through awareness programs and its implementation.

viii. The contractor shall be responsible to provide five (05) Vehicles (new) for
oversight by the Sanitation Directorate of MCI. These vehicles should comprise of
(One 4x4 Toyota Pickup, one 1300cc Car, One 1000cc Car and Two 800cc
[42]
Suzuki Vans). The contractor shall also provide fifteen (15) Motorbikes (125 cc) to
the supervisory staff of MCI. The cost associated with POL, repair and
maintenance should be the responsibility of the Contractor. These vehicles will
remain the property of the contractor after the expiry of the Agreement Period. No
separate payment will be paid to the Contractor for provision & maintenance of
vehicles & motor bikes.

b. Objective of work and services


The objective of work and services is to provide efficient, cost effective and
environment friendly solid waste collection, transportation and its efficient &
effective disposal for a clean and healthy environment. Effective management and
monitoring shall help out in obtaining desired results in time.

c. Tasks to be performed.
Door to door collection of garbage on daily basis (or as agreed between
Procuring Agency and Successful bidder depending on ground situation).

Door to door collection for Front End Collection Plan/mechanism is categorized as


under:

(a) Block Collection.


Wherein the workers with the collection vehicles, collect garbage at the door step of
the residents and store in the collecting vehicles, which is then disposed off to the
nearest Skip etc.

(b) Door Step Collection.


Wherein waste is left outside the property by the residents in plastic/polythene bags
and picked up by waste collecting vehicles moving in and around the residential area
at specific time each day or collected at door step by the sweepers every day,
equipped with wheel barrow, handcart and disposed of to the nearest dustbins sites.

d. Street Sweeping and sweeping of Service Roads

1. Conventional Type (i.e. manual).


With the help of sweepers, using broom/brushes. the sweeping waste is
collected through wheelbarrow, transported and disposed of to the nearby
containers with tipping arrangements.

2. Mechanical Type (i.e. using machine sweepers).


Appropriate, vacuum type mechanical sweeping vehicles
including built-in sweeping waste containing facility shall be
used. The sweeping waste shall be disposed of to the nearest
bucket or container having tipping arrangements.

[43]
e. Collection and transportation of MSW

Under the proposed plan efficient and effective collection & transportation system
for MSW is to be adopted - a system that helps keeping the area free of garbage.
The target number of collection points / dustbin sites are to be significantly reduced
that can be done using:
1. Containers, bins having tipping arrangements is to be provided at appropriate
location that can be emptied into a compaction type container mounted on vehicles.
Using compaction type containers mounted vehicles save labour cost and frequent
cleaning of bin, buckets and containers help discourage scavengers, reduce
insects/rodents problems, prevent windblown trash, control odor, save inside
storage space and outside parking spaces and reduce the hazards of open
dumping. For variety of reasons, emphasis is made to use appropriate machinery
for solid waste management and transportation.

f. Responsibilities of procuring agency

1. In case the procuring agency does not fulfill its obligation regarding signing of
agreement the procuring agency may relinquish its commitments 45 (forty five)
days after receiving the acceptance letter by procuring agency.

2. The procuring agency shall assist and facilitate the contractor in performing the
work and services as per the contract in respectful and honorable manner
throughout the period of contract.

3. The procuring agency shall make all due payments to the contractor in respect to
verified monthly bills timely and will be careful and justified in imposing penalties.

g. Responsibilities of contractor

1. The contractor will perform the work and services under this contract in respectful,
honorable manner with desire to serve people of the area.

2. The contractor will submit his monthly performance bill in time and in accordance
work performed correctly and in justifiable manner.

3. Contractor shall follow the instructions; guidelines issued by client or by


representative of client and shall comply with all such instruction timely.

[44]
5.3 Technical specification.

A. Provision of Bin & Containers.


The contractor shall provide bins and containers having tipping mechanism
compatible with compactor vehicles in the color scheme as approved by the Client,
with MCI Logo and Letters Municipal Corporation Islamabad and the UC Name with
prior the approval of the Procuring Agency.
Bin Type and Sizes
Standard Metal Bin/Container of container cubage of1.10 m3&10.00m3.All the bins
and Containers shall be of tipping type.

B. Plan for Placement of Bins and Containers


The contractor will prepare a comprehensive plan for placement of bins and
containers in various sectors of Islamabad as per intl. guideline for revamping of Bins
system.

The plan submitted by successful bidder shall be reviewed by client after award of the
contract and a revise plan shall be prepared with mutual consent of client and
contractor and with the approval of client, the approved plan shall be implemented for
provision of works and services under this contract.

E. Door to door collection plan


Domestic waste shall be collected door-to-door only in residential areas / commercial
areas located within the premises of Blue Area, Sectors E-7, F-5, F-6, F-7, F-8, F-10,
F-11, D-12, G-5, G-6, G-7, G-8, G-9, G-10, G-11, H-8, H-9, H-10, H-11, I-8, I-9, I-10,
I-11, (I-14 & I-16 Partially) Model Towns (Humak, Margalla, Shahzad&Rawal Town).

F. Handcarts and other tools for door to door collection


1. Contractor will collect waste from narrow streets, which cannot be accessed by
garbage vehicles through workers using wheeled handcart and empty them to
nearby container or to the compactor vehicle standing in the nearby locality.
Wheeled handcart bin cubage = 120 Litters approx.

2. Contractor may also collect waste from congested residential colonies through
workers using wheel barrows.

G. Manual sweeping
Manual sweeping of roads shall be done by man/woman sweepers using
broom/brushes and sweeping waste is collected through wheelbarrows and sweeping
waste disposed of at nearby container or bucket or compactor vehicles standing
nearby in the locality.

Tools for manual sweeping


1. Broom and brushes
[45]
2. Shovel and spades
3. Racks
4. Basket
5. Hoe.

5.4 Basis of current date prices& Adjustment

A) Source of price (Diesel)


The source of prices of diesel shall be either obtained from Government of Pakistan
(GOP), Federal Bureau of Statistic (FBS) monthly Statistical Bulletin or Pakistan
State Oil (PSO). However for a particular adjustable element the same source shall
be used throughout the currency of the contract.

B) Source price Labour (Unskilled)


The source price for labour shall be either; Government of Pakistan (GOP), Federal
Bureau of Statistic (FBS), monthly Statistical Bulletin and statutory notifications.
However for a particular adjustable element the same source shall be used
throughout the currency of the contract.

C) Element for price adjustment


Following specified elements is subjected to price adjustment
For POL (Diesel):
Current Rate (PSO) Basic Rate =_________ x _____ (Litres).
For Unskilled Labour:
Current Rate (Statistical Bulletin Rate) Basic Rate = _____ x No. of unskilled labour
deployed.
D) Standard Procedure and Formula for Price Adjustment
Calculations.
A) Applicability.

a. The provision for price adjustment shall be applicable to this contract and price
adjustment shall be applicable as payable in full for original scheduled
completion period.

b. In the event the completion of contract exceeds the original scheduled period
then:

i. In case of default on the part of contractor causing delay in original schedule


completion, the rate of price adjustment will be frozen at the original scheduled
date of completion, however price adjustment will be applicable till actual
completion. While computing price adjustment beyond the scheduled completion
period, in the event the rate is reduced then that reduced rate will be applicable.
ii. The price adjustment will be payable in full for the extended period, if the
contractor has been granted an extension of time for no fault on the part of

[46]
contractor duly approved by Municipal Corporation Islamabad (MCI) (i.e. the
procuring agency).

c. The Basis for compensation (Price Adjustment) will be only those element as
specifically listed in clause No.5.5(iii) of this document.

d. There shall be no price adjustment for the elements, which the employer has
either supplied free, of cost or at fixed prices as well as for those elements for
which an umbrella ex-gratia or escalation cover is provided by the Government
through an executive order or Statutory Regulatory Order (SRO).

e. The price adjustment provided herein is only for price adjustment in Local
Currency (Pak Rupees).

f. No method other then as given in this document is applicable to compute the


price adjustment.

B) Base Date Price and Current Date Price

a. Base Date Price.


The base date price (or Base date index) of the element specified in clause 5.5 (iii)
shall be the price of the element which was prevalent twenty eight (28) days prior to
the date of submission of tender and such price is to be indicated in writing in the
document, as required to be provided by the bidder under appendix-A along with the
documentary evidence of specified source. The base date price of the specified
element shall be obtained from the sources specified under clause No.5.5

b. Current Date Price.


The current date price (or current date index) of the element specified under clause
5.5(iii) shall be price of the element, which was prevalent twenty eight (28) days prior
to the start of the execution month (calendar month) to which a particular monthly
statement (monthly running bill) is related. The current date price of the specified
element shall be obtained from the source specified in the contract and its
documentary evidence is to be provided by the contractor along with monthly bill
statement.

c. Procedure.
The monthly bill statement (monthly running bill) as submitted by the contractor, will
be

i. Subjected to verification by procuring agency or its authorized representatives or a


joint committee constituted for the purpose comprising of representatives of
procuring agency, MCI and the contractor. In case the billed amount is for more
than one month, the amount of bill shall be segregated for actual work done for
each month.
[47]
ii. Considering the base date price and current date price, the price adjustment in the
billed amount then be calculated for the month under consideration in accordance
with the formula as under:
For POL (Diesel):
Current Rate (PSO) Basic Rate =_________ x _____ (Litres).
For Unskilled Labour:
Current Rate (Statistical Bulletin Rate) Basic Rate = _____ x No. of unskilled
labour deployed.

5.5 Rate analysis


The contractor shall provide rate analysis for each item of BOQ mentioned in the price
sheet. The rate analysis should indicate breakup of Unit Cost by activities involved in an
item. The consumption of fuel at current rates, factored cost of machines, cost of
litterbins, buckets, containers, tools, labour cost, managing and monitoring and other cost
breakup while evaluating unit price for the items of works and services and shall also
provide breakup of cost of other items that are inbuilt in items of works, and the way of
evaluation the unit prices. The details are required to assist the reasonability of rates
quoted by the contractor..

5.6 Procuring agency representative, duties and authorities


The procuring agency may appoint a supervising consulting firm or supervising personnel
to examine whether work is being performed in accordance with the standards, quality
and specification. The supervising consulting firm shall verify the monthly performance
bill, check monthly performance and shall report to the client. The contractor shall comply
to the instructions of the supervising authority.

5.7 Uniform
All field sanitation staff of the contractor shall wear a proper uniform as approved by the
client. A logo of MCI shall be placed on the front pocket and on the back of the uniform.
The Supervisory staff shall also wear an approved uniform bearing logo of MCI. The cost
of uniform shall be included in the unit price of work items mentioned in the price list.

5.8 Payment of MSW.


Payment of MSW collection and Transportation shall be based on weight (Metric
Ton=1000Kg), subject to weight quantified / measured through a designated weighbridge
(weighbridge designated and approved by MCI. The Weighing Bridge should be installed
by the contractor and all the charges will be borne by the contractor. The weigh bridge
shall be regularly calibrated in presence of client representative.
Debris and inert waste shall not be mixed with MSW. Any weight of debris or inert waste
shall not be subject to payments. If mixed with MSW strict action shall be taken including
imposition of penalties and actions as per provision of the Contract Agreement..

[48]
5.9 Rating System and Payment Criteria for sweeping work (Manual and Mechanical).

A) Street Cleaning Rating System in Term of Litter and Dust.


Numeric Payment in
Value terms of
Service Standard sweeping works percentage of
cost of work
done
1 a) A clean street no litter
b) A clean street with no accumulated
dust. 100%
2 a) A clean street, except for a few
pieces of litter
b) A clean street with some accumulated
dust. 90%
3 a) No concentration of litter. There are no
piles of litter, and there are a large gaps
between piece of litter.
b) No concentration of dust. There are no
piles of dust, and there are large gaps
between minor heap of dust particle or
small gaps between dust particle. 80%
4 a) Litter is concentrated in spots. There may
either be large gaps between pile of litter,
or small gaps between pieces of litter.
b) Dust and particle concentrated in spots,
there may either gaps between minor
heap of dust particle or small gaps
between dust particle
70%
5 a) Litter is concentrated and there are only
small gaps between pieces of litter.
b) Dust and particle is concentrated in spots,
there may either gaps between minor
heap of dust particle or small gaps
between dust particle

50%
6 a) Litter is highly concentrated with no gaps
in the pile of litter, the litter is straight line
along the curb.
b) Dust is highly concentrated with no gaps
in the heaps of dust and particle.
The dust is straight line along the curb. 30%
[49]
7 a) Litter is very highly concentrated and
there are no gaps between the piles of
litter. The litter is a straight line along and
over the curb.
b) Dust is very highly concentrated and
there are no gaps between the dusts. The
dust is a straight line along and over the
curb. 0%

Rating System and Payment Criteria for House-to-House collection of garbage shall
also be applied. Based on the ground realities, the criteria shall be jointly worked out
by MCI and the contractor at the start of the contract. In case of any disagreement,
the criteria notified by MCI shall prevail. Penalty shall be imposed on the contractor in
case of non-compliance of the schedule for House-to-House collection of garbage.

5.10 Submission of Monthly Bill


A. The contractor shall submit the bill / invoice for the work and service performed by 7th
day of every month.
Monthly bill shall be supported by sector / area wise MSW weight slips along with
detail of lifting of MSW along with date, time and location.
An inventory of roads on which sweeping work is done with length and reference date,
time and location shall be provided by the contractor in support of their bill.
In addition details of Bio-Metric attendance of staff shall also be provided. Contractor
may use GIS System and other latest technology to provide information in support of
his monthly bill submission.
In the event of the failure of the Employer / Client to make payment within sixty (60)
days, the Employer shall pay to the Contractor compensation at the one (01) month
rate of KIBOR (Bid Side) + two (02) % per annum upon all sums unpaid from the date
by which the same should have been paid.

B. Minimum amount of monthly bill (interim / running payment certificate) The amount of
interim running payment shall be equal to the amount of certified monthly works
executed. Every effort shall be made to ensure that the monthly bill is paid within 28
days of its submission.

C. Mobilization Advance:
Mobilization Advance of 10 % of Contract Agreement amount of one (01) Year will be
provided by MCI against the Bank Guarantee from the schedule bank of Pakistan.
Same will be deducted from the monthly bill / invoice in twelve (12) equal installments,
commencing from the fifteenth (15) month of signing of Agreement.

[50]
5.11 Demolition, Construction/Building Material and Debris Management Service.
The Contractor shall be responsible to lift & dispose off all dismantled construction /
building material / debris as instructed by the supervisory staff from the area of service to
the designated site without any delay. Any weight of dismantled material / debris shall not
be subject to payment.
For the purpose of this management the contractor shall be required to::
a) Provide as number of vehicle as required to lift and transport of demolition material
and debris.
b) Provide as much staff as required to manage this service.
c) Construct, manage and operate a construction demolition/building material and debris
yard at appropriate place within the same area where demolition material and debris
shall be dumped.

The contractor will however be allowed to charge fee from the public requesting for lifting
/ removal of such dismantled material and debris. The fee / charges for this service shall
be fixed at the rates approved by the MCI.
The contractor is allowed to sell out dismantled construction / building material dumped at
the yard / designated site.
The contractor is hereby warned that:
Dumping of demolition, construction/building material in the community dustbins, on
roads, streets, lanes, footpaths, central medians, roundabouts & open places is strictly
prohibited. Any violation in this regard will be dealt strictly and penalized as per Law.

5.12 Notices.
Prior to imposing penalty, the contractor shall be informed by procuring agency officials of
his deficiencies through two consecutive notices at week interval after that penalty will be
imposed.

[51]
Section VI
Performance Evaluation & Monitoring System

6.1 Scientific Monitoring and tracking system for entire Management and Operation
Plan

The monitoring of processes included in front-end services should be aimed to ensure


that the objectives of solid waste management plan are realized and achieved. The
proposed mechanism for different processes include:
Addition
Attendance of staff supported by Bio-metric System.

The Contractor shall have to setup his own Command and Control Centre along with
Control Room for effective monitoring and execution of the scheme. Facility to be
developed by the Contractor at any designated space/facility provided and
approved by the Client

Members from UCs and Municipal Corporation Islamabad shall be given access
to the Command and Control Centre as well as control room.

Radio Monitoring System to be established at control room.

Android-based monitoring system shall be established at control room.

GPS tracking system for garbage transportation vehicles shall be installed.

[52]
Section VII

CONDITIONS OF CONTRACT AND PRICE SHEET

7.1 Compliance of Laws & Rules Regulation

The contractor shall be bound under this contract to comply with all substantive and
procedure laws of Islamic Republic of Pakistan which may include but are not limited to the
followings:

i) Labour Laws

ii) Land Laws

iii) Environmental Laws

iv) Local Govt. Act./Laws

v) All National Rules and Regulation applicable to the nature of services


and works under this contract.

Inability of successful bidder to comply with all laws, rules, regulation and procedures will
result in penalization, as per penalty clauses provided in this contract.

All substantive and procedural laws of Islamic Republic of Pakistan shall govern this
document and shall have over-riding effect in case of any conflict.

7.2 RFP Document


All section of RFP documents i.e.

i) Section-I Preambles to the Bid

ii) Section-II Instruction to Bidder

iii) Section-III Existing SWM System in Urban and Rural


Areas of Islamabad

iv) Section IV Proposed plan for SWC in Islamabad

v) Section-V Terms of Reference and Technical


Specifications.

vi) Section-VI Performance Evaluation and Monitoring


System
[53]
vii) Section-VII Conditions of Contract & Price Sheet

viii) Section-VIII Bill of Quantities

ix) Annexure & Appendices

All Sections noted above and the clauses contain therein are part and parcel of RFP
Document and are integral part of the agreement and shall be binding upon the client
and contractor.

7.3 Correspondences-Communications-Notices
All correspondence, communication and notices required or permitted under this
contract shall be in writing and in English language and shall be given (to and from
contractors & client) at official address provided in this contract document. Change of
address shall be duly notified by the relevant parties.

7.4 Language of Agreement


Agreement will be prepared in English language.

7.5 Type of Agreement and Contract Price


The agreement is a unit price contract, the sum of amounts is calculated by multiplying
quantity of each work item as indicated in the price list and unit price quoted by the
contractor for that work / services items. The payments of each work/services performed
by the contractor shall be based on the unit price quoted by the contractor and not
simply per ton basis.

7.6 Duties and Taxes


All of the taxes, duties, fees, and other contractual costs regarding the signing of the
contract shall be borne by the contractor.

7.7 Expenses included in the Contract Price


All costs associated with the operational management, monitoring and performance of
works and services according to the contract, expanses related with fuel, spare parts,
maintenance and repair, depreciation of vehicles (solid waste collection and
transportation vehicles & supervisory staff vehicles) etc. and cost of other incidental
items, cost of transportation, cost of trolleys, containers, bins and others mentioned in
various sections of the contract. Cost of any or all insurances related to and for the
purpose of works and cost of all taxes is required to be paid by the contractor pursuant
to laws of Pakistan. All the above-mentioned costs and those mentioned in the sections
of the contract document must be taken into account and included in bid price.

[54]
7.8 Intermediate payment / Running Bill
The contractor shall submit running bill within the first week / seventh (07th) day of every
month for the work and services performed by him. The monthly performance shall be
checked and determined by the client subject to verification through client
representatives and on the basis of such verified determinations {5.13 (a)} by the client
payment shall be made within sixty (60) days after submission of monthly performance
bill / running bill by the contractor.

7.9 Insurance of work & work places


The contractor shall be responsible for safeguarding of work and work places the
contractor shall take all insurances required by pertinent legislations and submit the
policies thereof to the client. The contractor shall be responsible for any damages caused
by him or his Subcontractors personals in respect of work performed under this contract.

7.10 Indemnification by Bidder/Contractor


Contractor shall indemnify, defend and hold harmless the client (MCI), its members,
officers, directors, employee and representatives from and against any and all claims
arising out of or in any way connected with gross negligence, fraud, or willful misconduct of
the contractor or any one acting on contractors behalf or under his instructions in
connection with this contract and contractors obligations there under. Any cost or
expenses incurred by the contractor pursuant to its indemnity obligation under this clause
shall be the sole responsibility of the contractor.
AND
The contractor / bidder shall indemnify the MCI, its employees against all losses and claims
in respect of:

a) Death or injury to any person, due to accident.

b) Loss or damage to any vehicle, plant, property which may arrived out of accident or
public root or in consequences of execution of work and against all claims, proceedings,
damages, cost, charges and expenses, whatsoever in respect of or in relation thereto the
contractor shall indemnify the client, its officers, employee for any loss claims, demands or
lawsuits resulting from defects in contractors performance during execution of work and
services.

7.11 Contractor Liability for Indemnification


The contractor shall be directly responsible for the choice or use of defective or
noncompliant tools or machineries deficiencies of performance in works and services,
mistakes in sufficient supervision or any failure to fulfill his obligation in accordance with the
provisions of this contract and specification and any other losses and damages that my

[55]
occur due to similar reasons. The contractor shall indemnify such losses and damages in
accordance with pertinent legislation.

7.12 Penalties & Cancellation of Contract


Penalties as noted below shall be imposed if negligence, discrepancies and deficiencies on
the part of the contractor to fulfill their obligations on the performance of works and
services and the requirements to perform such works and services are found during the
period of this contract.

If the procuring agency finds any non-conformity / activity contrary to the job description
defined in this document, the contractor shall be bound, given a chance to bring his work
standards to the satisfaction level of the procuring agency and if the non-conformity is not
corrected within the time limit granted by the procuring agency, the penalties will be
imposed on the contractor.

If non-conformity continues despite penalties, the procuring agency may terminate the
agreement and damages to the procuring agency due to these non-conformities of the
contractor shall be recovered from his performance securities.

a. Door to door services not rendered up to the mark OR Rs.25000/-


Door to door services is rendered partially as mentioned in Per Day Per
the Technical specifications Sub-Sector.
Or UCs of
Rural Isb.
b. If number of manpower provided/required is found Rs.500/- Per
insufficient to perform works and services in a satisfactory Day Per
manner(not in accordance with the minimum requirement Person
of manpower) as mentioned by the Contractor
c. If the vehicle used for collection, transportation of solid Rs.75000/-
waste is found deficient/inappropriate to the standards of Per Day Per
solid waste management system. (Except where SWM Vehicle
vehicles of the procuring agency is utilized.)

d. If the SWM vehicles are not cleaned and washed and Rs.10000/Per
found in an unsafe conditions. Vehicle
Per Day
e. If leach ate or loose garbage is dropped from the vehicle Rs.5000/- Per
on roads and working routes. Vehicle
Per Day

f. Failure to operate machinery and manpower and vehicles Rs.250000/-


during emergency conditions Per Day

[56]
g. Improper collection of Solid Waste from dustbins and Rs.1000/- Per
collection point including roadside collection. Day Per
collection
point
h. If debris are found mixed with MSW while taking weights of Rs.5000 Per
MSW at designated weighbridge. Trip
i. Number of Garbage Containers, litterbins, tipper bins are Rs.50000/-
found less than the requirement as proposed by bidder in Per Day
their proposal.

j. Failure to clean public areas and removal of waste there Rs.10000/-


from. Per Day
k. Sweepers personals not wearing uniform (Identifiable to Rs.500/- Per
procuring agency) Person Per
Day
l. Failure to collect domestic waste on road sides, footpath Rs.1000/- Per
and streets in 24hours. Day
m. If garbage containers are not cleared properly and timely Rs.10000/-
as required under the contract Per Day

n. Repeat violation of cleaning and street sweeping services Rs.20000/-


Per Day
o. On open transportation of garbage Rs.5000/- Per
Vehicle/Day
q. If the works and services to be delivered are not started
within the stipulate time i.e. ninety (90) days after signing of Rs.50000/-
Contract Agreement Per Day
r. If dumping of garbage and other solid waste to any other Rs.10000/-
place other than the approved disposal site. Per Day

If the procuring agency finds any non-conformity/contrary to the job description defined
in this document. The contractor shall be bound giving a chance to bring his work
standards to the satisfaction level of the procuring agency and if the non-conformity is
not corrected within the time limit granted by the procuring agency, the penalties will be
imposed on the contractor.

If non-conformity continues, despite the penalties the procuring agency may terminate
the agreement and damages to the procuring agency due to these non-conformities of
the contractor shall be recovered from his performance securities.

Note:
Penalties for a month will not exceed three (03) % of Contract Amount.

[57]
7.13 Resolution of Dispute
a) Amicable Settlement: If any dispute and differences arise between procuring
agency and contractor in connection or arise out of this contract, the procuring
agency and contractor shall attempt to settle such disputes (within the provisions of
the contract) through discussion in the first instance. The designated
representatives of procuring agency and contractor shall promptly use their best
efforts in good faith to reach a reasonable and equitable resolution of such dispute.

b) Settlement through Arbitration: After coming into force of the procurement


contract dispute between the parties to the contract shall be settled by MCI or
through arbitration in accordance with arbitration Act. 1940 and Laws for the time
being in forced in Islamic Republic of Pakistan.

7.14 Code of Conduct


The contractor that attempts to get secret information to conclude illegal agreements
with the competitors or to effect the procuring agency during the phase of tender
inspection, evaluation and comparison shall result in their offers cancellation and this
situation shall be penalized administratively.

The contractor shall act objectively and trust worthy in accordance with rules of business
ethic. It should avoid making public announcement regarding the works and services
without prior permission and authorization of the procuring agency.

The contractor and its staff shall not act in inconsistent way towards his obligation
against the procuring agency and they shall not accept any type of the contributions that
may effect their decisions at execution, performance, reporting at the works and
services.

Assets of the procuring agency shall not be utilized without appropriate documentations
and valid permissions in accordance with the contract. Procuring agencys assets shall
not be used for personal interest.

Contractor is responsible to ensure that its employees keep good behavior with public
and public representatives during execution of works and services in the area.
Contractor shall be constructive with the public and shall not behave in a disgusting
manner to the public. The services that are to be performed are to serve the public.
Briberies, tip or commission offered as incentive or reward to any person shall be
considered as fraud, which is strictly forbidden under this contract. If the contractor is
found guilty under forbidden clauses of the contract, action shall be taken accordingly.

[58]
7.15 Time extension in conditions of force Majeure
Time extension shall be granted to the contractor in condition and situation of force
majeure, but procuring agency and competent authorities shall certify such condition and
situation.

The contractor shall not be liable for any failure or delay in performance of his obligation
under the contract, which is caused by circumstances beyond his control under force
majeure.

Time extension shall be granted to the contractor in case where the procuring agency
fails to fulfill its obligation regarding performance of the contract due to any reason not
related with the contractor.

7.16 Access to the service area


Procuring agency and their authorized representative shall have access at all time to
service area, offices of the contractor and any document, materials and record and
accounts relating to the works and services performed under the contract for the
purpose of inspections and reviews.

7.17 Termination upon notice by procuring agency


Procuring agency may terminate the Contract upon maximum ninety (90) days prior
written notice to Contractor in the event:

i) That contractor violates and continues the violation of any law applicable to the works
& services, where the violation may have a material adverse effect on the
management and operation of services under the contract.

ii) Procuring agency may terminate the contract immediately upon the bankruptcy of the
contractor or in other conditions as specified in the various clauses of the contract.

7.18 Termination by contractor


The contractor may also terminate this contract upon 30 (thirty) days prior written notice
to procuring agency in the event if the agency failure to perform its obligations under this
contract in timely manner. If the failure is not redressed properly by the procuring agency
in 30 (thirty) days, but in no case such redressel is made beyond 90 (ninety) days except
if procuring agency continues to pursue for redressel of such failure.

7.19 Work in emergency


The contractor in case of emergency may be called upon to provide works and services
as per scope of work under this contract and the contractor shall comply with such
emergency orders of procuring agency without excuses. Non-compliance of the
contractor shall lead to disqualification and will be dealt accordingly

[59]
7.20 Payment of Income Tax
The Contractor, sub-contractor and their employees shall be responsible for payment of
all taxes including income tax or any other applicable taxes. The prices quoted by the
Contractor shall be deemed to cover all such taxes.
However, new taxes levied by the Federal Government after signing of the Agreement
will be re-imbursed by MCI. Moreover, any change in rate of existing applicable taxes
will also be recovered / re-imbursed.
7.21 Local Taxation
The price quoted by the contractor shall include all customs duties, import duties,
business taxes, income and other taxes that may be levied in accordance with law and
regulation in force in Pakistan as of the date, 28 days prior to the closing date for the
submission of bid and taxes on vehicle machinery tools acquired for the purpose of the
contract and on services performed under the contract, nothing in the contract shall
relieve the contractor from his responsibilities to pay taxes that may be levied in respect
of the contract at any time during the contract period.

7.22 Liability of the contractor


The contractor and their sub-contractor or assignee shall follow strictly all relevant labour
laws including workmans compensation act. The procuring agency shall be fully
indemnified for all claims arising out of any damage by the contractor, his sub-
contractors or assignees and labour employed by them.

[60]
Section VIII

Annexure B to Addendum-I

BILL OF QUANTITIES
PART I:

Unit Price Total Price


in PKR Per Year in
Item Quantity Quantity In Figure PKR
Description of Item Unit
No (per month) (per year) & in In Figure &
Words in Words

Manual Sweeping(daily) its


Management, Operation,
Monitoring, Labour, Tools etc
including Collection & Disposal
of Waste as per contract (i/c all
taxes)
Manual Sweeping of all the Streets,
Footpaths / Walk Ways, Pavements,
Roads, Highways, Avenues,
Medians, Commercial / Market /
Public Places / parks / play grounds
and other open spaces etc located
within the premises of contractual
limits i.e. Urban Area consisting of
Blue Area, Sectors E, F, G, H, & I, Per Month 01 Job 12 Job
series and Model Towns (Humak,
Margalla, Shahzad & Rawal Town),
Jinnah Avenue, Faisal Avenue,
Kashmir Highway, Fazal-e-Haq
Road, Attaturk Avenue, 7thAvenue,
9th Avenue, Islamabad Express Way
/ Islamabad Highway, IJP Road
except carriage ways etc.
Manual Sweeping(daily) of all the
main roads of Rural Area i.e. Murree
Road, Park Road, Kuri Road, Lehtrar
Road, Sihala / Humak Road, Rawat
GT Road and all other major roads
etc or as per directions of MCI.
Mechanical sweeping (daily)of all
the Highways, Avenues,
Interchanges etc along kerb stones /
Per Month 01 Job 12 Job
carriage ways as per schedule its
Management, Operation,
Monitoring, Cost of Machinery, Fuel,
[61]
Labour etc as per contract (i/c all
taxes).
Washing of concrete and any
kinds of asphalt and non-asphalt
Roads, Highways, Avenues,
Interchanges etc, Market etc. places
with mechanical vehicles by using
pressure water. Details of the
Mechanical Washing service are Team Days 5x30=150 1800
further defined in the Technical
Specifications Document (Section
3.3) and as per program decided by
Sanitation Authority the minimum
20km single line of road must be
cover by single team.
Primary Collection of MSW:
Door to Door of about 400 tons / day
of garbage collection from all the
residential areas / commercial areas,
Streets, Footpaths / Walk Ways,
Pavements, Roads, Highways,
Avenues, Medians, Public Places
and other open spaces etc located
within the premises of contractual 146,000
Per Ton 12,000 Tons
limits i.e. Urban Area consisting of Tons
Blue Area, E, F, G, H, & I, seriesand
Model Towns (Humak, Margalla,
Shahzad&Rawal Town), Jinnah
Avenue, Faisal, Kashmir Highway,
Fazal-e-Haq Road, Attaturk Avenue,
Faisal Avenue, 9th Avenue,
Islamabad Express Way / Islamabad
Highway, IJP Road etc.
Secondary Collection of MSW:
Secondary collection of about 500
tons / day of MSW from the Urban
Areas consisting of Blue Area,
Sectors E, F, G, H, & I, series and
Model Towns (Humak, Margalla,
Shahzad & Rawal Town), Jinnah
180,000
Avenue, Faisal, Kashmir Highway, Per Ton 15,000 Tons
Tons
Fazal-e-Haq Road, Attaturk Avenue,
5. Faisal Avenue, 9th Avenue,
Islamabad Express Way / Islamabad
Highway, IJP Road etc and its
disposal at designated disposal site
(Average distance to the Final
Disposal site is 30 km).
Secondary collection of about 200
tons / day of MSW from theRural 73,000
Per Ton 6,000 Tons
Area consisting of Ucs 1, 2, 3, 4, 5, Tons
6, 7, 8, 9, 10, 11, 12, 13 , 14, 17, 18,

[62]
19, 20, 21, 22, 24, 39, 44, 45, 46, 47,
48, 49 & 50 (i.e. Saidpur, Noorpur
Shahn, Malpur, KotHathial (North),
KotHathial (South), Phulgran,
PindBegwal, Tumair, Charah, Kirpa,
Mughal, Rawat, Humak&Sihala,
Koral, KhanaDak, TarlaiKalan,
Alipur, Farash, SohanDehati,
MairaSunbalJaffar, Bokra,
JhangiSayeedan, BhadanaKalan,
Tarnol, Sari Karbooza, Shah Allah
Ditta, Golra Sharif etc and its
disposal at designated disposal site
(Average distance to the Final
Disposal site is 30 km)
Total (Part I)

[63]
BILL OF QUANTITIES
PART II:

Item
Description of Item Qty Rate Unit Amount
No
1 Manufacturing / Supplying Large Garbage Containers
(Skips) as per approved sample and drawing / design
and specifications as under:-
Height of Skip: 72 inches
Width of Skip: 66 inches
Length of Skip.
i) Base: 90 inches
ii) Top: 138 inches
iii) Middle: 162 inches
The Skip will be made up using 7mm thick MS Sheet for
base & 5mm thick MS Sheet for all 4 sides. Channels
2x2 at top & 3x2 on sides will be welded using 3mm
thick MS Sheet. Angle 4x2 at bottom of long sides will
be welded using 3mm thick MS Sheet. MS Channels
3x1 x shall be provided under the base / floor of
Skip with cross channels of same size 4 lifting hooks, as
per drawing will be fixed with 2 MS Rod reduced to 1
at half length by lathe machine and shall be welded
with the side by making 2 bore in the channel. 2 Jack
Grips will be provided as per drawing using MS Sheet
7mm thick and 1 MS Rod i/c making 1 bores in the 300 Each
side supports. 2 supports on near side made with 5mm
thick MS plate shall be made as per approved design.
MS hooks shall be provided using 3/8 MS base as
shown on the drawing MS sheets & sections etc shall be
welded both sides continuously throughout the length.
3mm MS sheets shall be moulded to required sections /
shapes with press machine etc i/c cutting complete with
and i/c the cost of 2 coats of synthetic enamel paint of
approved make and shade over a coat of red oxide paint
to all internal and external surfaces of the skip, carriage
of material, loading and unloading at approved sites. All
to be done as per approved sample, drawing / design
and instructions of engineer-in-charge (total weight of
skip not less than 1264 kg).
The skip will be delivered at premises / sites as indicated
by Director Sanitation, anywhere in Islamabad, as and
when required basis.

[64]
Item
Description of Item Qty Rate Unit Amount
No
Manufacturing and Providing of Garbage Trolleys of Size
48 X 36 X 54, made with Galvanized Iron Sheet
(Imported) and section as per drawing / design and
approved shape (displayed at Sanitation Directorate G-
6). The main container is made with 16 Gauge G.I Sheet
(Imported). Horizontal and Vertical bracings made with 3
mm (11 gauge) G-I sheet (imported), legs and base
made with 3 mm (11 gauge) G-I sheet molded to
Channel Section 4 X 2 Lifting Spindle and Handles
made with 11/2 and 3/8 Mild Steel bars. Internal 3000 Each
stiffeners made with G-I Sheet 3 mm thick (11 Gauge)
1/2 and flat welded to from T-Section. Top frame
made with G-I Pipe of 1 (12 gauge). Complete with
and including the cost of welding and grinding / cleaning
as per approved samples and instructions of the
Engineer-In-charge.
The trolley will be delivered at premises / sites as
indicated by Director Sanitation, anywhere in Islamabad,
as and when required basis.
Manufacturing / Supplying and installation of Dust Bins of
approved Drawing / Design and following specifications:
15 dia x 20 deep drum made of 16 Gauge. Mild Steel
Sheet (barrel & bottom) i/c welding. 17 external dia x
(1+1/2) L shape top ring made of 1/8 thick Mild Steel
Sheet i/c welding with drum. Main frame of 1-1/2 dia mild
steel Pipe of 16 gauge duly bended to approved shape.
2x2 sockets of 1-1/2 dia& 1-1/4 dia mild steel pipe of16
gauge, welded to the frame as required. 2 hold fasts of
angle iron 1x1x1/8 welded to each leg of framefor
grouting. Deco painting of all internal and external
surfaces with deco paint of approved shade over the 5000 Each
primer coat after cleaning and sand papering the dust
bin. Excavation in all kind of strata 1x1x1-6Embedding
the legs in cement concrete 1:2:4 i/c finishing and curing
and clearing the site from all excavated stuff. Complete
with and including the cost of welding and grinding /
cleaning as per approved samples and instructions of the
Engineer-In-charge.
The dustbin will be delivered at premises / sites as
indicated by Director Sanitation, anywhere in Islamabad,
as and when required basis.

Total (Part II)

[65]
Grand Summary
Total Cast of Part I Rs. _______________________

Total Cast of Part II Rs. _______________________

Grand Total Rs.______________________

(In Word)__________________________________________________________________
_________________________________________________________________________

Note:
a) Minimum 700 tons of MSW have been guaranteed.
b) 20 % rebate shall be applied on item # 4, Part-I of BOQ, on quantity exceeding 700
metric tons / day.

Seal & Signature

Name of Contractor/Bidder __________________________________

Address: _________________________________________________

Landline & Cell # : ___________________________________

Fax # : ____________________________________________

e-mail address : _____________________________________

[66]
Appendix-A
Price Adjustment Under Clause 5.5 of Section-V of Contract
Document
The source of indices and the weightages or coefficient for use in the price adjustment formula under
Clause 5.5 shall be as follows:

Cost
Description Weightages Applicable index
Element
1 2 3 4
Non Adjustable Portion

Official price from public sector


organization or statistical bulletin
published by Federal Bureau of
(i) Fixed Portion 0.50 Statistic (FBS), Statistical Division
Govt. of Pakistan Statutory
Notification.
Adjustable portion
Govt. of Pakistan by Federal
Bureau of Statistic (FBS), Monthly
(i) Fuel Diesel 0.10
statistical bulletin or Pakistan State
Oil
Govt. of Pakistan (GoP) Federal
Bureau of Statistic (FBS),
(ii) Labour (unskilled) 0.40
Statistical Bulletin and Statutory
Notification.
Total 1.00

1. For Base Date and Current date indices refer clause no.5.5. The base cost indices or prices
shall be those applying 28 days prior to the latest day for submission of bids. Current
indices or prices shall be those applying 28 days prior to the last day of the billing period.

2. Any fluctuation in the indices or prices of elements other than those given above shall not
be subject to adjustment of the Contract Price.

[67]
(To be filled in by bidder/contractor)

Srl No. Description Base Date Price Source

1 2 3 4
As given under Clause
(i) Fuel (Diesel)
No.5.5-i
As given under Clause
(ii) Labour (unskilled )
No.5.5-ii

Current Date
Srl No. Description Source
Price
1 2 3 4
As given under Clause
(i) Fuel (Diesel)
No.5.5-i
As given under Clause
(ii) Labour (unskilled
No.5.5-ii

Note: The bidder/contractor is hereby cautioned to read clause 5.5 and price adjustment
procedure given therein carefully while filling the above appendix.

[68]
Appendix-B

List of Sub-Contractors
I/we intend to sub-contract the following parts of the work to sub-contractors. In my/our opinion, the
subcontractors named hereunder are reliable and competent to perform that part of the work for which
each is listed.

Enclosed are documentation outlining experience of sub-contractors, the curriculum vitae and
experience of their key personnel and type of contracts carried out in the past.

Part of Works (Give Subcontractor (With


Details) Complete Address)
1 2

[69]
Appendix-C

List of Solid Waste Machinery / Vehicles


(Minimum Requirement)

Owned Purchased or Requirement To be Description Capacity HP Present Dated of


Leased Units provided by of Vehicle Rating Location or Delivery at
the (Make, Source Site
Contractor Model, Year)
Garbage Compactor
average lifting 20
Capacity of 10 ~ 13 M3
Skip Lifter (average
lifting arrangements 20
for 10 ~ 13 ton Skips)
Mini Tipper for Door to
50
Door Collection
Dumper Trucks (lifting
arrangements for 25
minimum 10 ton)

Front End Loader 12


Truck Mounted
Mechanical Sweepers 10
vacuum type
Road Washer
Sprinkler (Truck 5
Mounted)

Note:
All the vehicles / machinery & equipment required for the project shall be brand new / latest model.

[70]
Appendix-D
Breakdown of Unit Cost of the item in BOQ by the Activities and Works
in that item.

Group of Activities in an item of BOQ: ________________

No. Description of the Activities in the Item Unit Unit Quantity Cost in Pak Cost in US$
Cost Rupees
1
2
3
4
5

Cost = Unit Cost x Quantity

[71]
Appendix-E

Estimated Progress (Payments required).

Bidders estimate of the value of work, which would be executed by him during each of the periods
stated below, based on his Program of the Works and the Rates in the Bill of Quantities, expressed in
millions of Pakistani Rupees.

Quarter/Year/Period Amounts (Rupees in


Million)
1 2
st
1 Quarter
2nd Quarter
3rd Quarter
4th Quarter
5th Quarter
6th Quarter
7th Quarter
8th Quarter
9th Quarter
Bid Price

[72]
Annexure D
Form of BID

Bid Reference No. ________________


(Name of Contract/Work) To:
_______________________________
_______________________________
_______________________________

1. Having examined the bidding documents including Instructions to Bidders, Bidding Data, and Conditions
of Contract, Specifications and Bill of Quantities and Addenda Nos.
_________________________________ for the execution of the above-named work, we/I, the
undersigned, offer to execute and complete the work and remedy any defects therein in conformity with the
Conditions of Contract, Specifications, Bill of Quantities and Addenda for the sum of US Dollar
_______________________________________________________ ($
__________________________________________________________) or such other sum as may be
ascertained in accordance with the said conditions.

2. We/I understand that all the Annexure attached hereto form part of this bid.

3. As security for due performance of the undertakings and obligations of this bid, we/I submit herewith a
bid security in the amount of US Dollar_____________
($____________________) drawn in your favour or made payable to procuring agency and valid for a
period of ___________days beginning from the date, bid is opened.

4. We/I undertake, if our bid is accepted, to commence the works and to complete the whole of the works
comprised in the contract within the time stated in the contract document.

5. We/I agree to abide by this bid for the period of ______ days from the date fixed for opening the same
and it shall remain binding upon us and may be accepted at any time before the expiration of that period.

6. Unless and until a formal Agreement is prepared and executed, this bid, together with your written
acceptance thereof, shall constitute a binding contract between us.

7. We do hereby declare that the bid is made without any collusion, comparison of figures or arrangement
with any other bidder for the works.

We understand that you are not bound to accept the lowest or any bid you may receive.

[73]
9. We undertake, if our/my bid is accepted, to execute the Performance Security referred to in Conditions of
Contract for the due performance of the Contract.

10. We confirm, if our bid is accepted, that all partners of the joint venture/consortium shall be liable jointly
and severally for the execution of the Contract and the composition or the constitution of the joint
venture/consortium shall not be altered without the prior consent of the procuring agency.
(Please delete this in case of Bid form a single bidder)

in the capacity of _______duly authorized to sign Bids for and on behalf of

Dated this ___________day of________________20______

Signature: ________________________

_____________________________________________________
(Name of Bidder in Block Capitals) (Seal)

Address:_______________________________________________________
______________________________________________________________
______________________________________________________________

Witness:

Signature: _____________________________
Name: ________________________________
Address: ______________________________________________________
______________________________________________________
Occupation:____________________________________________________

[74]
Annexure-1
Format for Covering Letter

To
(Name and address of Purchaser)

Subject: Submission of Bid for the Front End Collection, Sweeping, Transportation & Disposal of
Municipal Solid Waste in the Metropolitan Area (Islamabad)

Dear Sir,

Having examined the Tender Document, Appendixes and Schedules we, the undersigned, in conformity with the
said document, offer to provide the said services/items on terms of reference to be signed upon the award of
contract for the sum indicated as per financial bid.

We undertake, if our proposal is accepted, to provide the services/items comprise in the contract within time
frame specified, starting from the date of receipt of notification of award from the client Department / Office.

We agree to abide by this proposal for the period of 07- years(as per requirement of the Operation) from the date
of bid opening and it shall remain binding upon us and may be accepted at any time before the expiration of that
period.

We agree to execute a contract in the form to be communicated by the (insert name of the Firm/Purchaser),
incorporating all agreements with such alterations or additions thereto as may be necessary to adapt such
agreement to the circumstances of the standard.

Unless and until a formal agreement is prepared and executed this proposal together with your written
acceptance thereof shall constitute a binding contract agreement.

We understand that you are not bound to accept a lowest or any bid you may receive, not to give any reason for
rejection of any bid and that you will not defray any expenses incurred by us in biding.

We have thoroughly read and understood all the terms and conditions of this Tender and We promise to observe
all the terms and conditions of this Tender.

Thanking You,

________________________
(Signature and name of Authorized Representative)
For (Name and seal of Bidder Company/firm)

[75]
Annexure-2
ANTI BLACKLISTING CERTIFICATE

{Notarization is required}

Format of Self Certificate stating that the Entity/Promoter/s / Director/s of Entity are not blacklisted (On a
Stamp Paper of relevant value)

Anti-Blacklisting Certificate

M/s. (Name of the Bidder), (the names and addresses of the registered office) hereby certify and
confirm that we or any of our Promoter/s/ Director/s are not barred by Government of Pakistan or any other entity
of Pakistan or blacklisted by any Provincial or Federal Government / department / agency in Pakistan or from
abroad from participating in Project/s, either individually or as member of a Consortium as on the (Bid submission
Date).

We further confirm that we are aware that our Application for the captioned Project would be liable for rejection in
case any material misrepresentation is made or discovered with regard to the requirements of this RFP at any
stage of the Bidding Process or thereafter during the agreement period.
Dated this ..Day of ., 2017

Name of the Bidder

Signature of the Authorized person

Name of the Authorized Person

[76]
Annexure-3

AFFIDAVIT
Integrity Pact

We _(Name of the bidder / supplier)_ being the first duly sworn on oath submit, that Mr. / Ms.
_____________________(if participating through agent / representative) is the agent / representative duly
authorized by (Name of the bidder company)_ hereinafter called the Operator to submit the attached bid to the
(Name of the Purchaser). Affiant further states that the said M/s (Bidding Firm/Company Name) has not paid,
given or donate or agreed to pay, given or donate to any line officer or employee of the (Name of the
Purchaser)any money or thing of value, either directly or indirectly, for special consideration in the letting of the
contract, or for giving undue advantage to any of the bidder in the bidding and in the evaluation and selection of
the bidder for contract or for refraining from properly and thoroughly Maintaining Operations, Implementations,
Reporting violation of the contract specification or other forms of non-compliance.

_________________
Signature & Stamp

Subscribed and sworn to me this ________ day of _____ 20______.

______________________________________________ Notary Public

[77]
Annexure- 4

Format for Performance Guarantee to be provided to the


successful Bidder after acceptance of the bid.

[78]
Annexure- 5

Format for Contract Agreement


To be provided at the time of Agreement

[79]

You might also like