0% found this document useful (0 votes)
22 views

Request For Proposals: Government of The Punjab, Pakistan

Uploaded by

Jehan2
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
22 views

Request For Proposals: Government of The Punjab, Pakistan

Uploaded by

Jehan2
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 107

Government of the Punjab, Pakistan

REQUEST FOR PROPOSALS

CONSULTANCY SERVICES
FOR

PREPARATION OF MASTER PLAN FOR WATER SUPPLY,


SEWERAGE AND DRAINAGE SYSTEM
FOR LAHORE

July 21, 2014

Water & Sanitation Agency (WASA)


Lahore Development Authority
Section 1: Letter of Invitation
Letter No: ________ Date: ______________

a. M/s Artelia in Association with M/S ECSP, M/s Enviro Consult


and M/s Indus consultants
Add: 83-A E/1,Main Boulevard Gulberg-III, Lahore, Pakistan
Tel: 042-35717681, Fax: 042-35717685
Web: www.ecsp.com.pk, Email: [email protected]

b. M/s MEINHARDT (Singapore) in association with MEINHARDT


Pakistan Pvt. Ltd.
House#2-A, Street#49 F-6/4, Islamabad - Ph: 051-2273385-7,

c. M/s NESPAK in association with Speikerman and LAHMEYER


Germany
Add: 1-C, Block N, Model Town Extension, Lahore
Tel: 92-42-99090000, Fax: 92-42-99231926, 99231950
web: www.nespak.com.pk,
Email: [email protected], [email protected]

d. M/s MM Pakistan in association with Mott McDonald UK and M/s


JERS
Add: 17-A/1, Zafar Road, Lahore Cantt.
Tel: 92-42-36662595, Fax: 92-42-36665049
web: www.mmpakistan.com, Email: [email protected]

e. M/s DOLSAR in association with Development & Management


Consultants (DMC).
Add: 67-L, Model Town (Ext.), Lahore, Pakistan.
Tel: 92-42-35168457, 35168944, 35218944, Fax: 92-42-35178591
Email: [email protected] , [email protected]

f. M/s Louis Berger Group Inc, USA in association with Louis Berger
SAS, France Techno Consult Pakistan and NEC Consultants (Pvt.)
Ltd.
Add: Mr. Ivan Keogh, Sr. Vice President, The Louis Berger Group, Inc.
1250, 23rd Street, NW Washington DC 20037, USA
Tel: +1.202.331.7775, +1.202.303.2791, Fax: +1.202.293.0787
Email: [email protected] , [email protected]

C/o: TECHNO CONSULT


Add: TECHNO – HOUSE, 37-K, Block-6, PECHS, Karachi 75400 Pakistan.
Tel: (92-21) 453-0630/31/32
Fax: (92-21) 454-6606
Email: [email protected]
Web: www.techno-consult.com

Section 1: Letter of Invitation 1/3


SUBJECT: LETTER OF INVITATION
Dear Mr./Ms.:
1........................................................................................................................................ T
he Water & Sanitation Agency (WASA), Lahore Development Authority invites
proposals to provide the consulting services for Preparation of Master Plan for Water
Supply, Sewerage and Drainage System for Lahore. Details on the services are
provided in the Terms of Reference.

2........................................................................................................................................ .
This Request for Proposal (RFP) has been addressed to the following Firms whose
EOIs have been shortlisted:

a. M/s Artelia in Association with M/S ECSP, M/s Enviro Consult and M/s Indus
consultants.
b. M/s MEINHARDT (Singapore) in assoc. with MEINHARDT Pakistan Pvt. Ltd.
c. M/s NESPAK in association with Speikerman and LAHMEYER Germany.
d. M/s MM Pakistan in association with Mott McDonald UK and M/s JERS.
e. M/s DOLSAR in association with Development & Management Consultants.
f. M/s Louis Berger Group Inc, USA in association with Louis Berger SAS,
France Techno Consult Pakistan and NEC Consultants (Pvt.) Ltd.

It is not permissible to transfer this invitation to any other firm.

3. The Consultant will be selected under the Quality and Cost Based Selection (QCBS)
and procedures described in this RFP, in accordance with the Punjab Procurements
Rules 2014 (under Punjab Procurement Regulatory Authority Act 2009).

4. The RFP includes the following additional documents:


Section 2 - Instructions to Consultants (including Data Sheet)
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - Standard Form of Contract

5. It is mandatory for proposals to be made using the Standard Forms of the RFP.
Proposals that are not in the prescribed format may be discarded. If any information
required in the forms is found missing or written elsewhere, no credit will be given in
the relevant section of the evaluation.

6. Firms should submit details of 5 of their most relevant assignments for technical
evaluation using the prescribed format. Assignments submitted beyond the given
number will not be considered.

7. CVs of key personnel corresponding to the list given in the Data Sheet should provide
details of 5 relevant assignments done by the individual.

Section 1: Letter of Invitation 2/3


8. As per PPRA Rule 30, Technical Bids will be opened on the last date of submission of
bids. So therefore you are invited to attend submission of Technical and Financial Bids
and opening of Technical Bid on 08.09.2014 at 03:00 PM.

9. Please inform us in writing about the following upon receipt of this letter:
a) that this Letter of Invitation has been received; and
b) whether the proposal will be submitted as a firm/consortium/joint venture as
provided in the EOIs, or in association with additional firms (which shall not
include already shortlisted firms).

This information should be sent to the following address:

Name: Mr. Aftab Ahmad


Designation: Dy. Managing Director (Engineering),
Water & Sanitation Agency
Lahore Development Authority
Address: Zahoor Elahi Road, Gulberg-II, Lahore, Pakistan
E-mail: [email protected]

If no acknowledgment is received, it will be presumed that the firm is not interested in


undertaking the assignment.

Yours sincerely,
Aftab Ahmad,
Dy. Managing Director (Engineering),
Water & Sanitation Agency
Lahore Development Authority

Section 1: Letter of Invitation 3/3


Section 2: Instructions to Firms

Definitions (a) “Assignment” means the consultancy services for


‘Preparation of Master Plan for Water Supply, Sewerage
and Drainage for Lahore’.
(b) “Client” means the ‘Water & Sanitation Agency (WASA),
Lahore Development Authority, Government of the
Punjab’, with which the selected Consultant signs the
Contract.
(c) “Consultant Selection Committee” means the committee
formed for the selection of Consultant for this Assignment
as per Guidelines.
(d) “Consultant” means any firm/consortium/joint venture that
provides the Services to the Client under the Contract.
(e) “Contract” means the Contract included in this RFP as
Section 6, when signed by the Parties, and all attached
documents.
(f) “Data Sheet” means such part of the Instructions to Firms
used to reflect specific conditions.
(g) “Day” means calendar day.
(h) “Firms” means any firms, consortiums and joint ventures
whose EOIs have been shortlisted and to whom this RFP
has been issued.
(i) “Instructions to Firms” means the document, which
provides Firms with information needed to prepare their
Proposals.
(j) “LOI” means the Letter of Invitation included in the RFP as
Section 1 being sent by the Client to the Firms.
(k) “Personnel” means professionals and support staff provided
by the Firms or by any sub-consultant and assigned to
perform the Services or any part thereof; “Foreign
Personnel” means such professionals and support staff who
at the time of being so provided had their domicile outside
Pakistan; “Local Personnel” means such professionals and
support staff who at the time of being so provided had their
domicile inside Pakistan.
(l) “Proposal” means the Technical Proposal and the Financial
Proposal.
(m) “Services” means the Assignment to be performed by the
Consultant pursuant to the Contract.

Section 2: Instructions to Firms 1/5


(n) “Rules” means the Punjab Procurement Rules-2014 notified
in Provision of Punjab Procurement Regulatory.
(o) “Sub-Consultant” means any person or entity with whom
the Consultant sub-contracts any part of the Services.
(p) “Terms of Reference” (TOR) means the document included
in the RFP as Section 5 which explains the objectives,
scope of work, activities, tasks to be performed, respective
responsibilities of the Client and the Consultant, and
expected results and deliverables of the assignment.

1. Introduction 1.1 The Client shall select the Consultant from the Firms
listed in the Letter of Invitation, in accordance with the
method of Quality Cost Based Selection.
1.2 Firms are invited to submit a Technical Proposal and a
Financial Proposal for Services required for the
Assignment. The proposals should be in separate marked
and sealed envelopes. The Proposal will be the basis for a
signed Contract with the selected Firm.
1.3 Firms should familiarize themselves with Assignment
conditions and take them into account in preparing their
Proposals. To obtain first-hand information on the
Assignment, Firms are encouraged to visit the Client
before submitting a proposal and to attend a pre-proposal
conference at the time, date and location specified in the
Data Sheet. Attending the pre-proposal conference is
optional. Firms should contact the Client’s representative
named in the Data Sheet to obtain additional information
on the pre-proposal conference. Firms should ensure the
representative is informed well-ahead of time in case they
wish to visit the Client.
1.4 The Client will assist the Consultant in obtaining licenses
and permits needed to carry out the services, and make
available relevant project data and reports.
1.5 Firms shall bear all costs associated with the preparation
and submission of their Proposals and finalization of
Contract. The Client is not bound to accept any Proposal,
and reserves the right to annul the selection process at any
time prior to Contract award, without thereby incurring
any liability to the Firms.
Conflict of 1.6 Government of Punjab requires that Consultant provides
Interest professional, objective, and impartial advice and at all
times, hold the Client’s interests paramount, strictly avoid
conflicts with other assignments or their own corporate
interests, and act without any consideration for future

Section 2: Instructions to Firms 2/5


work.
1.6.1 Without limitation on the generality of the foregoing,
Firms, and any of their affiliates, shall be considered
to have a conflict of interest and shall not be
recruited, under any of the circumstances set forth
below:

Conflicting (i) A firm that has been engaged by the Client


activities to provide goods, works or services other
than consulting services for a project, and
any of its affiliates, shall be disqualified
from providing consulting services related
to those goods, works or services.
Conversely, a firm hired to provide
consulting services for the preparation or
implementation of a project, and any of its
affiliates, shall be disqualified from
subsequently providing goods or works or
services other than consulting services
resulting from or directly related to the
firm’s consulting services for such
preparation or implementation. For the
purpose of this paragraph, services other
than consulting services are defined as
those leading to a measurable physical
output, for example surveys, exploratory
drilling, aerial photography, and satellite
imagery.

Conflicting (ii) A firm (including its Personnel and sub-


assignments consultants) or any of its affiliates shall not
be hired for any assignment that, by its
nature, may be in conflict with another
assignment of the firm to be executed for
the same or for another Client.
Conflicting (iii) A firm (including its Personnel and sub-
relationships consultants) that has a business or family
relationship with a member of the Client’s
staff who is directly or indirectly involved
in any part of (i) the preparation of the
Terms of Reference of the assignment, (ii)
the selection process for such assignment,
or (iii) supervision of the contract, may not
be awarded a contract, unless the conflict
stemming from this relationship has been
resolved in a manner acceptable to the
Government of Punjab throughout the
selection process and the execution of the

Section 2: Instructions to Firms 3/5


contract.
1.6.2 Firms / Consultant have an obligation to disclose any
situation of actual or potential conflict that impacts
their capacity to serve the best interest of their
Client, or that may reasonably be perceived as
having this effect. Failure to disclose said situations
may lead to the disqualification of the Consultant or
the termination of its Contract.
1.6.3 No agency or current employees of the Client shall
work as Consultant under their own ministries,
departments or agencies. Recruiting former
government employees of the Client to work for their
former ministries, departments or agencies is
acceptable provided no conflict of interest exists.
When the Firm nominates any government employee
as Personnel in their technical proposal, such
Personnel must have written certification from their
government or employer confirming that they are on
leave without pay from their official position and
allowed to work full-time outside of their previous
official position. Such certification shall be provided
to the Client by the Firm as part of his technical
proposal.

Fraud and 1.7 The Government of Punjab requires Firms and the
Corruption Consultant participating in this Assignment to adhere to
the highest ethical standards, both during the selection
process and throughout the execution of the Contract. In
pursuance of this policy, the Government of Punjab:
(b) defines, for the purpose of this paragraph, the
terms set forth below as follows:
(i) “corrupt practice” means the offering, giving,
receiving, or soliciting, directly or indirectly,
of anything of value to influence the action of
a public official in the selection process or in
execution of a contract;
(ii) “fraudulent practice” means a
misrepresentation or omission of facts in
order to influence a selection process or the
execution of a contract;
(iii) “collusive practices” means a scheme or
arrangement between two or more firms with
or without the knowledge of the Client,
designed to establish prices at artificial,
noncompetitive levels;

Section 2: Instructions to Firms 4/5


(iv) “Coercive practices” means harming or
threatening to harm, directly or indirectly,
persons or their property to influence their
participation in a procurement process, or
affect the execution of a contract.
(c) will reject a Proposal for award if it determines that
the Firm recommended for award has, directly or
through an agent, engaged in corrupt, fraudulent,
collusive or coercive practices in competing for the
Contract;
(d) will sanction a Firm, including declaring the Firm
ineligible, either indefinitely or for a stated period
of time, to be awarded a Government of Punjab
contract if at any time it determines that the Firm
has, directly or through an agent, engaged in
corrupt, fraudulent, collusive or coercive practices
in competing for, or in executing, a Government of
Punjab contract; and
(e) Will have the right to require Firms to permit the
Government of Punjab to inspect their accounts
and records and other documents relating to the
submission of proposals and contract performance,
and have them audited by auditors appointed by
the Government of Punjab.
1.8 Firms, their sub-consultants, and their associates shall not
be under a declaration of ineligibility for corrupt and
fraudulent practices issued by the Government of Punjab
in accordance with the above para. 1.7. Furthermore, the
Firms shall be aware of the provisions on fraud and
corruption stated in the specific clauses in the General
Conditions of Contract.

Only one 1.9 Firms may only submit one Proposal. If a Firm submits or
Proposal participates in more than one Proposal, such Proposals
shall be disqualified.

Proposal 1.10 The Data Sheet indicates how long Firms’ Proposals must
Validity remain valid after the submission date. During this period,
Firms shall maintain the availability of professional staff
nominated in the Proposal. The Client will make its best
effort to complete award of Contract within this period.
Should the need arise, however, the Client may request
Firms to extend the validity period of their Proposals.
Firms who agree to such extension shall confirm that they
maintain the availability of the professional staff
nominated in the Proposal, or in their confirmation of
extension of validity of the Proposal, Firms may submit
new staff in replacement, who would be considered in the

Section 2: Instructions to Firms 5/6


final evaluation for Contract award. Firms who do not
agree have the right to refuse to extend the validity of their
Proposals.

Eligibility of 1.11 In case a Firm intends to associate with firms who have
Sub- not been shortlisted and/or individual expert(s), such other
Consultants firms and/or individual expert(s) shall be subject to the
eligibility criteria set forth.

2. Clarification 2.1 Firms may request a clarification of any of the RFP


and documents till the date indicated in the Data Sheet. Any
Amendment of request for clarification must be sent in writing, or by
RFP standard electronic means to the Client’s address indicated
Documents in the Data Sheet. The Client will respond in writing, or by
standard electronic means and will send written copies of
the response (including an explanation of the query but
without identifying the source of inquiry) to all Firms.
Should the Client deem it necessary to amend the RFP as a
result of a clarification, it shall do so following the
procedure under para. 2.2.
2.2 At any time before the submission of Proposals, the Client
may amend the RFP by issuing an addendum in writing or
by standard electronic means. The addendum shall be sent
to all Firms and will be binding on them. Firms shall
acknowledge receipt of all amendments. To give Firms
reasonable time in which to take an amendment into
account in their Proposals the Client may, if the
amendment is substantial, extend the deadline for the
submission of Proposals.
3. Preparation of 3.1 The Proposal (see para. 1.2), as well as all related
Proposals correspondence exchanged by the Firms and the Client,
shall be written in English.
3.2 In preparing their Proposal, Firms are expected to examine
in detail the documents comprising the RFP. Material
deficiencies in providing the information requested may
result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, Firms must give
particular attention to the following:
(a) If a Firm considers that it may enhance its
expertise for the Assignment by associating with
other firms in a joint venture or sub-consultancy, it
may associate with non-shortlisted firm(s). In case
of association with non-shortlisted Firm(s), the
Firm shall act as association leader. Any
associations must be clearly indicated in the
Technical Proposal. In case of a joint venture, all
partners shall be jointly and severally liable and

Section 2: Instructions to Firms 6/5


shall indicate who will act as the leader of the joint
venture.
(b) Alternative professional staff shall not be proposed,
and only one curriculum vitae (CV) may be
submitted for each position.

Technical 3.4 The Technical Proposal shall provide the information


Proposal indicated in the following paras from (a) to (g) using the
Format and attached Form TECH-4 of Section 3,which indicates the
Content recommended number of pages for the description of the
approach, methodology and work plan of the Technical
Proposal. A page is considered to be one printed side of
A4 or letter size paper.
(a) A brief description of the Firms’ organization and
an outline of recent experience of the Firm (each
partner in case of joint venture) on assignments of
a similar nature are required in Form TECH-2 of
Section 3. For each assignment, the outline should
indicate the names of sub-consultants/ professional
staff who participated, duration of the assignment,
contract amount, and Firm’s involvement.
Information should be provided only for those
assignments for which the Firm was legally
engaged by the Client as a firm or as one of the
major firms within a joint venture. Assignments
completed by individual professional staff working
privately or through other consulting firms cannot
be claimed as the experience of the Firm, or that of
the Firm’s associates, but can be claimed by the
professional staff themselves in their CVs. Firms
should be prepared to substantiate the claimed
experience, if so requested by the Client.
(b) Comments and suggestions on the Terms of
Reference including workable suggestions that could
improve the quality/ effectiveness of the Assignment;
and facilities such as administrative support,
equipment, data, etc. desired from the Client (Form
TECH-3 of Section 3).
(c) A description of the approach, methodology and
work plan for performing the Assignment,
covering the following subjects: technical approach
and methodology, work plan, and organization and
staffing schedule. Guidance on the content of this
section of the Technical Proposals is provided
under Form TECH-4 of Section 3. The work plan
should be consistent with the Work Schedule
(Form TECH-8 of Section 3), which shall show in

Section 2: Instructions to Firms 7/6


the form of a bar chart the timing proposed for
each activity.
(d) The list of the proposed professional staff team by
area of expertise, the position that would be
assigned to each staff team member, and their tasks
(Form TECH-5 of Section 3).
(e) Estimates of the staff input (staff-months of
foreign and local professionals) needed to carry out
the Assignment (Form TECH-7 of Section 3). The
staff-months input should be indicated separately
for home office and field activities, and for foreign
and local Professional staff.
(f) CVs of the professional staff signed by the staff
themselves or by the authorized representative of
the professional staff (Form TECH-6 of Section 3)
along with their Computerized National Identity
Card numbers (if local) or passport numbers (if
foreign).
3.5 The Technical Proposal shall not include any financial
information. A Technical Proposal containing financial
information shall be declared non responsive.

Financial 3.6 The Financial Proposal shall be prepared using the


Proposals attached Standard Forms (Section 4). It shall list all costs
associated with the Assignment, including (a)
remuneration for staff (foreign and local, in the field and at
the Firms’ home office), and (b) reimbursable expenses
indicated in the Data Sheet. These costs should be broken
down by activity and, if appropriate, into foreign and local
expenditures. All activities and items described in the
Technical Proposal must be priced separately; activities
and items described in the Technical Proposal but not
priced, shall be assumed to be included in the prices of
other activities or items. The Firm shall provide the Client
with breakdown of remuneration rates as detailed in Form
FIN-6 of Section 4.

Taxes 3.7 The Consultant shall be subject to local taxes (such as:
value added or sales tax or income taxes on non resident
Foreign Personnel, duties, fees, levies) on amounts
payable by the Client under the Contract. The Client may
pay taxes on behalf of Consultant.

3.8 Consultants should express the price of their Services in


Pakistan Rupees.

4. Submission, 4.1 The original Proposal (Technical Proposal and, if required,

Section 2: Instructions to Firms 8/7


Receipt, and Financial Proposal; see para. 1.2) shall contain no
Opening of interlineations or overwriting, except as necessary to
Proposals correct errors made by the Firms themselves. The person
who signed the Proposal must initial such corrections.
Submission letters for both Technical and Financial
Proposals should respectively be in the format of Form
TECH-1 of Section 3, and Form FIN-1 of Section 4.
4.2 An authorized representative of the Firm shall initial all
pages of the original Technical and Financial Proposals.
The authorization shall be in the form of a written power
of attorney accompanying the Proposal or in any other
form demonstrating that the representative has been duly
authorized to sign. The signed Technical and Financial
Proposals shall be marked “Original”.
4.3 The Technical Proposal shall be marked “Original” or
“Copy” as appropriate. The Technical Proposals shall be
sent to the addresses referred to in para. 4.5 and in the
number of copies indicated in the Data Sheet. All required
copies of the Technical Proposal are to be made from the
original. If there are discrepancies between the original
and the copies of the Technical Proposal, the original
prevails.
4.4 The original and all copies of the Technical Proposal shall
be placed in a sealed envelope clearly marked “Technical
Proposal” Similarly, the original Financial Proposal shall
be placed in a sealed envelope clearly marked “Financial
Proposal” followed by the name of the Assignment, and
with a warning “Do Not Open with The Technical
Proposal.” The envelopes containing the Technical and
Financial Proposals shall be placed into an outer envelope
and sealed. This outer envelope shall bear the submission
address and title of the Assignment, clearly marked “Do
Not Open, Except In Presence Of The Official
Appointed, Before Submission Deadline”. The Client
shall not be responsible for misplacement, losing or
premature opening if the outer envelope is not sealed
and/or marked as stipulated. This circumstance may
constitute a case for rejecting the Proposal. If the Financial
Proposal is not submitted in a separate sealed envelope
duly marked as indicated above, this will constitute
grounds for declaring the Proposal non-responsive.
4.5 The Proposals must be sent to the address/addresses
indicated in the Data Sheet and received by the Client no
later than the time and the date indicated in the Data Sheet,
or any extension to this date in accordance with para. 2.2.
Any Proposal received by the Client after the deadline for
submission shall be returned unopened.

Section 2: Instructions to Firms 9/8


4.6 The Client shall open the Technical Proposal immediately
after the deadline for their submission. The envelopes with
the Financial Proposal shall remain sealed and securely
stored.
5. Proposal 5.1 From the time the Proposals are opened to the time the
Evaluation Contract is awarded, the Firms should not contact the
Client on any matter related to its Technical and/or
Financial Proposal. Any effort by Firms to influence the
Client in the examination, evaluation, ranking of
Proposals, and recommendation for award of Contract
may result in the rejection of the Firms’ Proposal.
The Consultant Selection Committee, while evaluating
Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation is concluded.

Evaluation of 5.2 The Consultant Selection Committee shall evaluate the


Technical Technical Proposals on the basis of their responsiveness to
Proposals the Terms of Reference, applying the evaluation criteria,
sub-criteria, and point system specified in the Data Sheet.
Each responsive Proposal will be given a technical score
(St). A Proposal shall be rejected at this stage if it does not
respond to important aspects of the RFP, and particularly
the Terms of Reference or if it fails to achieve the
minimum technical score indicated in the Data Sheet.

Public Opening 5.3 After the technical evaluation is completed, the Client
and Evaluation shall inform the Firms who have submitted Proposals the
of Financial technical scores obtained by their Technical Proposals,
Proposals and shall notify those Firms whose Proposals did not meet
the minimum qualifying mark or were considered non
responsive to the RFP and TOR, that their Financial
Proposals shall be returned unopened after completing the
selection process. The Client shall simultaneously notify
in writing Firms that have secured the minimum
qualifying mark, the date, time and location for opening
the Financial Proposals. Firms’ attendance at the opening
of Financial Proposals is optional. The opening date shall
be set so as to allow interested Firms sufficient time to
make arrangements for attending the opening.
5.4 Financial Proposals shall be opened publicly in the
presence of the Firms’ representatives who choose to
attend. The name of the Firms, and the technical scores of
the Firms shall be read aloud. The Financial Proposal of
the Firms who met the minimum qualifying mark will then
be inspected to confirm that they have remained sealed
and unopened. These Financial Proposals shall be then
opened, and the total prices read aloud and recorded.

Section 2: Instructions to Firms 10/9


5.5 The Consultant Selection Committee will correct any
computational errors. When correcting computational
errors, in case of discrepancy between a partial amount
and the total amount, or between word and figures, the
formers will prevail. In addition to the above corrections,
as indicated under para. 3.6, activities and items described
in the Technical Proposal but not priced, shall be assumed
to be included in the prices of other activities or items. In
case an activity or line item is quantified in the Financial
Proposal differently from the Technical Proposal, no
corrections are applied to the Financial Proposal in this
respect.
5.6 The lowest evaluated Financial Proposal (Fm) will be
given the maximum financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will
be computed as indicated in the Data Sheet. Proposals will
be ranked according to their combined technical (St) and
financial (Sf) scores using the weights (T = the weight
given to the Technical Proposal; P = the weight given to
the Financial Proposal; T + P = 1) indicated in the Data
Sheet: S = St x T% + Sf x P%. The Firm achieving the
highest combined technical and financial score will be
invited for finalization of Contract.

6. Finalization of 6.1 Contract finalization meeting shall be held at the date and
Contract address indicated in the Data Sheet. The invited Firm will,
as a pre-requisite for attendance at the meeting, confirm
availability of all professional staff. Failure in satisfying
such requirements may result in the Firm being
disqualified on the grounds of wilful misrepresentation,
and the Client proceeding to the next-ranked Firm.
Representatives finalizing on behalf of the Firm must have
written authority to conclude a Contract.

Description of 6.2 Finalization of Contract will include a discussion of the


Services Technical Proposal, the proposed technical approach and
methodology, work plan, and organization and staffing,
and any suggestions made by the invited Firm regarding
the Terms of Reference. Once the Client and the Firm
finalize the Terms of Reference, staffing schedule, work
schedule, logistics, and reporting, these documents shall
be incorporated in the Contract as “Description of
Services”. Special attention shall be paid to clearly
defining the inputs and facilities required from the Client
to ensure satisfactory implementation of the Assignment.
Finalization of 6.3 It is the responsibility of the Firm, when finalizing the
Taxes Contract, to indicate the exact tax amount to be paid by the
Consultant under the Contract.

Section 2: Instructions to Firms 11/10


Availability of 6.4 Having selected the Firm on the basis of, among other
Professional things, an evaluation of proposed professional staff, the
Staff Client expects to finalize a Contract on the basis of the
professional staff named in the Proposal. Before contract
finalization, the Client shall require assurances that the
professional staff will actually be available. The Client
shall not consider substitutions during contract finalization
unless both parties agree that undue delay in the selection
process makes such substitution unavoidable or for
reasons such as death or medical incapacity. If this is not
the case and if it is established that professional staff were
offered in the proposal without confirming their
availability, the Firm may be disqualified on the grounds
of wilful misrepresentation. Any proposed substitute shall
have equivalent or better qualifications and experience
than the original candidate.

Signing of 6.5 Contract finalization will conclude with a review of the


Contract Contract to correct any computational and typographical
errors. The Client and the Firm will initial the agreed
Contract before proceeding to sign the Contract.

7. Award of 7.1 Once the Contract is awarded to the Consultant, the Client
Contract shall publish details on the websites of Planning &
Development Department and Punjab Procurement
Regulatory Authority, promptly notify all Firmswhich
submitted proposals, and return unopened Financial
Proposals to Firms that were disqualified or failed to
achieve the minimum technical score.
7.2 After award of Contract, the Consultant is expected to
commence the Assignment on the date and at the location
specified in the Data Sheet.
8. Confidentiality 8.1 Information relating to evaluation of Proposals and
recommendations concerning awards shall not be
disclosed to the Firms, which submitted the Proposals or
to other persons not officially concerned with the process,
until the publication of the award of Contract. The undue
use by any Firm of confidential information related to the
process may result in the rejection of its Proposal and may
be subject to the provisions of the Consultant Selection
Guidelines relating to fraud and corruption.

Section 2: Instructions to Firms 12/12


INSTRUCTIONS TO FIRMS
DATA SHEET

Paragraph
Reference

Name of the Client: Water & Sanitation Agency (WASA), Lahore


1.1 Development Authority (LDA), Government of Punjab

Method of selection: Quality and Cost Based Selection Method (QCBS)

1.2 Financial Proposal to be submitted together with Technical Proposal:


Yes √ No

Name of the assignment is: Consultancy Services for Preparation of


Master Plan for Water Supply, Sewerage and Drainage System for
Lahore.

1.3 A pre-proposal conference will be held: Yes √ No


on Friday the 18th August 2014 at 11.00am PSTin the Office of DMD(Engg)
WASA, Zahoor Elahi Road, Gulberg, Lahore.

Water & Sanitation Agency


Lahore Development Authority
Zahoor Elahi Road
Gulberg-II, Lahore, Pakistan

The Client’s representative is:


Mr. Aftab Ahmad
Dy. Managing Director (Engineering),
Water & Sanitation Agency
Lahore Development Authority
Zahoor Elahi Road
Gulberg-II, Lahore, Pakistan
E-mail: [email protected]
Phone: ++92 42 35750946, + +92 42 35757425
Facsimile:++ 92 42 35750946

1.4 The Client will provide at no cost to the Consultants assistance in obtaining
licenses and permits needed to carry out the services, and make available
relevant project data and reports.

1.6.1 (a) The Client envisages the need for continuity for downstream work:
Yes √ No

Section 2: Instructions to Firms – Data Sheet 1/1


1.12 Proposals must remain valid 90 days after the submission date, i.e. until: 8th
December – 2014.

2.1 Clarifications may be requested not later than 22nd August 2014.

The address for requesting clarifications is:


Water & Sanitation Agency
Lahore Development Authority
Zahoor Elahi Road
Gulberg-II, Lahore, Pakistan
E-mail: [email protected]
Phone: ++92 42 35750946, + +92 42 35757425
Facsimile:++ 92 42 35750946

3.3 (a) Shortlisted Firms may associate with other shortlisted Firms:
Yes No √

3.4 (a) Firms should submit details of 5 relevant assignments completed by them.

3.4 (f) CVs should contain details on 5 relevant assignments done by the individual
in the past.

Training is a specific component of this assignment: Yes No √

3.6 Applicable Reimbursable expenses in local currency

(1) cost of necessary travel, including transportation of the Personnel by the


private vehicle, bus or economy class by air and the most direct
practicable route;

(2) cost, rental and freight of any instruments or equipment required to be


provided by the Consultants for the purposes of the Services (if any);

3.7 Amounts payable by the Client to the Consultant under the Contract to be
subject to local taxation: Yes √ No

The Client will pay such taxes on behalf of the Consultant: [Yes] No

3.8 Firm to state Financial proposal in the national currency i.e. PKR: Yes √
No

4.3 Firm must submit the original and 2 copies of the Technical Proposal, and
the original of the Financial Proposal.

4.5 The Proposal submission address is:


Water & Sanitation Agency
Lahore Development Authority
Zahoor Elahi Road

Section 2: Instructions to Firms – Data Sheet 2/2


Gulberg-II, Lahore, Pakistan
E-mail: [email protected]
Phone: ++92 42 35750946, + +92 42 35757425
Facsimile:++ 92 42 35750946

Proposals must be submitted no later than the following date and time:
8th of September 2014 by 3:00 pm PST.

5.2 (a) Criteria, sub-criteria, and point system for the evaluation of Technical
Proposals are:
Points
(i) Company Profile: [100]
a) Number of 5 similar assignments [40]
b) Value of similar assignments [40]
c) Financial Capability [10]
d) Quality Management System (QMS)/Organization Structure [10]
___
Total = (A1)

(ii) Project Team: [100]

a) Team Leader 15
b) Water Supply Expert 10
c) Ground Water Expert 12
d) Ground Water Modeling Engineer 6
e) Surface Water Treatment Expert 4
f) Wastewater Expert 9
g) Drainage Expert 4
h) GIS Expert 6
i) Electrical Expert 2
j) Mechanical Expert 3
k) Structure Expert 4
l) Environmental Expert 3
m) Institutional Expert 4
n) Sociologist / Customer Services Expert 2
o) Financial Management Expert 8
p) Geo Technical Expert 3
q) SCADA Expert 3
r) Pumping Station Expert 2
TOTAL (A2) 100

The number of points to be assigned to each of the above positions or


disciplines shall be determined considering the following three sub-
criteria and relevant score:
1) Education and qualifications [25]
2) Relevant background [70]
3) Time with firm [5]
___
Total score: 100

Section 2: Instructions to Firms – Data Sheet 3/2


(ii) Approach & Methodology: [100]
a) Understanding & Innovativeness [40]
b) Methodology & Work Plan [60]
___
Total = (A3)

Technical Score* A1[20] + A2[60] + A3[20]


= 100 100 100

The minimum technical score St required to pass is: 65 Points

5.7 The formula for determining the financial scores is the following:

Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price


and F the price of the proposal under consideration.

The weights given to the Technical (T) and Financial Proposals (F) are:
T = 80 ,and
P = 20

6.1 Expected date and address for contract finalization: 1st October 2014

7.2 Expected date for commencement of consulting services


16th October 2014 at: Lahore

Section 2: Instructions to Firms – Data Sheet 4/3


Section 3: Technical Proposal - Standard Forms

Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be
submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and
number of pages recommended.

TECH-1 Technical Proposal Submission Form

TECH-2 Firm’s Organization and Experience


A Firm’s Organization
B Firm’s Experience

TECH-3 Comments or Suggestions on the Terms of Reference and on Counterpart Staff


and Facilities to be provided by the Client
A On the Terms of Reference
B On the Counterpart Staff and Facilities

TECH-4 Description of the Approach, Methodology and Work Plan for Performing the
Assignment

TECH-5 Team Composition and Task Assignments

TECH-6 Curriculum Vitae (CV) for Proposed Professional Staff

TECH-7 Staffing Schedule

TECH-8 Work Schedule

Section 3: Technical Proposal – Standard Forms 1/13


FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Sir,

We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our
Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal,
and a Financial Proposal sealed under a separate envelope1.

We are submitting our Proposal in association with: [Insert a list with full name and
address of each associated Firm]2

We hereby declare that all the information and statements made in this Proposal are
true and accept that any misinterpretation contained in it may lead to our disqualification.

If contract negotiations are held during the period of validity of the Proposal, i.e.,
before the date indicated in Paragraph Reference 1.12 of the Data Sheet, we undertake to
negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to
the modifications resulting from Contract negotiations.

We undertake, if our Proposal is accepted, to initiate the consulting services related


to the assignment not later than the date indicated in Paragraph Reference 7.2 of the Data
Sheet.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

Section 3: Technical Proposal – Standard Forms 2/13


FORM TECH-2 FIRM’S ORGANIZATION AND EXPERIENCE

A - Firm’s Organization

[Provide here a brief (two pages) description of the background and organization of your
firm/entity (including organogram) and each associate for this assignment.]

Firm Background:

Chief Executive Officer:

Chief Financial Officer:

Chief Technical Officer (or equivalent):

Section 3: Technical Proposal – Standard Forms 3/13


B - Firm’s Experience

[Using the format below, provide information on each assignment for which your firm, and
each associate for this assignment, was legally contracted as a corporate entity or as one
of the major companies within an association, for carrying out consulting services similar
to the ones requested under this Assignment. Use maximum 20 pages. Please provide
Client’s certification and/or evidence of the contract agreement.]

Assignment name: Value of the contract (in current PKR or US$):

Country: Duration of assignment (months):


Location within country:

Name of Client: Total No of staff-months (by your firm) on the


assignment:

Start date (month/year): Value of consultancy services provided by your firm


Completion date (month/year): under the contract (in current PKR or US$):

Name of associated Firms, if any: No of professional staff-months provided by associated


Firms:

Name of senior professional staff of your firm involved and functions performed (indicate most significant
profiles such as Project Director/Coordinator, Team Leader):

Narrative description of Project:

Description of actual services provided by your staff within the assignment:

Section 3: Technical Proposal – Standard Forms 4/13


FORM TECH-3 COMMENTS AND SUGGESTIONS ON THE TERMS OF
REFERENCE AND ON COUNTERPART STAFF AND FACILITIES TO BE PROVIDED
BY THE CLIENT

A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you
are proposing to improve performance in carrying out the assignment (such as deleting
some activity you consider unnecessary, or adding another, or proposing a different
phasing of the activities). Such suggestions should be concise and to the point, and
incorporated in your Proposal.]

Section 3: Technical Proposal – Standard Forms 5/13


B - On Counterpart Staff and Facilities

[Comment here on counterpart staff and facilities desired from the Client]

Section 3: Technical Proposal – Standard Forms 6/13


FORM TECH-4 DESCRIPTION OF APPROACH, METHODOLOGY AND
WORK PLAN FOR PERFORMING THE ASSIGNMENT

[Technical approach, methodology and work plan are key components of the Technical
Proposal. You are suggested to present your Technical Proposal (50 pages, inclusive of
charts and diagrams) divided into the following three chapters:

a) Technical Approach and Methodology,


b) Work Plan,
c) Organization & Staffing and
d) Presentation

a) Technical Approach and Methodology. In this chapter you should explain your
understanding of the objectives of the assignment, approach to the services, methodology
for carrying out the activities and obtaining the expected output, and the degree of detail of
such output. You should highlight the problems being addressed and their importance, and
explain the technical approach you would adopt to address them. You should also explain
the methodologies you propose to adopt and highlight the compatibility of those
methodologies with the proposed approach.

b) Work Plan. In this chapter you should propose the main activities of the
assignment, their content and duration, phasing and interrelations, milestones (including
interim approvals by the Client), and delivery dates of the reports. The proposed work plan
should be consistent with the technical approach and methodology, showing understanding
of the TOR and ability to translate them into a feasible working plan. A list of the final
documents, including reports, drawings, and tables to be delivered as final output, should
be included here. The work plan should be consistent with the Work Schedule of Form
TECH-8.

c) Organization and Staffing. In this chapter you should propose the structure and
composition of your team. You should list the main disciplines of the assignment, the key
expert responsible, and proposed technical and support staff.]

d) Presentation.

Section 3: Technical Proposal – Standard Forms 7/13


FORM TECH-5 TEAM COMPOSITION AND TASK ASSIGNMENTS

Professional Staff
Name of Staff CNIC No./Passport No. Firm Area of Expertise Position Assigned Task Assigned

Section 3: Technical Proposal – Standard Forms 8/13


FORM TECH-6 CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL
STAFF
1. Proposed Position [only one candidate shall be nominated for each position]:

2. Name of Firm [Insert name of firm proposing the staff]:

3. Name of Staff [Insert full name]:

4. Date of Birth: Nationality:

5. CNIC No (if Pakistani): or Passport No:

6. Education :

Degree Major/Minor Institution Date (MM/YYYY)

7. Membership of Professional Associations:

8. Other Training[Indicate significant training since degrees under 6 - Education were obtained]:

9. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:
______________________________________

10. Employment Record[Starting with present position, list in reverse order every employment held by
staff member since graduation, giving for each employment (see format here below): dates of employment,
name of employing organization, positions held.]:

Employer Position From (MM/YYYY) To (MM/YYYY)

Section 3: Technical Proposal – Standard Forms 9/13


11. Detailed Tasks Assigned

[List all tasks to be performed under this assignment]

12. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the assignments in which the staff has been involved, indicate the following information for
those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

1) Name of assignment or project:


Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:

2) Name of assignment or project:


Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:

Section 3: Technical Proposal – Standard Forms 10/13


3) Name of assignment or project:
Year:
Location:
Client:
Main project features:
Positions held:
Activities performed:

[Unroll the project details group and continue numbering (4, 5, …) as many times as is required]

13. Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly

describes my qualifications, my experience, and myself. I understand that any wilful

misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:
[Signature of staff member or authorized representative of the staff] Day/Month/Year

Full name of authorized representative:

Section 3: Technical Proposal – Standard Forms 11/13


FORMTECH-7STAFFING SCHEDULE1
Full time input
Part time input

Year: __________

2
Name of Staff Staff input (in the form of a bar chart) Total staff-month input

3
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec Home Field Total
Foreign
[Home]
1
[Field]

Subtotal
Local
[Home]
1
[Field]

Subtotal
Total

1 For Professional Staff the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.).
2 Months are counted from the start of the assignment. For each staff indicate separately staff input for home and fieldwork.
3 Fieldwork means work carried out at a place other than the Firm's home office.

Section 3: Technical Proposal – Standard Forms 12/13


FORMTECH-8WORK SCHEDULE

Year: __________
2
1 Months
N° Activity
Jan Feb Mar Apr May Jun Jul Aug Sep Oct Nov Dec
1
2
3
4
5

1 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as Client approvals.
For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.

Section 3: Technical Proposal – Standard Forms 13/13


Section 4: Financial Proposal - Standard Forms

[Comments in brackets [ ] provide guidance to the shortlisted Firms for the preparation
of their Financial Proposals; they should not appear on the Financial Proposals to be
submitted.]

Financial Proposal Standard Forms shall be used for the preparation of the Financial
Proposal according to the instructions provided under para. 3.6 of Section 2. Such Forms
are to be used whichever is the selection method indicated in para. 4 of the Letter of
Invitation.

FIN-1 Financial Proposal Submission Form

FIN-2 Summary of Costs

FIN-3 Breakdown of Costs by Activity

FIN-4 Breakdown of Remuneration

FIN-5 Reimbursable expenses

Section 4: Financial Proposal – Standard Forms 1/8


FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Sir,

We, the undersigned, offer to provide the consulting services for [Insert title of
assignment] in accordance with your Request for Proposal dated [Insert Date] and our
Technical Proposal. Our attached Financial Proposal is for the sum of [Insert amount(s) in
words and figures1]. This amount is inclusive of all the applicable taxes.

Our Financial Proposal shall be binding upon us up to expiration of the validity period
of the Proposal, i.e. before the date indicated in Paragraph Reference 1.12 of the Data Sheet.

No commissions or gratuities have been or are to be paid by us to agents relating to


this Proposal and Contract execution.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours sincerely,

Authorized Signature [In full and initials]:


Name and Title of Signatory:
Name of Firm:
Address:

Section 4: Financial Proposal – Standard Forms 2/8


FORM FIN-2 SUMMARY OF COSTS

Costs
Item
Pak Rupees

Total Costs of Financial Proposal 2

1 Indicate the total costs, including of local taxes, to be paid by the Client in local currency. Such total costs
must coincide with the sum of the relevant Subtotals indicated in all Forms FIN-3 provided with the
Proposal.

Section 4: Financial Proposal – Standard Forms 3/8


FORM FIN-3 BREAKDOWN OF COSTS BY ACTIVITY1

Group of Activities (Phase):2 Description:3

Costs
Cost component
Pak Rupees

Remuneration5
Reimbursable Expenses 5
Subtotals

1 Form FIN-3 shall be filled at least for the whole assignment. In case some of the
activities require different modes of billing and payment (e.g.: the assignment is
phased, and each phase has a different payment schedule), the Firm shall fill a
separate Form FIN-3 for each group of activities. The sum of the relevant
Subtotals of all Forms FIN-3 provided must coincide with the Total Costs of
Financial Proposal indicated in Form FIN-2.
2 Names of activities (phase) should be the same as, or correspond to the ones
indicated in the second column of Form TECH-8.
3 Short description of the activities whose cost breakdown is provided in this Form.
4 Indicate between brackets the name of the local currency.
5 Remuneration and Reimbursable Expenses must respectively coincide with
relevant Total Costs indicated in Forms FIN-4, and FIN-5.

Section 4: Financial Proposal – Standard Forms 4/8


FORM FIN-4 BREAKDOWN OF REMUNERATION1

Name2 Position3 Staff-month Rate4


Local Staff
[Home]
[Field]

Foreign Staff
[Home]
[Field]

1 Form FIN-4 shall be filled in for the same Professional and Support Staff listed in Form TECH-7.
2 Professional Staff should be indicated individually; Support Staff should be indicated per category (e.g.:
draftsmen, clerical staff).
3 Positions of the Professional Staff shall coincide with the ones indicated in Form TECH-5.
4 Indicate separately staff-month rate and currency for home and fieldwork

Section 4: Financial Proposal – Standard Forms 5/8


FORM FIN-5 BREAKDOWN OF REIMBURSABLE EXPENSES

N° Description1 Unit Unit Cost2


3
International flights Trip

Miscellaneous travel expenses Trip

Communication costs between [Insert


place] and [Insert place]

Drafting, reproduction of reports

Equipment, instruments, materials,


supplies, etc.

Shipment of personal effects Trip

Use of computers, software

Laboratory tests.

Sub-contracts

Local transportation costs

Office rent, clerical assistance

1 Delete items that are not applicable or add other items according to Paragraph Reference 3.6 of the Data Sheet.
2 Indicate unit cost and local currency.
3 Indicate route of each flight, and if the trip is one- or two-ways.

Section 4: Financial Proposal – Standard Forms 6/8


FORM FIN-6 – CONSULTANT’S REPRESENTATIONS REGARDING COSTS AND
CHARGES

A - Undertaking

Consulting Firm:
Assignment: Date:

We hereby confirm that:

(a) the basic salaries indicated in the attached table are taken from the firm’s payroll records
and reflect the current salaries of the staff members listed which have not been raised other than
within the normal annual salary increase policy as applied to all the firm’s staff;

(b) attached are true copies of the latest salary slips of the staff members listed;

(c) the away from headquarters allowances indicated below are those that the Firms have
agreed to pay for this assignment to the staff members listed;

(d) the factors listed in the attached table for social charges and overhead are based on the
firm’s average cost experiences for the latest three years as represented by the firm’s financial
statements; and

(e) said factors for overhead and social charges do not include any bonuses or other means
of profit-sharing.

[Name of Consulting Firm]

Signature of Authorized Representative Date

Name:

Title:

Section 4: Financial Proposal – Standard Forms 7/8


B – Firm’s Breakdown Regarding Costs and Charges

(Expressed in [PKR Local currency])

Personnel 1 2 3 4 5 6 7 8

Basic Salary per Away from Proposed Fixed Proposed Fixed


Social 2
Name Position Working 1 Overhead1 Subtotal Fee Headquarters Rate per Working Rate per Working
Charges 1
Month/Day/Year Allowance Month/Day/Hour Month/Day/Hour

Home Office

Field

1. Expressed as percentage of 1
2. Expressed as percentage of 4

Section 4: Financial Proposal – Standard Forms 8/8


SECTION 5: TERMS OF REFERENCE

Project: Preparation of Master Plan for Water Supply, Sewerage and Drainage
for Lahore

Contract: Consultancy Services for “Preparation of Master Plan for Water Supply,
Sewerage and Drainage for Lahore”.

Client: Water & Sanitation Agency (WASA), Lahore Development Authority

1 BACKGROUND INFORMATION
1.1 Beneficiary
All the inhabitants of Lahore District.

1.2 Contracting Authority


Water and Sanitation Agency (WASA), Lahore Development Authority (LDA)

1.3 Relevant Background


1.3.1 Project Description

Urbanization presents one of the key challenges and, at the same time, opportunities in
the new millennium. Urbanization is taking place at a rapid pace and is beyond the
effective control of most government across the world. The scale and complexity of
urban problems are increasing everywhere and out of those most challenging is to meet
the water and sanitation demands. All cities must plan ahead to enable a sustainable
future in the rapidly changing urban environment. Cities must review their strategic
plans to develop better economic, social and environmental future. Those cities that fail
to plan ahead and execute the plans will not be competitive in the globalized world.

In the same context, Water and Sanitation Agency (WASA), Lahore Development
Authority intends to hire consultants for preparation of Master Plan with 25-year
planning horizon and identification/prioritization of projects for provision of physical
infrastructure for water supply, sewerage, storm water drainage and waste water
treatment with detailed designing and costing for the Lahore District to meet the
present & future requirements for efficient and effective service delivery.

The consultant shall consider, as appropriate, alternative options and analyze these in
terms of their institutional, technical and financial merits.

1.3.2 Geographical Area to be Covered

Lahore is the capital of the province of Punjab and the second largest city of Pakistan.
Major portion of the city lies towards east and south of River Ravi, a tributary of

Section 5: Terms of Reference 1/1


mighty River Indus. The average elevation of the city is 700 ft. above mean sea level.
Lahore is situated on the flood plain of River Ravi which has a gradual slope towards
South West.

At the time of independence, Lahore had an estimated population of about 0.775


million. After independence in 1947, the growth of city further accelerated. Lahore
continued to grow and by 1998, Lahore was transferred into a metropolis city. The
current WASA Lahore service area is about 350 Sq. Km with an estimated population
of 6.152 million. However for the Master Planning purpose, whole of the district is the
study area.

1.4 Previous Master Plan and Studies Conducted


The consultants should study and review the previous Master Plan suggestions,
provisions and their implementation during 1975 to 2011, the physical targets
achieved, deviations from the plan, shortcomings and suggestion about works being
executed at present as briefly described below:

1.4.1 Master Plan for Water Supply, Sewerage & Drainage System of Lahore (1975)

Previous Master Plan for WASA Lahore was prepared in 1975 with World Bank
Assistance with 25-year planning horizon. Major interventions made under the
previous plan were:

a) Direct pumping through the network of main well centres along the River Ravi
Bed. Construction of Old Ravi, National Ravi, Bhogiwal, and Salamat Pura Well
Centres.
b) Water supply to the city through big feeder mains of Ductile Iron Pipes.
c) Provision of main sewerage pumping stations and trunk sewers
d) Laying of 12” to 32” dia Ductile Iron feeder mains from well centres to inside
city.
e) Construction of Disposal Stations at Mahmood Booti, Sadbagh, Khokhar Road,
Gulshan-e-Ravi, Farrukhabad, Multan Road and Main Outfall.

1.4.2 Sewerage and Drainage System for Central Lahore (2002)

Comprehensive engineering study for sewerage & drainage system of Central Lahore
was conducted with planning horizon upto year 2027.

1.4.3 Sewerage and Drainage System for South Lahore (2007)

Comprehensive engineering study for sewerage & drainage system of South Lahore
was conducted with planning horizon upto year 2057.

1.4.4 Sewerage and Drainage System for Southwest Lahore (2008)

Comprehensive engineering study for sewerage & drainage system of Southwest


Lahore was conducted with planning horizon up to year 2058.

Section 5: Terms of Reference 2/2


1.5 Current State of Affairs in the Relevant Sector

1.5.1 General

Master Plan for water, waste water and storm water drainage services was last prepared
by M/s Camp, Dresser & Mckee (CDM) in 1975. The city has since grown many times
in size and population. LDA now wants to assess not just the current situation but to
forecast future needs, which calls for exhaustive studies and planning on several counts
to make water supply, sewerage & storm water drainage system sustainable. It includes:

• To recycle the wastewater after its treatment and its use for arboricultural /
irrigation purposes.
• To use the rainwater for recharging the ground water.

Investment in the sector over many years has been at a level well below that needed for
sustainability and consequently the infrastructure cannot meet the standards needed to
achieve compliance with the environmental requirements. The standards of service
have declined to a point where a large proportion of the population receives water on an
intermittent basis and of a quality which is not up to the standards of potability.
Wastewater is discharged without licenses thus causing significant environmental risks.

1.5.2 Drinking water sector

Lahore District, its main 9 towns and surroundings areas are located over water aquifer.
The water supply in the city is purely based on the ground water. The water is
abstracted through a number of tubewells installed in all parts of the district which is
generally pumped directly into the distribution system. Due to ever increasing number
of tubewells, the water table is depleting rapidly. The organization and management of
the services lacks coherence, and investment has been far below the level needed both
for long term sustainability of the existing assets, and to bring the systems up to modern
standards in terms of water conveyance, storage, level of losses and treatment.

In addition to these general statements about the service, the other problems of the
water supply sector includes the following:
• Regulations are weak in terms of the definition of responsibilities and the
allocation of them.
• Monitoring, inspection and enforcement powers are also very weak.
• There is no clear separation of the regulatory functions and the service provision
functions after the devolution and 18th amendment.
• Water supply is on an intermittent basis.
• Study and review the existing levels of service
• The resource situation is not exactly known because there are no recent and
detailed hydrological and hydro-geological studies of sustainable yields.

Section 5: Terms of Reference 3/3


• Main traditional source is under increasing threat from saline intrusion (due to
over-pumping) and pollution (due to absence of sewerage and sewage treatment
over an unconfined aquifer, and the intensive use over many years of agro-
chemicals such as nitrogenous fertilizers and pesticides).
• The levels of non-revenue water are considerable, and the components (physical
leakage, technical and commercial losses) are not separately estimated
• There isn’t a clear policy on the allocation of water resources between the
competing needs for drinking water and those of irrigated agriculture.
• The pricing policy for the drinking water service is not sufficiently in line with
the scarcity of water. Tariffs are not explicitly set at cost recovery levels –
either to cover resource costs and operation and maintenance, or asset
depreciation and any investment financing charges.
• All water services are not metered, and there is no policy on periodic re-
calibration of meters. Bill collection rates are very poor. Continuation of the
services is dependent solely on central and local annual budgets.
• No records are kept of assets, their condition, book value or remaining service
life. No asset management (business) planning is carried out. Recent
investments in the sector have been mainly on pipe replacements.

1.5.3 Wastewater sector


Presently, no waste water treatment services exist and the raw waste water is directly
discharged into the River Ravi which creates environmental problems especially when
significant dilution is not available in the river. The sewerage service generally suffers from:
• Failure to keep up with the development of the district or because of piecemeal
extensions. The result is that capacity is inadequate in many places and leading
to overflowing on to the surface and hence drainage to low lying (ponded) areas
with resultant contamination of near surface groundwater
• No records are kept of assets, their condition, book value or remaining service
life. No asset management (business) planning is carried out. Recent
investments in the sector have been mainly on pipe replacements
• Lack of effluent standards and enforcement
• Poor maintenance of pumping stations – no preventive maintenance
• Combined systems of sewerage and storm water, which can’t cope with heavy
rainfall, which leads to surface flooding and ponding.
• Absence of any sewage treatment

1.5.4 Storm-water Sector

Storm water drainage has also become a major environmental concern particularly in urban
areas of the Lahore where mostly partially combined drainage/sewerage systems are in use.
The situation becomes worse in the monsoon which normally extends from July to
September. It is not only an issue for low lying areas but also for some developed localities.
The other related issues are:

Section 5: Terms of Reference 4/4


• Poor maintenance of pumping stations again leading to overflows and ponding
• Combined systems of sewerage and stormwater, which can’t cope with heavy
rainfall, which leads to surface flooding and ponding
• Dumping of Solid Waste into drains.

1.5.5 Waste Water Treatment Sector

A greater area of concern is the lack of waste water treatment which could not meet the
requirements of national Environmental Quality Standards. With very few exceptions the
problem of safe disposal of domestic and other industrial effluents has not been addressed.
The ground situation is that bulk of the waste water (domestic/industrial) is discharged
untreated into natural water bodies (streams, canals, rivers, seepage drains, and other
channels) and /or used for irrigation purposes.

2 OBJECTIVES
2.1 Overall objective

The overall objective of preparation of new Master Plan for water supply, sewerage & storm
water drainage of Lahore District is to improve Lahore’s water supply, sewerage, and
drainage services and enhance environment and public health. This broader goal will be
achieved through the following specific objectives and activities.

2.2 Specific objectives

• To review the legal and regulatory frame work and suggest improvements.
• To assess the existing and proposed institutional arrangements and human resource
requirements and to make recommendations for making the organization efficient and
self-sustaining.
• To assess the state of the physical infrastructure and make recommendations for
rehabilitation and expansion.
• To develop GIS based asset inventory on freshly acquired satellite imagery of at least
0.6 meter resolution along with thematic maps.
• To review tariff, introduce sound financial management practices and based on that
develop Financial MIS
• To prepare specific master plans for water supply, wastewater & its treatment and
storm-water and
• To develop implementation plan and phasing of measures

Section 5: Terms of Reference 5/5


3 SCOPE OF WORK
3.1 General

3.1.1 Project description

The consultant will be responsible for preparing comprehensive master plans for water, waste water &
its treatment and storm water drainage within the context of meeting the requirements of the
environment and public health. The consultant is to take into account the opinion of relevant
authorities and shall seek to reach agreement with them on the proposals. This means working closely
with all relevant stakeholders to ensure that all reports and plans reflect the needs and priorities of the
District. The consultant shall consider, as appropriate, alternative options and analyze these in terms
of their legal, institutional, technical and financial merits.

3.1.2 Geographical area to be covered

The whole of the Lahore District is to be included for the study.

3.2 Specific activities

The scope of consulting services to be rendered by the consultant would comprise (but not
limited to) the following Specific Activities:

• Review of the Master Plan(s) of LDA and WASA for Lahore and various studies
already undertaken for Lahore District.
• Review of Institutional and legal Framework in the context of Organizational setup of
WASA Lahore and propose new institutional arrangements for efficient service
provision in the context of new master plan.
• Description and inventory of existing water, wastewater and storm water drainage
systems.
• Preparation of GIS based maps for existing water supply, sewerage and drainage
services in multi-layer system for whole district.
• Diagnostic analysis & surveys, data collection and carrying out requisite studies
regarding water supply, sewerage & storm water drainage and waste water treatment
system for master planning horizon up to the year 2040.
• Population projections, service area projections, present and planned land use, water
demand projections and new source identification, and future sewerage & storm water
drainage demand; and waste water treatment requirement for Lahore District with
short, medium and long term goals, objectives, strategy and projects.
• Master Plan for Surface Water as alternative water source: Study & preparation of
master plan for alternative water source(s), all possible sites / locations of surface
water (BRB, Ravi Syphon & Marala etc.)
• Ground Water: Hydrological and hydro geological study for the whole District
regarding ground water aquifer which is being depleted rapidly due to over-
exploitation and reduction in recharge.
• Identification of areas of over-exploitation of ground water.
• Arsenic Contamination: Arsenic Contamination and identification of zones of
Arsenic contamination.

Section 5: Terms of Reference 6/6


• Water Supply Network: Zoning of water supply distribution areas. Evaluation of
NRW level for each zone. Pilot project for one water supply distribution zone.
• Comparative analysis of water supply distribution system through water storage
tanks Vs direct pumping:
• Engineering Design of sewerage system (left over areas / not covered in the studies
recently conducted) including North Lahore, North East & East (Upto BRB Canal),
Shahdara, South East, etc. and detailed design required in Phase-I or urgently
required.
• Preparation of proposal for integration of sanitation of non WASA areas like
Cantonment Boards, DHA, Railways, Model Town, Universities, Private Housing
Schemes etc.
• Alternative material for RCC pipes due to crown failure incidences in RCC pipes.
• Quantity of storm water likely to be generated in the planning horizon at different
stages of development with reference to 2 year & 5 years recurrence intervals.
• Study and evaluate the capacity of existing drains with reference to 2 year & 5 years
recurrence intervals.
• Comprehensive engineering proposal for separation of sewage from open / storm
water drains.
• Engineering Design of drainage system (left over areas / not covered in the studies
recently conducted) including North Lahore, North East & East (Upto BRB Canal),
Shahdara, South East, etc. and detailed design required in Phase-I or urgently
required.
• Design of primary secondary and tertiary drainage network alongwith identification of
new routes of primary drains in the city and in the district.
• Review of sites for waste water treatment plants proposed by M/s Balfour Maunsell
and not covered by M/s NESPAK under the current study. Study and identification of
new sites for WWTP in the remaining districts of Lahore.
• Engineering designing (and detailed design wherever urgently required / or required
in Phase-I) and costing of water supply, sewerage & storm water drainage and waste
water treatment projects for whole Lahore District and detailed design required in
Phase-I or urgently required.
• Engineering designing (and detailed design wherever urgently required / or required
in Phase-I) and costing for rehabilitation of existing water supply, sewerage & storm
water drainage infrastructure and detailed design required in Phase-I or urgently
required.
• Justification of selection of particular system improvement (based on needs, cost
effectiveness, constructability, reliability, operation, maintenance, etc).
• Maps showing improvement components and service areas.
• Master plans must include Short term Infrastructure Investment Programmes (SIPs)
and Long term Investment Programmes (LIPs).
• Prepare terms of reference for the preparation of priority investment projects.
• Prepare detailed sound financial practices strategies.
• Prepare detailed procurement strategies.
• Conduct Environmental impact assessments (EIAs).
• Prepare viable outsourcing proposals for operation & maintenance of tubewells,
disposal stations and revenue collection.
• Improvement in customer services including establishment of Centralized Customer
Center linked with Field Customer Centers. Conduction of exercise for Citizen Report
Card (CRC) and devise Citizen Feedback Mechanism.

Section 5: Terms of Reference 7/7


• Develop action plan for Master Plan implementation.

3.3 Scope of Work – Main elements


The following sections describe the specific activities to be undertaken by the consultant.

3.3.1 Review of Existing Documentation and Data to Develop Water, Sewerage and
Storm Water Drainage Profile of District Lahore

The consultant would analyze and assess the quality of existing documentation and data in
terms of its relevance to the current studies and identify data gaps to develop Water,
Sewerage and Storm Water Drainage Profile of District Lahore.

The consultant would also suggest how these gaps might be overcome and collection of
additional data that would be of benefit both to the present studies and subsequent studies that
will be needed to prepare the investment projects.

3.3.2 Assess the Existing Institutional Arrangements

The 1973 Constitution assigns responsibility for the sector to provinces and service provision
to local governments. The 18th Amendment (April 19, 2010) has resulted in fiscal,
administrative and functional decentralization of the sector to the province. Urban water
supply operations are managed by Tehsil Municipal Administrations (TMAs) for small and
medium sized towns and by Water and Sanitation Agencies (WASAs) in five large cities that
includes Lahore.

In rural areas, with the reinforcement of the Local Government Ordinance (LGO) of 2001
urban – rural divide has been abolished and as a consequence prescribed the dissolution of
rural water and sanitation institutions i.e. PHED at all levels.

The consultant would assess the effects of the decentralization process and bring clarity
among roles of differ departments involved in the sector through legal and regulatory
framework and how these agencies would interact with each other to improve over all
governance and administration.

3.3.3 Prepare a Study for Restructuring Water/Wastewater Service Provision


The consultant is to prepare a study for restructuring the organizations that provide water and
wastewater services. The study should consider and advise on inter alia:
• Governance arrangements
• Management and organizational structure
• Manning and resources
• Financial matters including budgets, accounts and funding as described at
Section 3.3.4
• Contractual arrangements with administrative departments
• Responsibility for capital investment

Section 5: Terms of Reference 8/8


3.3.4 Prepare Financial Management Plan

Financial Management Plan should cover the following areas:

I. Revenues/Resource mobilization
a) User fee and such other sources of income
b) Transfers, grants and loans
c) Collection mechanisms and gaps
d) Political economy of the subsidies
e) Recommendations

II. Expenditures
a) development schemes
b) operational expenditures
c) capital investments
d) utility bills
e) liabilities

III. Accounting and reporting


a) accounting systems
b) monitoring and reporting systems of finances
c) automation of the system and recommendations etc

IV. Budget
a) Budget formulation process
b) Estimates and allocations of past three years
c) Medium Term frameworks
d) Gaps
e) Recommendations

V. Financial Analysis
a) Complete Financial Analysis of each zone operating expenditures vs operating
income

3.3.5 Assess the state of water supply, water quality and wastewater infrastructure assets

The consultant will describe and assess the present water and wastewater systems throughout
the district. This is to be done with reference to all relevant directives and other legal
documents. For the water supply systems (including water quality) the assessment will
include:
• Water sources, water treatment plants, conveyance, pumping, storage and
distribution. Details to be shown on GIS based maps and presented schematically
• For the main components determine the capacity, condition and serviceability,
age, materials etc. so far as this can be deduced from existing data and from field
observations
• Identify bottlenecks, assess the level of leakage and the detection and repair policy
• From basic hydraulic modelling of the networks assess performance of the
systems in terms of existing and future levels of service

Section 5: Terms of Reference 9/9


• Water quality as delivered and investment needed to meet the requirements of the
drinking water directive
• Consumption per capita per day for different consumer groups
• Scope for reducing operational costs including those of labour, materials, energy
etc.
For the wastewater systems the assessment will include:
• Areas served by piped drainage systems whether separate or combined. Details to
be shown on GIS based maps and schematics
• Industrial areas discharging wastewater to sewerage systems, flows and loads and
describe any pre-treatment systems. Disposal systems used when there is no
connection to sewerage
• For the main components determine the capacity, condition and serviceability,
age, materials etc. so far as this can be deduced from existing data and from field
observations
• From basic hydraulic modelling of the networks assess performance of the
systems in terms of existing and future levels of service. Identify existing and
potential bottlenecks
• Analyze compliance with applicable water quality and effluent standards and
regulations. Describe the environmental impact of current systems of wastewater
disposal, including sludges and toxic wastes
3.3.6 Preparation of GIS Based Maps:
i) Preparation of GIS based maps for existing water supply, sewerage and
drainage services along with road network and important POIs in multi-layer
system for whole district.
ii) Consultants would also develop GIS Based Asset Management System for the
district and provide GIS based complete inventory of assets regarding water
supply, sewerage and storm water drainage system and infrastructure to the
scales as required by WASA. It would facilitate WASA-L in tracking of asset
at design, construction, repair, or replacement stages.
iii) GIS mapping of the existing water supply, sewerages and drainage
infrastructure of various private and public sector housing schemes including
areas served by other agencies like Railways, Cantonment Boards, DHA,
Model Town Society, other private housing schemes and villages covering the
whole District Lahore for purpose of their proper integration.
iv) Preparation of Contour Map (Contour interval 2 feet) for the Lahore District
(on scale 1:2000 for urban areas (530 Sq.Km) and 1:5000 for rural areas
(1070 Sq.Km).
v) Procure and process latest Satellite Imageries (Quick bird) for Base/GIS
mapping.
vi) GIS maps should be in such a way that zone or sub division may act as a
complete unit. Zone wise boundary may be marked on the plan.

3.3.7 Master Plan for Surface Water:


i) Study and evaluate the other potential water sources especially surface water
alongwith their technical, economic and financial comparison with suggestions for
their effective utilization for the district Lahore outside the project area of “Feasibility
Study for Surface Water Induction and Construction of Water Treatment Plan, Lahore
(PC-II) falling at ADP G.Sr.No.1357”.

Section 5: Terms of Reference 10/10


ii) Consultant would look into various options / sources with locations for induction of
surface water in water supply system for the district Lahore outside the project area of
“Feasibility Study for Surface Water Induction and Construction of Water Treatment
Plan, Lahore (PC-II) falling at ADP G.Sr.No.1357” and make recommendations for
the most viable proposal alongwith cost estimates. The consultant will carry out the
feasibility study regarding use of surface water with special reference to the spread
basin, study the water quality of surface water and examine the possibility of using
the surface water from sources like Lahore Branch Canal at Jallo, BRB Canal near
Ravi Siphon or Marala or installation of battery shallow pumps along the said sources.

iii) Storm and Rain Water Harvesting Pilot Project in various areas of the district Lahore
outside the project area of “Feasibility Study for Surface Water Induction and
Construction of Water Treatment Plan, Lahore (PC-II) falling at ADP G.Sr.No.1357”
including creation of storage capacities of raw water.

3.3.8 Ground Water:

Consultant would carry out hydrological and hydro geological study for the whole
District Lahore regarding ground water aquifer.
i) Consultant would carry out hydrological and hydro geological study for the whole
District Lahore regarding ground water aquifer which is being depleted rapidly due to
over-exploitation and reduction in recharge. The consultant will workout &
recommend safe sustainable yield of aquifer and submit detailed report alongwith
consideration and implication for sustainable water supply and ground water recharge
from the rain water/storm water for the study area (Lahore District) by considering
(but not limited to) the following parameters:
• Prevention: To prevent run off and pollution.
• Source Control: Control of run off for ground water recharge.
• Site Control: Management of storm water towards large soak away or
infiltration basin for the catchments.
• Management of runoff from several sites / areas.
ii) Consultants would also work out and recommend safe sustainable yield of aquifer for
the design of Water Supply system. The consultant will carry out:
o Identification of different strata(s) at different depth horizon (stratification)
upto the required depth. The change in lithology will exactly be marked
and will be presented in the form of lithological logs. The consultant will
study the water behavior in boreholes and carry out the exercise
throughout their period and prepare the guidelines for WASA staff to
continue the study in selected strata(s).

o Review geological, hydro-chemical data. The review should include


previous studies carried out so far.
o Make inventory of all the existing tubewells of WASA and other agencies
i.e. PHA, Pakistan Railways, MES, Cantonment Boards, DHA, Hospitals,
GORs, Government Buildings, PHED, TMAs & tubewells installed for
agriculture & industrial purposes, giving their discharge and water level
observations in order to assess the abstraction from the aquifer of Lahore
district and stress on the same. Inventory of tubewells operated by

Section 5: Terms of Reference 11/11


agencies other than WASA must include level of service delivery in terms
of both quality and quantity.

o On site hydro-chemical testing regarding pH, EC, Dissolved Oxygen etc.

o Prepare a ground water flow model and solute transport model for
forecasting the flow path, potential, sustainability from deep aquifer and
sites of new tubewells for safe and good quality large scale exploitation.
o Training of the Hydrology Directorate staff of WASA to run the ground
water flow and solute transport models in future including provision of
training materials.
o Analysis of strata samples and water samples with special reference to the
variation of arsenic.
o Analysis and examination of geological formation and water samples
collected from the bore holes for arsenic contamination under the
investigation phase.
o Determination of interaction / hydraulic linkage between fresh water and
arsenic contaminated water.

o Determination of interaction / hydraulic linkages between fresh water and


saline ground water from other sides like Kasur Raiwind, etc.
o Study on the sources and Arsenic contamination levels and requisite
mitigation measures to address water quality issues. Determination of
source of arsenic in different zones (aquifer system) with the help of
isotopic analysis and mobilization of arsenic in deep aquifer.
o Identification of arsenic affected areas by confirmative test.
o Assessment and identification of arsenic free areas for future exploitation
production wells.
o Determination of sustainability from deep aquifer in case of large scale
exploitation. It must incorporate expected draw down in case of:
• Current extraction rate.
• Expected extraction rate during the planning horizon.
• Improved ground water recharge.

o The quantification of surface run-off and pollution load besides


identification of impacts on receiving bodies.

o Zoning of Lahore District on the basis of quality, quantity of available


water, preparation of future plans, design criteria and standards on the
basis of zonal attributes.

iii) Consultant would professionally analyze the results of the hydro-geological & hydro-
chemical, studies to provide a conclusive assessment regarding sustainability and
arsenic free ground water availability. This is also required to assess the safe and
adequate supply of good quality potable water free of odour & taste to the inhabitants

Section 5: Terms of Reference 12/12


in the study area in planning horizon. The consultant shall analyze and write reports
on the following, however, the consultant may suggest / use other sound engineering
practices, techniques / equipments to achieve the desired results:

o Ground water flow model and solute transport model.

o Hydraulic and chemical characteristics of the aquifer of Lahore district.

o Water quality from test holes and its suitability for human beings.

o Consumption with special reference to the variation of arsenic.

o Source of arsenic contamination.

o Interaction between arsenic contaminated aquifer zones.

o Mobilization of arsenic in different zones / aquifer system.

o Assessment of potable water quality which may include but not limited to
the following:

• Inventory of water pints to demarcate polluted ground water zone


between Mehmood Booti and Babu Sabu on both sides of River
Ravi.

• Analysis of water sample from the River Ravi at different locations


to know the concentration of pollutants and heavy metals in the
water of the River Ravi, which is infiltrating into the aquifer of
Lahore.

• Drilling of required test bore holes in selected areas (not less


than 20), collection of water samples at specified depth horizon for
ascertaining water table/aquifer levels and water quality with
reference to taste, odour, and heavy metals including arsenic and
fluoride.

o Sustainability of the deep aquifer as a result of large scale exploitation.


o Based upon the results of the hydrological / hydro-geological study,
technical concepts shall be reviewed and recommendations be made of the
most economic alternatives in the development of water source, future
tubewell requirements, distribution and transmission system.

o Identify the different zones of fluoride contamination of ground water, its


affect on water abstraction and its vertical & lateral variations.

Prepare proposals with approved alternatives including design of new well centres, tubewells
and reservoirs etc.

iv) Identification of areas of over-exploitation of ground water.

Section 5: Terms of Reference 13/13


3.3.9 Comparative analysis of water supply distribution system through water storage
tanks Vs direct pumping:

 The original water supply system was based on supply through Overhead Reservoirs
(OHRs). During the implementation of World Bank Project the major part of the
capital investment was spent on sewerage disposal stations and construction of new
Reservoirs was proposed to be delayed upto 1980. With the passage of time the most
of the existing Reservoirs have outlived their lives and at present are not in use. The
present water supply is generally & mostly based on direct pumping of water by the
tubewells into the distribution system. The consultant will map and analyze the
present direct pumping system, examine its flaws, pros & cons with respect to
financial impact, water quality and pressure. The consultant will compare the present
system with the supply through Overhead Reservoirs (OHRs) and will prepare a
proposal for induction of Overhead Reservoirs in the system, if found feasible.
 While exploring the use of OHRs, study the use of existing OHRs (functional / non
functional) and location of new OHRs may be determined through the detailed
computer modeling of the distribution system considering the available water sources,
their location, pipe network and water demand etc.
 Study the shortcomings of distribution network through computer aided analysis and
prepare proposals for replacement of inadequate water lines, additional linking and
looping to improve the system for equitable/ balanced supply distribution to all
service areas.
Overdue study of the comparative analysis of water distribution system through water storage
tanks at water source / tubewell and water treatment plant (ground level and overhead
reservoirs) instead of direct pumping.

3.3.10 Water Supply Network:


Zoning of water supply distribution areas, evaluation of NRW level for each zone,
proposal for Pilot project for one water supply distribution zone. Each sub division
will be dealt as one zone with isolated water supply network.

i) Zoning of WASA Served areas into WASA Districts / Sub Districts with Isolated
Service Delivery Networks instead of Comprehensive Water Supply System as
per detailed requirements given in Section 3.3.10.1.

ii) Preparation of detailed engineering design/cost estimates for the whole district for
improvement of water supply system.

iii) Carryout network analysis and development of water supply computer model for
proposing implementable / feasible / operational sub division (zones) of Lahore
district for further examination. Each sub division / zone may be divided into
metered districts and sub districts.

 Each sub division / zone would comprise a number of District Management Areas
(DMAs) through which the supply of water, evaluation of losses and control on
unaccounted for water (UFW) would be managed. The DMAs should have a size
between 2000 to 5000 water connections, further divided into sub DMAs.

 Design each water district keeping in view the following parameters for each water
district:

Section 5: Terms of Reference 14/14


• Define the area and periphery of water districts.
• Define the O&M standards and procedures.
• Define the location of water district meters.
• Prepare functional and administrative scope for water districts working
and their interaction with WASA as a central command and control.

 The design of DMAs would include but not limited to:

• Proposal for existing OHRs in Lahore to make them functional and


usable in the planning horizon after studying and carrying out proper
tests to ensure their structural stability, proposal for new OHRs as per
design requirement, combination of OHRs with well centers and
isolated wells pumping into elevated storage feeding the distribution
system.

• Proposals for re-structuring the network of isolated DMAs which could


easily be manageable, operative and maintainable.

• Mapping of network for isolated DMAs on GIS including location of


flow and pressure equipments etc.

• Proposal for leak detection and management programme.

• Proposals for 100% consumer and bulk water metering.

The consultant will analyze the financial sustainability of each zone. They will
examine the water balance of each zone i.e. water production vs water consumption
and will suggest remedial measure to improve the situation. The consultant will
workout the cost of creation of zones along with detailed drawings for
implementation.

 Duration of Water Supply to the consumers: Consultant would be required to study


viability and chalk out detailed plan/ proposals to achieve internationally accepted
24/7 water supply service level alongwith detailed engineering design and cost
estimates for the city area in phases and the supply of water for fixed durations a day
in short term keeping in view the energy crisis and depleting water aquifer. He will
also give recommendations for both the systems.

 Study and prepare the proposal for Pilot Project for one of WASA Districts / Zone
with isolated water supply system with 100% metering at source and consumers level
with complete command and control of single authority for construction &
maintenance of the infrastructure for production of water, its supply and collection of
water and sanitation charges. Consultant will also describe the assessment and
complete methodology for preparation of proposal.

3.3.10.1 Zoning of Water Supply Distribution System:

WASA intends to split the entire water supply system into small, feasible,
isolated, manageable and sustainable units, which will be called “Zones”. Each zone will be

Section 5: Terms of Reference 15/15


fully administered by Sub Divisional Officer (SDO) who will be responsible for its operation
& maintenance. Activities in zones will also be looked after by concerned Executive
Engineer (XEN), Director (O&M) and Dy. Managing Director (O&M). Zoning of water
supply distribution system would be made keeping in view the following factors and
requirements:

i. Boundaries of each zone would be proposed / marked in such a way that each
zone would be isolated from the other zones easily and can perform its function
regarding water supply independently and in sustainable manner.

ii. Existing infrastructure of each zone will be recorded and marked on the plan.

iii. Workout the water requirement of each zone at different stages of development
upto the planning horizon. The upper limit of water requirements per person
would be 50gpcd (227-lpcd), which will be gradually reduced with efficient use of
water, metering practices and by adoption of reduction of Non Revenue Water
(NRW) strategies & practices.

iv. Workout the tubewells requirement of each zone keeping in view the discharge &
life of each tubewell and possibility of rehabilitation of bore during planning
horizon.

v. Workout the storage requirements (Overhead / Ground Reservoirs) of each zone.


The possibility of rehabilitation / reuse of existing reservoirs may also be
explored.

vi. Workout the metering requirement for each zone. This will include domestic,
commercial and Bulk Flow Meters (BFM). The existing meters and net
requirements may be recorded.

vii. Workout the lengths, sizes & material of each existing and proposed water supply
pipe. GIS based map may also be prepared showing proper scale, sizes and
material of each water supply pipe. The requirements for the replacement of
pipelines may be worked out and same may be shown on GIS based maps. The
consultant will prepare / chalk out, replacement of outlived water supply lines for
each zone to address the water quality issues or water borne diseases. (The
information collected / prepared will be used for the preparation of project
Gastroenteritis-III).

viii. Carry out water supply distribution system network analysis for each Zone.
Prepare proposal for replacement / augmentation of undersized lines and induction
of new lines as per results of water supply distribution network.

ix. Chalk out the complete and comprehensive plan for carrying out exercises for
Water Audit / Water Balance, Unaccounted for Water (UFW) & Non Revenue
Water (NRW), etc.

x. Water entering / leaving a zone from the other areas, if required, may be recorded
through installation of Bulk Flow Meters (BFM).

Section 5: Terms of Reference 16/16


3.3.11 Sewerage System:
i. Prepare comprehensive schemes for leftover areas not included in Central, South
West and South Districts (this may include but not limited to North Lahore, North
East & East (Upto BRB Canal), Shahdara, South East, etc.) in addition to the all
remaining areas of the district outside present WASA’s jurisdiction. This will also
include rehabilitation proposals of existing system, proposals of additional trunk
sewers, rehabilitation and augmentation of existing pumping stations and proposals
for additional pumping stations in the district. The sewerage deficient areas will be
critically examined. The proposals will include detailed engineering design and
estimates of all the schemes, including Bhogiwal pumping station and sewerage
scheme for areas on both sides of Lahore Branch Canal between BRB canal and
Harbanspura Bridge for elimination of sewage inlets in the canal.
ii. Proposals alongwith detailed engineering design / cost estimates for the remaining
whole district outside present WASA area.
iii. The proposals conceived for remaining District should be such that it can be
integrated in future, if required.
iv. Evaluate the use of RCC sewer pipes in the planning horizon after studying their on-
site conditions at different age stages, behavior of concrete against foul gases
especially to the upper half of sewer pipes. Provision of ventilating shafts for emission
of foul gases may be examined. Study other pipe materials and suggest their use for
future works with technical and financial comparison. Study the design of manholes,
other appurtenances and bedding materials under pipelines presently in vogue and
suggest changes and improvements.
v. Study and review the precast RCC pipes and cast in situ RCC conduit sewer laying
techniques presently in practice and recommend other sophisticated methods of
construction keeping in view the latest advancement and technology. Trench-less
technology may be examined for busy city areas.

3.3.12 Drainage System

i. Study and evaluate the capacity of existing drains viz-a-viz their design
capacities for 2-years and 5-years frequency storm. Special emphasis may be
given on right of ways (ROWs) on both sides of drains, encroachments and
existing drainage stations.

ii. Identify & study all the ponding areas, suggest the measures for their
elimination and include in the overall proposals. The consultant will prepare
comprehensive proposals for elimination or minimization of ponding time
after detailed engineering study for all ponding areas of the city.
iii. Study the use of off-line storage and seepage wells in formulation of new
drainage schemes. The possibility of underground storage tanks may be
examined especially for depression areas like Lakshmi etc.

iv. Study, review and evaluate merits/demerits of covering of storm water drains
in the present scenario with sewage inflows in drains and in the future scenario
after separation of the sewage. Maintenance difficulties with mechanical
means may be kept in view.

v. Study core issue of dumping solid waste / plastic bags in drains and suggest
remedial measures including fencing and plantation.

Section 5: Terms of Reference 17/17


vi. Study the existing drainage system regarding encroachments, reduction of
water ways and inadequate clearance for water passage underneath
bridges/culverts. Suggest and prepare the appropriate proposals to conduct the
future design flows effectively.

vii. Study sewage inflows in storm water drains, the effect on their performance
during conduction of storm flows, environmental problems with other related
issues and prepare proposals for complete separation of sewage from the
drains.

viii. Study and chalk out proposal for draining the flows of Cantonment Drain in
the river under gravity during high floods at some downstream location of the
river.

ix. Prepare proposals for primary, secondary and tertiary drainage network with
cost estimates capable of conducting designed storm water flows anticipated in
the planning horizon. This will include remodeling and rehabilitation of
existing drainage system to cope with the increased storm flows in the coming
times effectively and efficiently. This will also include provision of new
drainage stations, if required. Already prepared proposals in different districts
will be studied, integrated and made part of the overall plan.

x. Prepare the detailed engineering design for proposals of separation of sewage


from drains.

xi. Prepare proposals along with detailed engineering design/cost estimates for
the whole district.

3.3.13 Integration of WASA area with the Non-WASA areas:


Preparation of proposal for integration of sanitation of present non WASA areas like
Cantonment Boards, DHA, Railways, Model Town, Universities, Private Housing
Schemes, other towns, colonies, villages, etc.

3.3.14 Waste Water Treatment Plants:


Consultant will study and identify new sites for WWTP in the remaining district of
Lahore outside the project area of Ravi River Front.
i. Study and evaluate the waste water treatment needs of the area of the
remaining district of Lahore outside the project area of Ravi River Front in
different stages of planning horizon. Study the mixed domestic and industrial
waste water flows, their effects on the working and performance of proposed
treatment plants and suggestions for their separation. In case of non separation
of these flows, suggest the necessary modifications in design of treatment
plants.

ii. Study and review all the treatment methods and workout their technical and
financial comparisons, merits / demerits with environment problems and
sustainability with least O&M cost in the remaining district of Lahore outside

Section 5: Terms of Reference 18/18


the project area of Ravi River Front. Suggest means to attract financing for
construction of treatment plants and arrangement of recurring expenditures, as
there is no likelihood of generation of any revenue in this regard. Production
of electricity, fuel gases and bi-products such as fertilizers etc., may be
examined in order to meet O&M expenditures.

iii. Study the existing industrial areas in the remaining district of Lahore outside
the project area of Ravi River Front keeping in view the future industrial
growth, explore and prepare an action plan for industrial waste water disposal,
treatment and management.

iv. Detailed engineering design of identified waste water treatment plants


alongwith cost estimates required for the remaining district of Lahore outside
the project area of Ravi River Front

v. Study of the waste water discharges of industrial units and hospitals in the
remaining district of Lahore outside the project area of Ravi River Front (unit
wise breakup), status of their treatment plants and their untreated sewage
flows to WASAs System with necessary mitigation plans.

3.3.15 Operation & Maintenance of Water Supply, Sewerage & Storm Water Drainage
System:

i) Study and review the performance of existing Water Supply, Sewerage and
Storm Water Drainage System in the study area at micro level.

ii) Determine the future needs for betterment of operation & maintenance of
water supply, sewerage & storm water drainage system in the planning
horizon. Prepare proposals to ensure adequate operation and maintenance of
existing and proposed facilities.

iii) Suggest and develop a planned preventive maintenance programme for all
electrical, mechanical and other installations.

iv) Study and suggest a phased action plan for automization of tubewells, disposal
stations, drainage stations and other such installations in the planning horizon
alongwith cost estimates.

v) Evaluate the efficiency and skill level of existing O&M field staff and suggest
optional requirements of human resources and their training modules
alongwith tentative cost.

vi) Preparation of training materials for better operation & maintenance.

vii) After examining and reviewing the current operational and maintenance
practices in WASA, consultant will suggest improvements for betterment of
operation and maintenance through MIS facilities. Study and suggest the
introduction of telemetry & SCADA system in WASA O&M in phased
manner keeping in view the latest developments in IT field and to use it in

Section 5: Terms of Reference 19/19


Energy Audit of tubewells and sewerage and drainage pumping installations
alongwith cost estimates.

viii) Preparation of maintenance proposal including desilting of sewers and drains,


SOPs, mechanical & procedural improvements and other innovations to
minimize the man entry in sewers & manholes and to minimize the threat to
human lives.

3.3.16 Improvement in Customer’s Services:

i) Prepare work plan for WASA to run as a utility, with primary focus at
customer satisfaction, preparation of Citizen’s Charter for service delivery,
ii) Prepare design, drawings, cost estimates & working schedule of a centrally
located Customer Services Centre compatible to the customer services centre
of good water utilities in the region and in the world. The proposal should also
include the setup of One Window Operation System.

iii) Linkage of centrally located customer centre with all field complaint centers.

iv) The proposal should contain the improvement in the service delivery level for
satisfaction of Government, customers and other stake holders.

v) Prepare the comprehensive proposal for establishing the citizen feedback


mechanism. This may include but not limited to:

• Instituting periodic consumer surveys using tolls like citizen report cards
and citizen score cards; induction of complaint boxes at Head Office,
Directorate and Division level.
• Establishing call centers for feedback;
• Establishing website for online citizen feedback;

vi) Explore the possibility of free basic water for poor people to be covered with
multiple levels of service & Tariff or through subsidy from the Government of
Punjab.

vii) Prepare the proposal for mechanism of access to information and public record
by the customers. This may also include provision of requisite information to
public if not restricted under the prevalent law. Standard forms may be
developed which may include payment/fees, as may be levied from time to
time. Time frame for each type of application may also be prescribed. Cost
may be worked out alongwith implementable plan.

3.3.17 Prepare water, wastewater and storm water drainage Master Plans including short
term infrastructure investment programmes (SIPs) and long term investment
programmes (LIPs)

The demand for water should be assessed on a component basis to 2040. The components are
to include the drinking water (piped water supplies), industrial demand, commercial business
demand and irrigation demand placed on those sources currently used conjunctively for

Section 5: Terms of Reference 20/20


drinking water. The assumptions made are to be clearly explained and high, median and low
demand estimates prepared for each component. Consideration is to be given to demand
management measures such as stepped tariffs and leakage reduction strategies.

The consultant will concentrate on an assessment of the investments needed to achieve


compliance with the existing rules, regulations and directives regarding drinking water, waste
water treatment and the levels of service (frequency of supply, flooding incidences from
sewers etc.) set by the administration for a time horizon of 25 years for LIPs.

Investments are to be prioritized and costed. The most urgent needs should be included in the
SIPs with a time horizon of 5 years. Investments are to be prioritized using an approach
which considers all key issues such as urgency of need, cost effectiveness, health and
environmental benefits etc.

Further, the consultant is to prepare a master plan for the storm-water drainage for 1) the
urban areas 2) for the entire district. The consultant will identify low lying ponding areas and
shall also assess possibility of reuse of the storm-water and will provide alternatives for reuse
and or disposal.

The consultant would submit complete engineering design drawings and their costing for all
the rehabilitation works of existing infrastructure, new SIPs/ LIPs projects and their
components mentioned in the Master Plan.

3.3.18 Environmental Impact Assessment (EIAs)

The consultant will determine whether there is a requirement for EIAs for any or all of the
investment projects. Where this requirement exists, the consultant will undertake EIA
studies.

3.3.19 Outsourcing of Functions:

Prepare viable outsourcing proposals for operation & maintenance of tubewells, disposal
stations and revenue collection.

3.3.20 Advise on Implementation and Procurement Strategies

As an integral part of the work to develop an affordable investment programme, the


consultant shall prepare an implementation plan and a procurement strategy for the
investment measures and their supervision accordance to applicable laws and existing legal
framework.

3.3.21 Terms of Reference for the Preparation of Priority Investment Projects

The consultant is to prepare terms of reference for preparation of the priority investment
projects in the SIPs and LIPs. The preparation of those projects will include inter alia the
collection of additional data (if needed), designs, drawings and specifications, EIAs, bills of
quantities, financial appraisals and tender dossiers including conditions of contract etc.

Section 5: Terms of Reference 21/21


3.4 Communication & Consultation Plan
The water, waste water & its treatment and storm water drainage Master Plan needs to be
well communicated to all stakeholders for their ownership as well as successful
implementation. The consultants are therefore required to prepare a comprehensive
communication plan. The consultants are required to have extensive stakeholder’s
consultations before and during preparations of the Master Plan. The stakeholders include but
not limited to government officials, elected representatives, professionals, practitioners, civil
society members, builders & developers, academia, students and citizens of Lahore Region.

i. The consultants are required to carry out at least the following consultative
sessions:

Name of Workshop No. of Workshops


Inception Workshop 01
Consultation Workshops on: 08
• Finalization of District’s Profile 01
• SWOT Analysis 02
• Finalization of Assessment Report 02
• Draft Master Plan 02
• Finalization of Master Plan 01

ii. The consultants will be required to include wide dissemination of findings and
recommendations from time to time during plan preparation in their
communication plan.

4 LOGISTICS AND TIMING

4.1 Project location


The study areas comprises of Lahore District as a whole. The consultant shall make his own
arrangements in terms of arranging offices and equipment including computers, printers,
photocopiers etc.

The relevant departments of the administration, municipalities, district offices and their water
and wastewater departments will provide assistance to the consultant throughout the
assignment in respect of data collection; however the consultant shall provide all necessary
office equipment and supplies and arrange for any translation of documents.

4.2 Commencement date and period of execution


1. Commencement date* Oct-2014
2. Completion period* 12-months from the date of commencement.
Within one month of signature of the contract, the consultant will mobilize and start work.
*Actual dates to be agreed at time of contract signature.

Section 5: Terms of Reference 22/22


INDICATIVE TIME FRAME

Indicative timeframe for services to be provided by the consultants:

Sr. No. Scope of Services Time


1. Inception report 1/2 Months
2. Water, Sewerage and Storm Water Drainage and 2-1/2 Months
Ground Water Profile of District Lahore (including
all data collected and analyses in soft format). This
includes maps and drawings mentioned at Sr.No.3
& 4 of Article 6.2 (Reports)
Sectoral Assessment Report (Water, Sewerage,
Drainage, Institutional Arrangement, Organizational
Structure, Legal and Regulatory Framework,
Financial Management etc.)
3. Draft Water, Sewerage, Storm Water Drainage, 3 Months
Ground Water Management Master Plan & Priority
Investment Projects along with supporting maps and
drawings. This includes updated WASA Design
Criteria.
4. a) Environmental Impact Assessment 2 Month
b) Implementation and Procurement Framework/
Strategies
c) Monitoring and Evaluation Framework
d) Communication Plan, Consultation Plan &
Workshops Report
5. Final Water, Sewerage, Storm Water Drainage, 3-1/2 Months
Ground Water Management Master Plan 2040 for
District Lahore including maps of existing and
proposed Infrastructure, Architectural &
Engineering Design as per Sr.No.14, 15 & 16 of
Article No.6.2 (Reports)
6. Cost Estimates, Drawings and Executive Summary. 1/2 Month
Note:

a) Total time period to complete the job for the assignment is 12 months.

b) Time of approval of the documents shall not be included in the above time schedule.

c) Approved TORs shall be an integral part of the contract agreement to be executed


between the client and the Bidder.

5 CONSULTANT’S EXPERTISE
5.1 General

5.2 Personnel

Section 5: Terms of Reference 23/23


5.2.1 Key experts

Key experts are individuals that have a crucial role in implementing the contract. The key
experts required for this project are:
• Team leader / Project Manager
• Water Supply Expert
• Ground Water Expert
• Surface Water Treatment Expert
• Wastewater Expert
• Drainage Expert
• GIS Expert
• Electrical Expert
• Mechanical Expert
• Structure Expert
• Environmental Expert
• Sociologist / Customer Services Expert
• Institutional Expert
• Financial Management Expert

Details of the requirements and the indicative inputs of the key experts are set out in the
following table and the consultant is to include a full CV of his nomination for each position,
with his proposal.

Key Position Experience (indicative)


Team Leader At least 15 years of experience
Water Supply Expert At least 15 years of experience
Ground Water Expert At least 15 years of experience
Surface Water Treatment Expert At least 15 years of experience
Wastewater Expert At least 15 years of experience
Drainage Expert At least 15 years of experience
GIS Expert At least 15 years of experience
Electrical Expert At least 15 years of experience
Mechanical Expert At least 15 years of experience
Structure Expert At least 15 years of experience
Environmental Expert At least 15 years of experience
Institutional Expert At least 15 years of experience
Sociologist / Customer Services At least 15 years of experience
Expert
Financial Management Expert At least 15 years of experience

5.2.2 Short Term Experts

The following expertise is to be provided by short term experts (7 to 10 years experience)


unless the nominated long term experts can demonstrate that they have this expertise:

• Drinking Water Quality and Treatment


• Wastewater Treatment

Section 5: Terms of Reference 24/24


• Civil Engineering – pipelines and structures
• Mechanical Engineering – waste water treatment
• Geotechnical Engineering
• Environment Expert
• Urban Planning
• Information Management System
• Financial Management
• Human Resource
• Monitoring and Evaluation
• Communication
• Environmental/EIA
• Hydraulics
• Financial and Economics
• Contracts and Procurement
• Operation & Management

6 REPORTS
6.1 Reporting Requirements
The consultant shall prepare the reports detailed in the following sections. They will be
prepared in both hard copy and electronic formats.

The reports are to be submitted to the contracting authority (WASA-LDA) only and not
distributed to other parties. Language of the reports is English.

6.2 Reports to be submitted (deliverables)


The consultant will describe the situation as found at the start of the assignment, discuss key
issues and suggest any revisions to the approach presented in his proposal including the
schedule of tasks and programme.

The final report should be submitted two weeks before the completion date. It should
describe the activities carried out under the assignment and the extent to which the consultant
has delivered the expected results. It will identify further TA needs to carry the priority
projects forward to implementation.

Sr. Scope of Services No. of copies / Deliverables


No.
1. Inception report 20 Hard Copies + 10 Sets of CDs.
2. (A) Water, Sewerage, Storm Water Drainage and 10 Hard Copies + 10 Sets of CDs.
Ground Water Profile of District Lahore (including all
data collected and analyses in soft format)
(B) Sectoral Assessment Report (Water, Sewerage, 10 Hard Copies + 10 Sets of CDs.

Section 5: Terms of Reference 25/25


Sr. Scope of Services No. of copies / Deliverables
No.
Drainage, Ground Water, Institutional Arrangement,
Organizational Structure, Legal and Regulatory
Framework, Financial Management etc.)
• Institutional & Organizational
• Legal & Regulatory Guidelines.
• Financial Management.
3. Maps of Lahore District (Base Map-along with GIS 10 Hard Copies + 10 Sets of CDs.
vector and raster data base) @ scale of 1:10,000 &
1:2400 including Plan on A0 size. Contour Map at 2-
feet contour interval with scale 1:2000 for Urban areas
and 1:5000 for Rural areas.
4. Engineering Drawings (along with AutoCAD files) of 10 Hard Copies + 10 Sets of CDs.
Existing Infrastructure @ scale of 1:10,000 & 1:2400
including one sheet each on A0 size for complete
existing water supply, sewerage and storm water
drainage system. (Separate sheets for City area and
District Area alongwith Index Sheets)
5. Updated WASA Design Criteria 50 Hard Copies + 10 Sets of CDs.
6. Preliminary Design Report and Draft Water, Sewerage
Storm Water Drainage, Ground Water Master Plan & 10 Hard Copies + 10 Sets of CDs.
Priority Investment Projects along with supporting
maps and drawings (This includes the zoning of water
supply distribution system)
7. Environmental Impact Assessment 10 Hard Copies + 10 Sets of CDs.
8. Implementation and Procurement Framework/ 10 Hard Copies + 10 Sets of CDs.
Strategies
9. Monitoring and Evaluation Framework 10 Hard Copies + 10 Sets of CDs.
10. Communication Plan & Workshops Report 10 Hard Copies + 10 Sets of CDs.
11. Consultation / Workshop Report 10 Hard Copies + 10 Sets of CDs.
12. Final Water, Sewerage Storm Water Drainage and 10 Hard Copies + 10 Sets of CDs.
Ground Water Master Plan 2040 for District Lahore
13. Map for existing & proposed Infrastructure (along with 20 Hard Copies + 10 Sets of CDs.
GIS vector and raster data base) of District Lahore @
scale of 1:10,000 & 1:2400 including one sheet each
on A0 size for complete existing & proposed water
supply, sewerage and storm water drainage system.
(Separate sheets for City area and District Area
alongwith Index Sheets.)
14. Architectural & Engineering Drawings (along with 20 Hard Copies + 10 Sets of CDs.
AutoCAD files) of Proposed Infrastructure suggested
for rehabilitated or new construction respectively.
Index Sheet may be added.
15. All collected processed and unprocessed data (along 05 Sets of CDs / DVDs.
with GIS vector and raster database) and analysis
models in CDs / DVDs
16. Executive Summary 100 Hard Copies + 10 Sets of CDs.
Ownership: All data, models, softwares, soft & hard files of all design, supporting data
and documents etc. which were used for this study will be handed over to
WASA.

Section 5: Terms of Reference 26/26


7 MEETINGS

7.1 General

For the success of the project it is important that the stakeholders are closely involved in the
progress of the study and the development of proposals. Therefore, throughout the
assignment the team leader and other experts should be available for meetings called by the
contracting authority and for ad-hoc telephone consultations on any matter concerning the
contract.

7.2 Presentation of Master Plans

The consultant is to prepare a formal presentation on the results of assignment. This should
be based on the draft final reports. The audience for the presentation will be decided by the
contracting authority and may include funding agencies and the press.

8 MONITORING AND EVALUATION

8.1 Definition of indicators


The primary indicator used for monitoring the project will be progress achieved against the
programme prepared by the consultant in his proposal and as modified (if at all) in contract
negotiations.

Secondary indicators will be the timely submission of the required outputs of an acceptable
quality standard and the minutes of progress meetings.

8.2 Special requirements


The scope of work may be increased and the associated budget as well, at the request of the
contracting authority. In such a case a contract addendum, justifying the change in scope will
be issued.

9 BIDDING
Selection of consulting firm will be carried out using “One Stage - Two Envelope
Bidding Procedure” as per Consultants Selection Guidelines of the Planning &
Development Department, GoPb.

Section 5: Terms of Reference 27/27


10 GENERAL CONDITIONS
i. Selection of consultant would be through transparent and international
competitive bidding under Consultants Selection Guidelines (Article 2.5.1) of
P&D Department, Government of the Punjab. International / foreign consultant
would, however, be required to associate local consultant or form a consortia as
per instructions / guidelines of Federal Government for capacity building of the
local expertise and vice versa (local firm’s association / consortium with
international consultant). In case if the Local consultant has the leading role then
they would, however, be required to associate International / foreign consultant or
form a consortium as per the instructions / guidelines of Federal Government for
capacity building of the local expertise and vice versa (local firm’s association /
consortia with international consultant).

ii. The time period for the completion of the study shall be 18 months from signing
the contract.

iii. All documents shall be prepared in English and submitted on electronic media as
Adobe PDF files.

iv. All documents produced / software used in the consultancy service shall be the
property of the LDA and Consultant shall not use for any other purpose without
the permission of the DG LDA.

v. All Engineering Drawing and Maps shall be submitted in hard and soft formats
(compatible with AutoCAD and ESRI’s ArcGIS respectively)

vi. The Consultants may be required to perform any other services deemed necessary
by the Client during the execution of this Contract towards the achievement of
general objectives as given above.

vii. The consultant will be required to work in close coordination with the LDA &
other Government Department / Agencies.

viii. The Consultant will be required to hold extensive consultations and presentations
with the stakeholders.

Section 5: Terms of Reference 28/28


Standard Form of
Contract– Lump-Sum
Payments

Section 5: Terms of Reference 1/1


CONTRACT FOR CONSULTANCY SERVICES

between

WATER AND SANITATION AGENCY


LAHORE DEVELOPMENT AUTHORITY
_________________________________________________

and

____________________________________________________
(NAME OF THE CONSULTANTS)

for

“Preparation of Master Plan for Water Supply, Sewerage and Drainage


for Lahore”

_______________________
Date Month and Year

Section 5: Terms of Reference 2/2


TABLE OF CONTENTS

Page No.
1. FORM OF CONTRACT 1
II. GENERAL CONDITIONS OF CONTRACT 3
1. GENERAL PROVISIONS 3
1.1 Definitions 3
1.2 Law Governing the Contract 4
1.3 Language 4
1.4 Notices 4
1.5 Location 4
1.6 Authorized Representatives 4
1.7 Taxes and Duties 5
1.8 Leader of Joint Venture 5
2. COMMENCEMENT, COMPLETION, MODIFICATION,
AND TERMINATION OF CONTRACT 5
2.1 Effectiveness of Contract 5
2.2 Termination of Contract for Failure to Become Effective 5
2.3 Commencement of Services 5
2.4 Expiration of Contract 5
2.5 Modification 6
2.6 Extension of Time for Completion 6
2.7 Force Majeure 6
2.7.1 Definition 6
2.7.2 No Breach of Contract 7
2.7.3 Extension of Time 7
2.7.4 Payments 7
2.8 Suspension of Payments by the Client 7
2.9 Termination 7
2.9.1 By the Client 7
2.9.2 By the Consultants 8
2.9.3 Cessation of Services 9
2.9.4 Payment upon Termination 9
2.9.5 Disputes about Events of Termination 9

3. OBLIGATIONS OF THE CONSULTANTS 9


3.1 General 9
3.2 Consultants Not to Benefit from Commissions, Discounts, etc. 10
3.3 Confidentiality 10
3.4 Liability of the Consultants 10
3.5 Other Insurance to be taken out by the Consultants 11
3.6 Consultants' Actions Requiring Client's Prior Approval 11
3.7 Reporting Obligations 11
3.8 Documents Prepared by the Consultants to be the Property
of the Client 11
3.9 Equipment and Materials Furnished by the Client 12
3.10 Accounting, Inspection and Auditing 12

Section 5: Terms of Reference 3/3


4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS 12
4.1 Description of Personnel 12
4.2 Removal and/or Replacement of Personnel 12

5. OBLIGATIONS OF THE CLIENT 13


5.1 Assistance, Coordination and Approvals 13
5.1.1 Assistance 13
5.1.2 Co-ordination 13
5.1.3 Approvals 14
5.2 Access to Land 14
5.3 Change in the Applicable Law 14
5.4 Services and Facilities 14
5.5 Payments 14

6. PAYMENTS TO THE CONSULTANTS 15


6.1 Lump Sum Remuneration 15
6.2 Contract Price 15
6.3 Terms and Conditions of Payment 15
6.4 Period of Payment 15
6.5 Delayed Payments 15
6.6 Additional Services 16
6.7 Consultants' Entitlement to Suspend Services 16
7. SETTLEMENT OF DISPUTES 16

7.1 Amicable Settlement 16


7.2 Dispute Settlement 17
8. INTEGRITY PACT 17

III. SPECIAL CONDITIONS OF CONTRACT 18


[Details to be finalised by the users]
IV APPENDICES 24
Appendix A-Description of the Services 25
Appendix B-Reporting Requirements 26
Appendix C-Key Personnel and Subconsultants 27
Appendix D-Breakdown of Contract Price in Foreign Currency(Not Used) 28
Appendix E-Breakdown of Contract Price in Local Currency 29
Appendix F-Services and Facilities to be Provided by the Client 30
Appendix G-Integrity Pact 31

V ALTRNATE TITLE PAGE IN CASE OF JV 33


ALTERNATE FORM OF CONTRACT IN CASE OF JV 34

LIST OF PEC CONTRACT DOCUMENTS 37

Section 5: Terms of Reference 4/4


FORM OF CONTRACT

[Notes: 1. Use this Form of Contract when the Consultants perform Services as Sole
Consultants.

2. In case the Consultants perform Services as a Member of the joint venture,


use the Form included at the end.

3. All notes should be deleted in the final text.]

This CONTRACT (hereinafter called the "Contract") is made on the __ day of __ month)of
___ (year), between, on the one hand ______________________________
(hereinafter called the "Client" which expression shall include the successors, legal
representatives and permitted assigns) and, on the other hand,
__________________________________________________________________
(hereinafter called the "Consultants" which expression shall include the successors, legal
representatives and permitted assigns).

WHEREAS

(a) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract (hereinafter
called the "Services"); and

(b) the Consultants, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the Parties hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of
this Contract:

(a) the General Conditions of Contract;


(b) the Special Conditions of Contract;
(c) the following Appendices:

[Note: If any of these Appendices are not used, the words "Not Used" should
be inserted below/next to the title of the Appendix and on the sheet attached
hereto carrying the title of that Appendix.]

Appendix A : Description of the Services


Appendix B : Reporting Requirements
Appendix C : Key Personnel and Sub consultants
Appendix D : Breakdown of Contract Price in Foreign Currency(Not Used)
Appendix E : Breakdown of Contract Price in Local Currency
Appendix F : Services & Facilities to be Provided by the Client

Section 5: Terms of Reference 5/5


Appendix G: Integrity Pact (for Services above Rs. 10 million)
2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract, in particular:

(a) the Consultants shall carry out the Services in accordance with the provisions
of the Contract; and

(b) the Client shall make payments to the Consultants in accordance with the
provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names in two identical counterparts, each of which shall be deemed as the original,
as of the day, month and year first above written.

For and on behalf of

_________________________

Witness (CLIENT)

Signatures___________________ Signatures ________________

Name ______________________ Name ____________________

Title ________________________ Title _____________________

(Seal)

For and on behalf of

_________________________

Witness (CONSULTANTS)

Signatures___________________ Signatures ________________

Name ______________________ Name ____________________

Title _______________________ Title _____________________

(Seal)

Section 5: Terms of Reference 6/6


II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:

(a) "Applicable Law" means the laws and any other instruments having the force
of law in the Islamic Republic of Pakistan, as those may be issued and in force
from time to time;

(b) "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract (GC) are attached, together with all the documents
listed in Clause 1 of such signed Contract;

(c) "Contract Price" means the price to be paid for the performance of the
Services, in accordance with Clause 6;

(d) "Effective Date" means the date on which this Contract comes into force and
effect pursuant to Sub-Clause 2.1;

(e) "GC" means these General Conditions of Contract;

(f) "Government" means the Government of the Islamic Republic of Pakistan


and/or Provincial Government(s);

(g) "Foreign Currency" means currency other than the currency of Islamic
Republic of Pakistan.;

(h) "Local Currency" means the currency of the Islamic Republic of Pakistan;

(i) "Member" in case the Consultants consist of a joint venture of more than one
entity, means any of the entities, and "Members" means all of these entities;

(j) "Party" means the Client or the Consultants, as the case may be, and "Parties"
means both of them;

(k) "Personnel" means persons hired by the Consultants or by any Sub-Consultant


as employees and assigned to the performance of the Services or any part
thereof;

(l) "SC" means the Special Conditions of Contract by which the GC are amended
or supplemented;

Section 5: Terms of Reference 7/7


(m) "Services" means the work to be performed by the Consultants pursuant to
this Contract, as described in Appendix A;

(n) "Sub-Consultant" means any entity to which the Consultants subcontract any
part of the Services in accordance with the provisions of Sub-Clause 3.6;

(o) "Third Party" means any person or entity other than the Client, the
Consultants or a Sub-Consultant; and

(p) "Project" means the work specified in SC for which consultancy services are
desired.

1.2 Law Governing the Contract

This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law of Pakistan.

1.3 Language

This Contract has been executed in the English language which shall be the binding
and controlling language for all matters relating to the meaning or interpretation of
this Contract. All the reports and communications shall be in the English language.

1.4 Notices

Any notice, request, or consent made pursuant to this Contract shall be in writing and
shall be deemed to have been made when delivered in person to an Authorized
Representative of the Party to whom the communication is addressed, or when sent
by registered mail, telex, or facsimile to such Party at the address of the Authorized
Representatives specified under Sub-Clause SC 1.6. A Party may change its address
for notice hereunder by giving the other Party notice of such change.

1.5 Location

The Services shall be performed at such locations as are specified in Appendix A and,
where the location of a particular task is not so specified, at such locations as
mutually agreed by the Parties.

1.6 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted
to be executed, under this Contract by the Client or the Consultants shall be taken or
executed by the Authorized Representatives specified in the SC.

1.7 Taxes and Duties

Unless specified in the SC, the Consultants, Sub-Consultants, and their Personnel
shall pay such taxes, duties, fees, and other impositions as may be levied under the

Section 5: Terms of Reference 8/8


Applicable Law of Pakistan, the amount of which is deemed to have been included in
the Contract Price.

1.8 Leader of Joint Venture

In case the Consultants consist of a joint venture of more than one entity, the
Consultants shall be jointly and severally bound to the Client for fulfillment of the
terms of the Contract and designate the Member named in the SC to act as leader of
the Joint Venture, for the purpose of receiving instructions from the Client.

2. COMMENCEMENT, COMPLETION, MODIFICATION,


AND TERMINATION OF CONTRACT

2.1 Effectiveness of Contract

This Contract shall come into force and effect on the date (the "Effective Date") of
the Client's notice to the Consultants instructing the Consultants to begin carrying out
the Services. This notice shall confirm that the effectiveness conditions, if any, listed
in the SC have been met.

2.2 Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date of the
Contract signed by the Parties as shall be specified in the SC, either Party may, by
not less than twenty eight (28) days written notice to the other Party, declare this
Contract to be null and void, and in the event of such a declaration by either Party,
neither Party shall have any claim against the other Party except for the work (if any)
already done or costs already incurred by a Party at the request of the other Party.

2.3 Commencement of Services

The Consultants shall begin carrying out the Services at the end of such time period
after the Effective Date as shall be specified in the SC.

2.4 Expiration of Contract

Unless terminated earlier pursuant to Sub-Clause 2.9, this Contract shall expire when,
pursuant to the provisions hereof, the Services have been completed and the payments
of remunerations including the direct costs if any, have been made. The Services
shall be completed within a period as is specified in the SC, or such extended time as
may be allowed under Sub-Clause 2.6.

The term "Completion of Services" is as specified in the SC.

2.5 Modification

Section 5: Terms of Reference 9/9


Modification of the terms and conditions of this Contract, including any modification
of the scope of the Services or of the Contract Price, may only be made in writing,
which shall be signed by both the Parties.

2.6 Extension of Time for Completion

If the scope or duration of the Services is increased:

(a) the Consultants shall inform the Client of the circumstances and probable
effects;

(b) the increase shall be regarded as Additional Services; and

(c) the Client shall extend the time for Completion of the Services accordingly.

2.7 Force Majeure

2.7.1 Definition

(a) For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party and which makes a Party's
performance of its obligations under the Contract impossible or so impractical
as to be considered impossible under the circumstances, and includes, but is
not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm,
flood or other adverse weather conditions, strikes, lockouts or other industrial
actions (except where such strikes, lockouts or other industrial actions are
within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party's Sub-Consultants or
agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of the
conclusion of this Contract and (B) avoid or overcome in the carrying out of
its obligations hereunder.

(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

2.7.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations under the Contract shall not be
considered to be a breach of, or default under this Contract insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an
event; (a) has taken all reasonable precautions, due care and reasonable alternative
measures in order to carry out the terms and conditions of this Contract; and (b) has
informed the other Party in writing not later than fifteen (15) days following the
occurrence of such an event.

Section 5: Terms of Reference 10/10


2.7.3 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any action
or task, shall be extended for a period equal to the time during which such Party was
unable to perform such action as a result of Force Majeure.

2.7.4 Payments

During the period of their inability to perform the Services as a result of an event of
Force Majeure, the Consultants shall be entitled to continue to be paid under the
terms of this Contract, as well as to be reimbursed for additional costs reasonably and
necessarily incurred by them during such period for the purpose of the Services and in
reactivating the Services after the end of such period.

2.8 Suspension of Payments by the Client

The Client may, by written notice of suspension to the Consultants, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of their
obligations under this Contract, including the carrying out of the Services, provided
that such notice of suspension (i) shall specify the nature of the failure, and (ii) shall
request the Consultants to remedy such failure within a period not exceeding thirty
(30) days after receipt by the Consultants of such notice of suspension.

2.9 Termination

2.9.1 By the Client

The Client may terminate this Contract, by not less than thirty (30) days written
notice of termination to the Consultants, to be given after the occurrence of any of the
events specified in paragraphs (a) through (e) of this Sub-Clause 2.9.1 and sixty (60)
days' in the case of the event referred to in paragraph (f):

(a) if the Consultants do not remedy a failure in the performance of their


obligations under the Contract, within thirty (30) days after being notified or
within any further period as the Client may have subsequently approved in
writing;

(b) if the Consultants become (or, if the Consultants consist of more than one
entity, if any of their Members becomes) insolvent or bankrupt or enter into
any agreements with their creditors for relief of debt or take advantage of any
law for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary;

(c) if the Consultants fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 7 hereof;

Section 5: Terms of Reference 11/11


(d) if the Consultants submit to the Client a statement which has a material effect
on the rights, obligations or interests of the Client and which the Consultants
know to be false;

(e) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days;

(f) if the Client, in its sole discretion, decides to terminate this Contract.

2.9.2 By the Consultants

The Consultants may terminate this Contract, by not less than thirty (30) days written
notice to the Client, such notice to be given after the occurrence of any of the events
specified in paragraphs (a) through (d) of this Sub-Clause 2.9.2:

(a) if the Client fails to pay any monies due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 7 within forty-five (45)
days after receiving written notice from the Consultants that such payment is
overdue;

(b) if the Client is in material breach of its obligations pursuant to this Contract
and has not remedied the same within forty-five (45) days (or such longer
period as the Consultants may have subsequently approved in writing)
following the receipt by the Client of the Consultants' notice specifying such
breach;

(c) if, as a result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days;

(d) if the Client fails to comply with any final decision reached as a result of
arbitration proceedingspursuant to Clause 7 hereof.

Section 5: Terms of Reference 12/12


2.9.3 Cessation of Services

Upon receipt of notice of termination under Sub-Clause 2.9.1, or giving of notice of


termination under Sub-Clause 2.9.2, the Consultants shall take all necessary steps to
bring the Services to a close in a prompt and orderly manner and shall make every
reasonable effort to keep expenditures for this purpose to a minimum. With respect
to documents prepared by the Consultants, and equipment and materials furnished by
the Client, the Consultants shall proceed as provided, respectively, by Sub-Clauses
3.8 or 3.9.

2.9.4 Payment upon Termination

Upon termination of this Contract pursuant to Sub-Clauses 2.9.1 or 2.9.2, the Client
shall make the following payments to the Consultants:

(a) remuneration and reimbursable direct costs expenditure pursuant to Clause 6


for Services satisfactorily performed prior to the effective date of termination.
Effective date of termination for purposes of this Sub-Clause means the date
when the prescribed notice period would expire;

(b) except in the case of termination pursuant to paragraphs (a) through (d) of
Sub-Clause 2.9.1, reimbursement of any reasonable cost incidental to the
prompt and orderly termination of the Contract, including the cost of the
return travel of the Personnel, according to Consultants Traveling Allowance
Rules.

In order to compute the remuneration for the part of the Services satisfactorily
performed prior to the effective date of termination, the respective remunerations
shall be proportioned.

2.9.5 Disputes about Events of Termination

If either Party disputes whether an event specified in paragraphs (a) through (e) of
Sub-Clause 2.9.1 or in paragraph (a) through (d) of Sub-Clause 2.9.2 hereof has
occurred, such Party may, within forty-five (45) days after receipt of notice of
termination from the other Party, refer the matter to arbitration pursuant to Clause 7
hereof, and this Contract shall not be terminated on account of such event except in
accordance with the terms of any resulting arbitral award.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

The Consultants shall perform the Services and carry out their obligations with all
due diligence, efficiency, and economy, in accordance with generally accepted
professional techniques and practices, and shall observe sound management practices,
and employ appropriate advanced technology and safe methods. The Consultants
shall always act, in respect of any matter relating to this Contract or to the Services,

Section 5: Terms of Reference 13/13


as faithful advisers to the Client, and shall at all times support and safeguard the
Client's legitimate interests in any dealings with Sub-Consultants or third parties.

3.2 Consultants Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 shall constitute the


Consultants' sole remuneration in connection with this Contract or the Services, and
the Consultants shall not accept for their own benefit any trade commission, discount,
or similar payment in connection with activities pursuant to this Contract or to the
Services or in the discharge of their obligations under the Contract, and the
Consultants shall use their best efforts to ensure that the Personnel, any Sub-
Consultants, and agents of either of them similarly shall not receive any such
additional remuneration.

3.3 Confidentiality

The Consultants, their Sub-Consultants, and the Personnel of either of them shall not,
either during the term or after the expiration of this Contract, disclose any proprietary
or confidential information relating to the Project, the Services, this Contract, or the
Client's business or operations without the prior written consent of the Client.

3.4 Liability of the Consultants

The Consultants are liable for the consequence of errors and omissions on their part
or on the part of their employees in so far as the design of the Project is concerned to
the extent and with the limitations as mentioned herein below.

If the Client suffers any losses or damages as a result of proven faults, errors or
omissions in the design of a project, the Consultants shall make good such losses or
damages, subject to the conditions that the maximum liability as aforesaid shall not
exceed twice the total remuneration of the Consultants for design phase in accordance
with the terms of the Contract.

The liability of the Consultants expires after one (1) year from the stipulated date of
completion of construction or after three (3) years from the date of final completion
of the design whichever is earlier.

The Consultants may, to protect themselves, insure themselves against their liabilities
but this is not obligatory. The extent of the insurance shall be up to the limit specified
in second para above. The Consultants shall procure the necessary cover before
commencing the Services and the cost of procuring such cover shall be borne by the
Consultants up to a limit of one percent of the total remuneration of the Consultants
for the design phase for every year of keeping such cover effective.

The Consultants shall, at the request of the Client, indemnify the Client against any or
all risks arising out of the furnishing of professional services by the Consultants to the
Client, not covered by the provisions contained in the first para above and exceeding
the limits set forth in second para above provided the actual cost of procuring such

Section 5: Terms of Reference 14/14


indemnity as well as costs exceeding the limits set forth in fourth para above shall be
borne by the Client.

3.5 Other Insurance to be Taken out by the Consultants

The Consultants (a) shall take out and maintain, and shall cause any Sub-consultants
to take out and maintain, at their (or the Sub-consultants', as the case may be) own
cost but on terms and conditions approved by the Client, insurance against the risks,
and for the coverage, as are specified in the SC; and (b) at the Client's request, shall
provide evidence to the Client showing that such insurance has been taken out and
maintained and that the current premiums have been paid.

3.6 Consultants' Actions Requiring Client's Prior Approval

The Consultants shall obtain the Client's prior approval in writing before taking any
of the following actions:

(a) appointing such Personnel as are listed in Appendix-C merely by title but not
by name;

(b) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of Sub-consultants and the terms and
conditions of the subcontract shall have been approved in writing by the
Client prior to the execution of the subcontract, and (ii) that the Consultants
shall remain fully liable for the performance of the Services by the Sub-
consultants and its Personnel pursuant to this Contract;

(c) any other action that may be specified in the SC.

3.7 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in
Appendix B in the form, in the numbers, and within the periods set forth in the said
Appendix.

3.8 Documents Prepared by the Consultants to be the Property of the Client

All plans, drawings, specifications, reports, and other documents and software
prepared by the Consultants in accordance with Sub-Clause 3.7 shall become and
remain the property of the Client, and the Consultants shall, not later than upon
termination or expiration of this Contract, deliver (if not already delivered) all such
documents and software to the Client, together with a detailed inventory thereof. The
Consultants may retain a copy of such documents and software.

Restriction(s) about the future use of these documents is specified in the SC.

Section 5: Terms of Reference 15/15


3.9 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client, or


purchased by the Consultants with funds provided exclusively for this purpose by the
Client, shall be the property of the Client and shall be marked accordingly. Upon
termination or expiration of this Contract, the Consultants shall make available to the
Client an inventory of such equipment and materials and shall dispose of such
equipment and materials in accordance with the Client's instructions or afford salvage
value of the same. While in possession of such equipment and materials, the
Consultants, unless otherwise instructed by the Client in writing, shall insure them at
the expense of the Client in an amount equal to their full replacement value.

3.10 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Services hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all relevant
time charges, and cost, and the basis thereof, and (ii) shall permit the Client or its
designated representatives periodically, and up to one year from the expiration or
termination of this Contract, to inspect the same and make copies thereof as well as to
have them audited by auditors appointed by the Client.

4. CONSULTANTS' PERSONNEL AND SUBCONSULTANTS

4.1 Description of Personnel

The titles, agreed job descriptions, minimum qualifications, and estimated periods of
engagement in the carrying out of the Services of the Consultants' Key Personnel are
described in Appendix C. The Key Personnel and Sub-Consultants listed by title
and/or by name, as the case may be, in Appendix C are deemed to be approved by the
Client.

4.2 Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in the
Key Personnel. If, for any reason beyond the reasonable control of the
Consultants, it becomes necessary to replace any of the Key Personnel, the
Consultants shall provide as a replacement a person of equivalent or better
qualifications;

(b) If the Client, (i) finds that any of the Personnel have committed serious
misconduct or have been charged with having committed a criminal action; or
(ii) has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultants shall, at the Client's written request specifying
the grounds therefore, provide as a replacement a person with qualifications
and experience acceptable to the Client.

(c) Except as the Client may otherwise agree, the Consultants shall; (i) bear all
the additional travel and other costs arising out of or incidental to any removal
and/or replacement; and (ii) bear any additional remuneration, to be paid for

Section 5: Terms of Reference 16/16


any of the Personnel provided as a replacement to that of the Personnel being
replaced.

5. OBLIGATIONS OF THE CLIENT

5.1 Assistance, Coordination and Approvals

5.1.1 Assistance

The Client shall use its best efforts to ensure that the Client shall:

(a) provide at no cost to the Consultants, Sub-Consultants and Personnel such


documents prepared by the Client or other consulting appointed by the Client
as shall be necessary to enable the Consultants, Sub-Consultants or Personnel
to perform the Services. The documents and the time within which such
documents shall be made available, are as specified in the SC;

(b) assist to obtain the existing data pertaining or relevant to the carrying out of
the Services, with various Government and other organizations. Such items
unless paid for by the Consultants without reimbursement by the Client, shall
be returned by the Consultants upon completion of the Services under this
Contact;

(c) issue to officials, agents and representatives of the concerned organizations,


all such instructions as may be necessary or appropriate for prompt and
effective implementation of the Services;

(d) assist to obtain permits which may be required for right-of-way, entry upon
the lands and properties for the purposes of this Contract;

(e) provide to the Consultants, Sub-consultants, and Personnel any such other
assistance and exemptions as may be specified in the SC.

5.1.2 Co-ordination

The Client shall:

(a) coordinate and get or expedite any necessary approval and clearances relating
to the assignment from any Government or Semi-Government Agency,
Department or Authority, and other concerned organization named in the SC.

(b) coordinate with any other consultants employed by the Client.

5.1.3 Approvals

The Client shall accord approval of the documents within such time as specified in
the SC, whenever these are applied for by the Consultants.

Section 5: Terms of Reference 17/17


5.2 Access to Land

The Client warrants that the Consultants shall have, free of charge, unimpeded access
to all land of which access is required for the performance of the Services.

5.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law of
Pakistan which increases or decreases the cost of the Services rendered by the
Consultants, then the remunerations and direct costs otherwise payable to the
Consultants under this Contract shall be increased or decreased accordingly, and
corresponding adjustment shall be made to the amounts referred to in Sub-Clause 6.2
(a) or (b), as the case may be.

5.4 Services and Facilities

The Client shall make available to the Consultants, Sub-consultants and the
Personnel, for the purpose of the Services and free of any charge, the services,
facilities and property described in Appendix F at the times and in the manner
specified in said Appendix F, provided that if such services, facilities and property
shall not be made available to the Consultants as and when so specified, the Parties
shall agree on; (i) any time extension that it may be appropriate to grant to the
Consultants for the performance of the Services; (ii) the manner in which the
Consultants shall procure any such services, facilities and property from other
sources; and (iii) the additional payments, if any, to be made to the Consultants as a
result thereof pursuant to Clause 6 hereinafter.

5.5 Payments

In consideration of the Services performed by the Consultants under this Contract, the
Client shall make to the Consultants such payments and in such manner as is provided
by Clause 6 of this Contract.

6. PAYMENTS TO THE CONSULTANTS

6.1 Lump Sum Remuneration

The Consultants' total remuneration shall not exceed the Contract Price and shall be a
fixed lump sum including all staff costs, incurred by the Consultants in carrying out
the Services described in Appendix A. Other reimbursable direct costs expenditure, if
any, are specified in the SC. Except as provided in Sub-Clause 5.3, the Contract
Price may only be increased above the amounts stated in Sub-Clause 6.2 if the Parties
have agreed to additional payments in accordance with Sub-Clauses 2.5, 2.6, 5.4 or
6.6.

Section 5: Terms of Reference 18/18


6.2 Contract Price

(a) Local currency payment shall be made in Pakistani Rupees.

(b) The SC shall specify the break up of remuneration to be paid, respectively, in


local currencies.

6.3 Terms and Conditions of Payment

Payment will be made to the account of the Consultants and according to the payment
schedule stated in the SC. Payments shall be made after the conditions listed in the
SC for such payments have been met, and the Consultants have submitted an invoice
to the Client specifying the amount due.

6.4 Period of Payment

(a) Advance payment to the Consultants shall be affected within the period
specified in the SC, after signing of the Contract agreement between the
Parties.

(b) Any other amount due to the Consultants shall be paid by the Client to the
Consultants within twenty-eight (28) days in local currency after the
Consultants' invoice has been delivered to the Client.

6.5 Delayed Payments

If the Client has delayed payments beyond the period stated in paragraph (b) of Sub-
Clause 6.4, financing charges shall be paid to the Consultants for each day of delay at
the rate specified in the SC.

6.6 Additional Services

Additional Services means:

(a) Services as approved by the Client outside the Scope of Services described in
Appendix A;

(b) Services to be performed during the period extended pursuant to Sub-Clause


2.6, beyond the original schedule time for completion of the Services; and

(c) any re-doing of any part of the Services as a result of Client's instructions.

If, in the opinion of the Client, it is necessary to perform Additional Services during
the currency of the Contract for the purpose of the Project, such Additional Services
shall be performed with the prior concurrence of both the Parties. The Consultants
shall inform the Client of the additional time (if any), and the additional remuneration
and reimbursable direct costs expenditure for such Additional Services. If there is no
disagreement by the Client within two weeks of this intimation, such additional time,
remuneration and reimbursable direct costs expenditure shall be deemed to become

Section 5: Terms of Reference 19/19


part of the Contract. Such remuneration and reimbursable direct costs expenditure
shall be determined on the basis of rates provided in Appendices E, in case the
Additional Services are performed during the scheduled period of the Services,
otherwise remuneration for Additional Services shall be determined on the basis of
Consultants' billing rates prevailing at the time of performing the Additional Services.

6.7 Consultants' Entitlement to Suspend Services

If the Client fails to make the payment of any of the Consultants' invoice (excluding
the advance payment), within twenty-eight (28) days after the expiry of the time
stated in paragraph (b) of Sub-Clause 6.4, within which payment is to be made, the
Consultants may after giving not less than fourteen (14) days' prior notice to the
Client, suspend the Services or reduce the rate of carrying out the Services, unless and
until the Consultants have received the payment.

This action will not prejudice the Consultants entitlement to financing charges under
Sub-Clause 6.5.

7. SETTLEMENT OF DISPUTES

7.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this Contract or its interpretation.

7.2 Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract which
cannot be settled amicably within thirty (30) days after receipt by one Party of the
other Party's request for such amicable settlement may be submitted by either Party
for settlement in accordance with the provisions of the Arbitration Act, 1940 (Act
No.X of 1940) and of the Rules made there under and any statutory modifications
thereto. The Arbitration shall be held in Pakistan.

Services under the Contract shall, if reasonably possible, continue during the
arbitration proceedings and no payment due to or by the Client shall be withheld on
account of such proceedings.

8. INTEGRITY PACT

8.1 If the Consultant or any of his Sub-Consultants, agents or servants is found to have
violated or involved in violation of the Integrity Pact signed by the Consultant as
Appendix-G to this Form of Contract, then the Client shall be entitled to:

(a) recover from the Consultant an amount equivalent to ten times the sum of any
commission, gratification, bribe, finder’s fee or kickback given by the
Consultant or any of his Sub-Consultant, agents or servants;

Section 5: Terms of Reference 20/20


(b) terminate the Contract; and

(c) recover from the Consultant any loss or damage to the Client as a result of
such termination or of any other corrupt business practices of the Consultant
or any of his Sub-Consultant, agents or servants.

On termination of the Contract under Sub-Para (b) of this Sub-Clause, the Consultant
shall proceed in accordance with Sub-Clause 2.9.3. Payment upon such termination
shall be made under Sub-Clause 2.9.4 (a) after having deducted the amounts due to
the Client under Sub-Para (a) and (c) of this Sub-Clause.

Section 5: Terms of Reference 21/21


III. SPECIAL CONDITIONS OF CONTRACT

No. Amendments of, and Supplements to, Clauses in the General Conditions
of GC of Contract
Clause

________________________________________________________________

1.1 Definitions

(p) "Project" means .....................................

1.6 Authorized Representatives

The Authorized Representatives are the following:

For the Client:


_______________________________
_______________________________
_______________________________
Telephone : ___________________
Facsimile : ___________________
E.Mail : ___________________

For the Consultants:

_______________________________ (Name of Team Leader)


_______________________________ (Project)
_______________________________ (Address)
_______________________________
_______________________________
Telephone : ___________________
Facsimile : ___________________
E.Mail : ___________________

1.7 Taxes and Duties

[Note: To be included in this Sub-Clause as agreed with the Client.]

________________________________________________________________
[All notes should be deleted in final text. All blanks should be filled in.]

Section 5: Terms of Reference 22/22


1.8 Leader of the Joint Venture

The leader of the Joint Venture is .................................... (name of the Member of the
Joint Venture).

[Note: If the Consultants do not consist of more than one entity, the Sub-Clause1.8
should be deleted.]

2.1 Effectiveness of Contract

The date on which this Contract shall come into effect is the date when the Contract is
signed by both the Parties and the amount of advance payment due upon signing of
the Contract is received by the Consultants.

2.2 Termination of Contract for Failure to Become Effective

The time period shall be ........... days, or such other period as the Parties may agree in
writing.

[Note: Fill in the time period e.g one hundred twenty (120) days.]

2.3 Commencement of Services

The Consultants shall commence the Services within twenty-one (21) days after the
date of signing of Contract Agreement, or such other time period as the Parties may
agree in writing.

2.4 Expiration of Contract

The period of completion of Services shall be ----------- days from the


Commencement Date of the Services or such other period as the Parties may agree in
writing. The Services are estimated to be completed before ......... 20...

"Completion of Services" means..................................................


..........................................................................................................................................
..................................................................................................................

3.5 Insurance to be Taken out by the Consultants

The risks and the coverages shall be as follows:

(a) Third Party motor vehicle liability insurance in respect of motor vehicles
operated in Pakistan by the Consultants or their Personnel or any Sub-
Consultants or their Personnel, with a minimum coverage of Rs.................

(b) Insurance against loss of or damage to equipment purchased in whole or in


part with funds provided under the Contract.

Section 5: Terms of Reference 23/23


3.6 Consultants' Actions Requiring Client's Prior Approval

The Consultants shall require written approval from the Client before committing to
any action under the following:

i) variations orders in respect of:

- additional items of Assignment as determined by the Client to be


necessary for the execution of Assignment.

- any new item of the Assignment not envisaged in the Contract


Documents and which is determined by the Client to be necessary for
the execution of Assignment.

- any item of Assignment covered under Provisional Sums

ii) terms of Performance Guarantee or Insurance Policy.

iii) affecting the costs under the following clauses of Conditions of Contract.

- Adverse Physical Conditions and Artificial Obstructions


- Suspension of Assignments
- Forfeiture
- Special Risks
- Frustration

vi) final Assignment deliverable statement

vii) release of retention money

3.8 Documents Prepared by the Consultants to be the Property of the Client

The Client and the Consultants shall not use these documents for purposes unrelated
to this Contract without the prior written approval of the other Party.

5.1.1 Assistance

(a) The Client shall make available within ...... days from the Commencement
Date, the documents namely
..............................................................................................................................
......................................................................................................

This list if warranted shall be supplemented subsequently.

(e) Other assistance and exemptions to be provided by the Client


are.........................................................................................................................
......................................................................................................

Section 5: Terms of Reference 24/24


5.1.2 Coordination

(a) The departments and agencies include ...............


..............................................................................................................................
..............................................................................................................................

5.1.3 Approvals

The Client shall accord approval of the documents immediately but not later than
fourteen (14) days from the date of their submission by the Consultants.

6.1 Lump Sum Remuneration

[Note: In case there are other expenditures in respect of which reimbursement is


allowed in addition to the lump sum remuneration, details of such
reimbursable direct costs expenditure which may include Sub-Consultants'
travel, accommodation etc., may be indicated herein. Each item shall be
specified whether it is payable on the basis of (a) lump sum monthly rate; or
(b) reimbursement of actual expenditures.]

6.2 Contract Price

The amount in local currency is Pakistani Rupees.............

6.3 Terms and Conditions of Payment

[Note: Terms and Conditions of Payment provided below is meant for sample
reference. This should be edited on case to case basis as per scope of work of
the consultancy services of the specific project.]

A lump sum amount in local currencies against referred under SC 6.2 shall be paid to
the Consultants for the Services to be completed within the period specified in SC
2.4.
Payments shall be made according to the following schedule:

Ten (10) percent of the Contract Price shall be paid on the commencement date against
the submission of a demand/ bank guarantee for the same. For every phase tentative
payment schedule shall be as follows for each of phase cost.

S# Description %age Payment


1. Inception Report 10%
2. Sectoral Analysis Report and exiting system 20%
3. Preliminary Design Report 20%
4. Communication Plan, EIA, Procurement 10%
Strategies & Consultative workshops etc.
5. Final Design Report 30%
6. Cost Estimates + Drawings and Estimates 10%

Section 5: Terms of Reference 25/25


An advance payment of 10% of the Contract Price referred under SC 6.2(a) shall be
paid to the Consultants upon signing of the Contract Agreement, after receipt of
acceptable bank guarantee for advance payment. The advance payment shall be
adjusted by retaining 10% of each payment made to the Consultant.

6.4 Period of Payment

(a) The time period for advance payment shall be ........................( ) days after
signing of Contract Agreement by both the Parties. (Fill in the time period e.g.
thirty (30) days).

Section 5: Terms of Reference 26/26


IV APPENDICES

Section 5: Terms of Reference 27/27


Appendix A

Description of the Services

[Give detailed descriptions of the Services to be provided, dates for completion of various
tasks, place of performance for different tasks, specific tasks to be approved by Client, etc.]

Section 5: Terms of Reference 28/28


Appendix B

Reporting Requirements

Pursuant to Sub-Clause GC-3.7, the Consultants shall submit the following reports:

[List format, frequency, and contents of reports; persons to receive them; dates of submission
and the number of copies of each submittal; etc.

Section 5: Terms of Reference 29/29


Appendix C

Key Personnel and Subconsultants

[List under: C-1 Title [and names, if already available], activities of job descriptions
of key Personnel to be assigned to work and staff-months for each.

C-2 List of approved Sub-Consultants (if already available); same


information with respect to their Personnel as in C-1.]

Section 5: Terms of Reference 30/30


Appendix D(Not Used)

Breakdown of Contract Price in Foreign Currency

[List here the elements of cost used to arrive at the breakdown of the Contract Price-foreign
currency portion:

1. Remuneration for various items on the basis of rates as mutually agreed.

2. Other reimbursable direct costs expenditure.

3. Total, remuneration and reimbursable direct costs expenditure = (1 + 2)

Note:

This appendix will exclusively be used for determining remuneration for Additional Services
in accordance with Sub-Clause GC 6.6.]

Section 5: Terms of Reference 31/31


Appendix E

Breakdown of Contract Price in Local Currency

[List here the elements of cost used to arrive at the breakdown of the Contract Price-local
currency portion:

1. Remuneration for various items on the basis of rates as mutually agreed.

2. Other reimbursable direct costs expenditure related to:

(a) Support staff, and work charged staff;

(b) Office expenditures related to:

(i) rentals;
(ii) furnishing and equipment;
(iii) operation and maintenance of office, office equipment and furniture,
office supplies.

(c) Transport including running and maintenance, and other associated costs;

(d) Travelling etc.

(e) Other costs

3. Total, remuneration and reimbursable direct costs expenditure = (1 + 2).

Note:

1. Each item of reimbursable direct costs expenditure shall be specified whether it is


payable on the basis of (a) lump sum monthly rate; or (b) reimbursement of actual
expenditures.

2. This appendix will exclusively be used for determining remuneration for Additional
Services in accordance with Sub-Clause GC 6.6.]

Section 5: Terms of Reference 32/32


Appendix F

Services and Facilities to be Provided by the Client

The Client shall make available the following Services and Facilities:

1. Services and Facilities of the Client

The Client shall make available to the Consultants, Sub-Consultants and the
Personnel, for the purposes of the Services and free of any charge, the services,
facilities and property, at the times and in the manner specified hereunder:

(a) ________________________________________________
________________________________________________
________________________________________________

(b) ________________________________________________
________________________________________________
________________________________________________

Section 5: Terms of Reference 33/33


Appendix G

(INTEGRITY PACT)

DECLARATION OF FEES, COMMISSION AND BROKERAGE ETC.


PAYABLE BY THE SUPPLIERS OF GOODS, SERVICES & WORKS IN
CONTRACTS WORTH RS. 10.00 MILLION OR MORE

Contract No.________________ Dated __________________


Contract Value: ________________
Contract Title: _________________

………………………………… [name of Consultant] hereby declares that it has not obtained


or induced the procurement of any contract, right, interest, privilege or other obligation or
benefit from Government of Punjab (GoPb) or any administrative subdivision or agency
thereof or any other entity owned or controlled by GoPb through any corrupt business
practice.

Without limiting the generality of the foregoing, [name of Consultant] represents and
warrants that it has fully declared the brokerage, commission, fees etc. paid or payable to
anyone and not given or agreed to give and shall not give or agree to give to anyone within
or outside Pakistan either directly or indirectly through any natural or juridical person,
including its affiliate, agent, associate, broker, consultant, director, promoter, shareholder,
sponsor or subsidiary, any commission, gratification, bribe, finder’s fee or kickback,
whether described as consultation fee or otherwise, with the object of obtaining or inducing
the procurement of a contract, right, interest, privilege or other obligation or benefit in
whatsoever form from GoPb, except that which has been expressly declared pursuant
hereto.

[name of Consultant] certifies that it has made and will make full disclosure of all agreements
and arrangements with all persons in respect of or related to the transaction with GoPb and
has not taken any action or will not take any action to circumvent the above declaration,
representation or warranty.

[name of Consultant] accepts full responsibility and strict liability for making any false
declaration, not making full disclosure, misrepresenting facts or taking any action likely to
defeat the purpose of this declaration, representation and warranty. It agrees that any contract,
right, interest, privilege or other obligation or benefit obtained or procured as aforesaid shall,
without prejudice to any other rights and remedies available to GoPb under any law, contract
or other instrument, be voidable at the option of GoPb.

Notwithstanding any rights and remedies exercised by GoPb in this regard, [name of
Consultant] agrees to indemnify GoPb for any loss or damage incurred by it on account of its
corrupt business practices and further pay compensation to GoPb in an amount equivalent to
ten time the sum of any commission, gratification, bribe, finder’s fee or kickback given by
[name of Consultant] as aforesaid for the purpose of obtaining or inducing the procurement of
any contract, right, interest, privilege or other obligation or benefit in whatsoever form from
GoPb.

Name of Client: ……………… Name of Consultant: …………


Signature: …………………… Signature: …………………………
[Seal] [Seal]

Section 5: Terms of Reference 34/34


CONTRACT FOR CONSULTANCY SERVICES

LUMP SUM REMUNERATION

between

________________________________________________
(NAME OF THE CLIENT)

and

_________________________________________________

(NAME OF THE JOINT VENTURE OF THE CONSULTANTS)

for

_______________________(BRIEF SCOPE OF SERVICES)

OF____________________________(NAME OF PROJECT)

_______________________
Month and Year

___________ (NAME OF THE JOINT VENTURE OF THE CONSULTANTS)


_________________ (Name of Individual Consultants)
_________________ (Name of Individual Consultants)

Section 5: Terms of Reference 35/35


FORM OF CONTRACT

[Note: Use this Form of Contract when the Consultants performs Services as Joint Venture.

This CONTRACT (hereinafter called the "Contract") is made on the ________ day of ____
[month] of ____ [year], between, on the one hand, ___________________
___________________________________________________________________________
___________________________________________________________________________

(hereinafter called the "Client" which expression shall include the successors, legal
representatives and permitted assigns) and, on the other hand, a joint venture consisting of
the following entities, each of which will be jointly and severally liable to the Client for all
the Consultants' obligations under this Contract, namely:

___________________________________________________________________________
___________________________________________________________________________
__________________________________________________________________

___________________________________________________________________________
___________________________________________________________________________
__________________________________________________________________

(hereinafter collectively called the "Consultants" which expression shall include its
successors, legal representatives and permitted assigns).

WHEREAS

(a) the Client has requested the Consultants to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract (hereinafter
called the "Services"); and

(b) the Consultants, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to provide the
Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the Parties hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of
this Contract:

(a) the General Conditions of Contract;


(b) the Special Conditions of Contract;
(c) the following Appendices:

Section 5: Terms of Reference 36/36


[Note: If any of these Appendices are not used, the words "Not Used" should be
inserted below next to the title of the Appendix and on the sheet attached
hereto carrying the title of that Appendix.]

Appendix A: Description of Services


Appendix B: Reporting Requirements
Appendix C: Key Personnel and Sub-Consultants
Appendix D: Breakdown of Contract Price in Foreign Currency(Not Used)
Appendix E: Breakdown of Contract Price in Local Currency
Appendix F: Services & Facilities to be Provided By the Client
Appendix G: Integrity Pact (for Services above Rs. 10 Million)

2. The mutual rights and obligations of the Client and the Consultants shall be as set
forth in the Contract, in particular:

(a) the Consultants shall carry out the Services in accordance with the provisions
of the Contract; and

(b) the Client shall make payments to the Consultants in accordance with the
provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names in two identical parts each of which shall be deemed as the original, as of
the day, month and year first above written.

For and on behalf of


______________________

CLIENT'S NAME
Witness

Signature ___________________ Signature ________________


Name ______________________ Name ____________________
Title _______________________ Title _____________________
(Seal)

For and on behalf of


_______________________________________________
NAME OF THE JOINT VENTURE OF THE CONSULTANTS

Section 5: Terms of Reference 37/37


__________________________
Name of Member No. 1

Witness

Signature ___________________ Signature ________________


Name ______________________ Name ____________________
Title _______________________ Title _____________________
(Seal)
_________________________
Name of Member No. 2

Witness

Signature ___________________ Signature ________________


Name ______________________ Name ____________________
Title _______________________ Title _____________________
(Seal)

________________________
Name of Member No. 3
Witness

Signature ___________________ Signature ________________


Name ______________________ Name ____________________
Title _______________________ Title _____________________
(Seal)

Section 5: Terms of Reference 38/38

You might also like