Full Tender Document for Design 1

49
QATAR REAL ESTATE INVESTMENT COMPANY EXTENSION OF DUKHAN OPERATIONS MANAGEMENT BUILDING (DOMB) AT QP TOWNSHIP DUKHAN TENDER DOCUMENT FOR PRE-CONTRACT CONSULTANCY (DESIGN) SERVICES APRIL 2015

description

Full Tender Document for Design 1

Transcript of Full Tender Document for Design 1

  • QATAR REAL ESTATE INVESTMENT COMPANY

    EXTENSION OF DUKHAN OPERATIONS

    MANAGEMENT BUILDING (DOMB) AT QP TOWNSHIP DUKHAN

    TENDER DOCUMENT

    FOR PRE-CONTRACT CONSULTANCY (DESIGN)

    SERVICES

    APRIL 2015

  • Extension of Dukhan Operations Management Building (DOMB)

    CONTENTS Page

    1. Instructions to Tenderers 6 2. Form of Tender 2

    3. Annexure A Scope of Design

    Services Project Brief 17

    4. Annexure B Consultant's Fee Proposal 02

    5. Annexure C Time Schedule for Services 02

    6. Annexure D Design Specifications & Standards 02

    7. Annexure E Method Statement 01

    8. Annexure F Consultants Qatari Registration 01

    9. Annexure G Consultant's Previous Experience in Qatar 01

    10. Annexure H - Consultants Project Organization

    Chart 01

    11. Annexure I Layout Sketch Chart 01

    Contents Page 1 of 1

  • INSTRUCTIONS TO TENDERERS

  • Extension of Dukhan Operations Management Building (DOMB)

    1.0 INSTRUCTIONS TO TENDERERS 1.1 Introduction

    1.1.1 The Qatar Real Estate Investments Company, (QREIC) (hereinafter referred to as the Employer) intends to award a contract for the planning, study and Pre-Contract Consultancy (Design) Services of Extension of Dukhan Operations Management Building (DOMB) as described in Annexure A.

    1.1.1 This Invitation to Tender requests quotations for the above services and the

    documents hereunder enclosed, or referred to, reflect the Agreement which will ultimately be entered into with the successful Tenderer.

    1.1.2 The Tenderer should refer to Annexure C for the time scale required for

    the design services and Annexure A for the scope and nature of services to be performed and delivered.

    1.2 Definitions

    The form of Agreement shall be as contained in the State of Qatar Professional Services Agreement, General Conditions of Engagement 1984 Edition, modified as follows:

    a. The Government shall be replaced by the Qatar Real Estate Investments

    Company, P.O Box 22311, Doha, Qatar as the Client hereafter referred as the Employer.

    b. The Engineer means the Chief Executive Officer of Qatar Real Estate Investments Company.

    c. Engineer Representative shall be appointed by the Employer or the Engineer from

    time to time and notified in writing to the Consultant.

    1.3 Tender Documents and Closing Date

    1.3.1 Tenders must be submitted in sealed packages and returned to the Company on or before the due date as noted in the Invitation to Tender letter.

    1.3.2 The submitted Tender Packages shall comprise the following:

    - Curriculum Vitae of proposed staff who will be involved in this Project - Method Statement: (brief) for both the design works, as specified in

    Annexure E - Fee Schedule - Annexure "B" - Time Schedule for Services, Annexure C - Consultant Previous Experience in State of Qatar Annexure "G" - Annexure A, D, E and F stamped and initialed by the Tenderer - Form of Tender - The Tender Bond - Instructions to Tenderers Stamped and initialed by the Tenderer - Tenderers Qatari Registration Certificates / Licenses. Proof on

    Enrollment to relevant authorities as per latest government rules and regulations are to be submitted.

    - Letter of Invitation Stamped and initialed by the Tenderer

    Instruction to Tenderers Page 1/6

  • Extension of Dukhan Operations Management Building (DOMB)

    1.3.3 The Tenderer must ensure that the Package is wax sealed and that it is duly signed by the authorized representative of the tendering organization.

    1.3.4 The offer shall show the full legal name and business address of the

    Tenderer, including his street address if this differs from the mailing address, shall be signed with the usual signature of the person or persons authorized to bind the Tenderer and shall be dated.

    1.4 Tender Prices

    The rates shall be in Qatari Riyals (QR.) as per the Fees Schedule Annexure B for Design Services.

    1.5 Validity of Tender

    The offer shall remain valid for One Hundred and Twenty (120) days from the date fixed for receipt of tenders and may be accepted at any time up to and including that date.

    1.6 Examination of Tender Documents and Explanations to Tenderers.

    1.6.1 Any Tenderer planning to submit an offer is responsible for examining with appropriate care the complete Tender Documents Package, and is also responsible to familiarize himself with all conditions which might in any way effect the cost of the performance of any work. Failure to do so will be at the sole risk of the Tenderer, and no relief can be given for errors or omissions by the Tenderers.

    1.6.2 The documents forming the Tender Documents are to be taken as mutually

    explanatory. 1.6.3 The Tenderer shall make his own interpretation of any or all information

    given or otherwise included in the Tender Documents. Neither the Employer nor their designated representatives shall be responsible for the accuracy or completeness of such information or interpretation.

    1.6.4 The Tenderer shall be responsible for obtaining and verifying all necessary

    data and information, although certain information is provided in the Tender Documents, it shall be confirmed by the Tenderer. The Tenderer shall verify on his own responsibility the laws and regulations of Qatar under which the services are to be performed

    1.6.5 Any failure or neglect to carry out these verifications and investigations will

    not absolve the Tenderer from any of his obligations under the requirements of the Tender Documents or of any contract subsequently awarded.

    1.6.6 The Tenderer shall affix its initialed company stamp to every page of its

    original Tender. The Employer may disregard or return any Tender that does not provide the whole of the required material and information, or comply fully with these instructions in any way.

    Instruction to Tenderers Page 2/6

  • Extension of Dukhan Operations Management Building (DOMB)

    1.7 Questions and Clarifications Concerning the Tender Documents

    1.7.1 Should the Tenderer find any discrepancies or omissions from the Tender Documents, or should their intent or meaning appear unclear or ambiguous, the Tenderer should notify the Employer of such findings in writing at any time up to seven (7) days before the date of submission of the Tenders. Tenderers will be solely responsible for the timely receipt by the Employer of such notification. Replies to such notices may be made in the form of Circulars to the Tender Documents.

    1.7.2 The Tenderer may request in writing any other clarification at any time up

    to seven (7) days prior to the tender closing date. 1.8 Site Inspection and Conditions

    1.8.1 In addition to the examination of the Tender Documents, each prospective Tenderer shall make whatever other arrangements are necessary to become fully informed regarding all existing and expected conditions and matters which might in any way affect the cost of the performance of the services.

    1.8.2 Should the Tenderer wish to view the Site, a site visit can be arranged

    during the tender period by contacting the Employer. 1.8.3 Right of Selection The Employer is not bound to accept the lowest proposal for the Services

    or any other offer, nor is it bound to assign any reason for rejection of an offer.

    1.8.4 Confidentiality of Documents The Tenderer shall treat the Invitation to Tender Documents and Contents

    therein as private and confidential. If, at any time during the tender preparation period, the Tenderer decides to decline to tender, all documents must be immediately returned to the Employer.

    1.9 Rights

    The Employer reserves the right to accept a tender other than the lowest and to accept or reject any tender in whole or part or to reject all tenders with or without notice or reason.

    1.10 Tender Bond

    1.10.1 The Tenderer is required to provide a "Tender Bond" in the amount of Qatar Riyals One Hundred Thousand Only (QR. 100,000.00), valid for One Hundred and Fifty (150) days after the tender closing day. The bond shall be in the form of a Bank guarantee from a bank having registered offices in Qatar. All costs in connection with raising the Bond shall be to the Tenderer's account.

    1.10.2 The "Tender Bond" provided pursuant to this Invitation to Tender will be

    returned to unsuccessful Tenderers.

    1.11 Performance Guarantee

    1.11.1 The successful Tenderer will be required, within fifteen (15) days of award, to submit a "Performance Guarantee" of value equal to 10% of the

    Instruction to Tenderers Page 3/6

  • Extension of Dukhan Operations Management Building (DOMB)

    Agreement Price. The "Performance Guarantee" is to be in the form set out in the Conditions of Engagement and issued by a bank registered in Qatar.

    1.11.2 If the Agreement Price is increased for any reason the value of

    "Performance Guarantee" shall be increased proportionately with the increased Agreement Price.

    1.11.3 On acceptance by the Employer of the Performance Guarantee the Tender

    Bond shall be returned to the successful Tenderer. 2.0 FORM OF TENDER The Form of Tender contained within the document shall be completed and signed

    by the Tenderer. 3.0 FORM OF AGREEMENT The Form of Agreement shall be as contained in the State of Qatar, Professional

    Services Agreement, General Conditions of Engagement 1984 Edition, modified as follows:

    3.1 'The Government' shall be replaced by the Qatar Real Estate Investments

    Company as the Client hereinafter referred to as the Employer. 3.2 The Engineer means the Chief Executive Officer of Qatar Real Estate

    Investments Company. 3.3 Notwithstanding the above, all references to Government Statutory regulations,

    rules, publications or similar are to be retained.

    3.4 Section 10: Clauses 1 to 10 inclusive shall apply for the design works

    3.5 The Engineer's Representative shall be nominated at a later date.

    3.6 Memorandum of Agreement: to be between the Company and the Consultant.

    3.7 Schedule A

    A1. The Scope of Works for the Design Services is defined in Annexure A of the Tender Package.

    A2. The Services to be provided by the Consultants include the services

    of the professional: a) Architects b) Civil and Structural Engineers c) Infrastructure Engineers d) Mechanical & Electrical Engineers e) Quantity Surveyor f) Any other specialists as may be necessary

    Instruction to Tenderers Page 4/6

  • Extension of Dukhan Operations Management Building (DOMB)

    A3. Professional services are to be in accordance with the Tables 1, 3, 5, 6, 7, 8, 9 and 10 of Section 10 of the Conditions of Engagement, 1984 Edition.

    3.8 Schedule B

    B1. The Total Lump Sum fee payable by the Client to the Consultant for

    the services described in Annexure A shall be: a) Design Services

    .. As detailed in Annexure B

    B2. The invoices for the Design Services shall be made in accordance with the Fee schedule in Annexure B.

    B3. Invoices are payable by the Employer within Thirty (30) days from

    the date of the Engineer approval of the Consultant invoice.

    3.9 Schedule C

    Design services shall be as provided in accordance with the stages given in Annexure C of the Tender Package.

    Instruction to Tenderers Page 5/6

  • Extension of Dukhan Operations Management Building (DOMB)

    SPECIMEN FORM OF TENDER BOND Tender For Pre-Contract Consultancy (Design) Services for Extension of Dukhan Operations Management Building (DOMB)". Sir, We have the honor to inform you that we guarantee Messrs of for the amount of Qatar Riyals One Hundred Thousand Only (QR 100,000.00) in order to allow them to submit a tender for the Pre-Contract Consultancy (Design) Services for Extension of Dukhan Operations Management Building (DOMB) as specified in the Tender Documents. This guarantee shall remain valid for a period on one hundred and Fifty (150) days starting on the latest date fixed for the submission of Tenders by the Qatar Real Estate Investments Company, that is from.. to .or such earlier time as a Performance Bond shall have been duly provided by a Tenderer whose tender has been accepted and is subject to renewal by the Qatar Real Estate Investments Company without the objection of Messrs. . . In the event of Messrs .withdrawing their tender before the expiration of validity of the Tender or failing to provide a Performance Bond within 15 days of being requested to do so by the Qatar Real Estate Investments Company, whichever date is earlier, we definitely undertake to deposit with the Qatar Real Estate Investments Company, upon the Qatar Real Estate Investments Company demand and notwithstanding any objection on the part of the said Messrs.., the aforesaid sum of QR. 100,000.00 ( One Hundred Thousand) only. Signed: ... Date: ...

    Instruction to Tenderers Page 6/6

  • FORM OF TENDER

  • Extension of Dukhan Operations Management Building (DOMB)

    FORM OF TENDER Qatar Real Estate Investments Company P.O. Box 22311 Doha, State of Qatar. Attention: The Chief Executive Officer Dear Sir, SUBJECT: Tender for Pre-Contract Consultancy (Design) Services

    PROJECT NAME: Extension of Dukhan Operations Management Building

    (DOMB)

    _________________________________________________________________ 1. Having examined the Agreement and Annexures and such other documents

    referred to in the Instructions to Tenderers for the execution of the above Services, we offer to perform the said Services and associated deliverables in conformity with the said Agreement and Annexures for the lump sum price of Qatar Riyals. .............................. (QR ...........) as detailed in Annexure "B"

    2. We undertake to provide design services and other associated deliverables as

    detailed in the Instructions to Tenderers and as more particularly detailed in the Agreement and Annexures submitted herewith.

    3. Unless and until a formal Agreement is prepared and executed, this Tender

    together with your written acceptance thereof, shall constitute a binding contract between us.

    4. A tender bond valid for 150 days in the sum of QR 100,000.00 (Qatari Riyals One

    Hundred Thousand Only) is attached, the surety being:

    5. We confirm that we have taken into account in our tender the following Tender Circulars issued by you during the tender period.

    __________________________________________________________________________________ Form of Tender Page 1 of 2

  • Extension of Dukhan Operations Management Building (DOMB)

    Reference Date .............................................. ..................... .............................................. ..................... .............................................. ..................... .............................................. ..................... 6. We understand that you are not bound to accept the lowest or any tender that you

    may receive. 7. If our Tender is accepted, we will obtain guarantee from a bank approved by you,

    in a sum equivalent to ten percent (10%) of the mutually agreed Agreement Price for the due performance of the Agreement for the said services to be submitted at the commencement of the said services.

    8. This tender shall remain valid for acceptance for a period of One Hundred and

    Twenty (120) days from the date fixed for receiving tenders. 9. We agree to bear all costs incurred by us in connection with preparation and

    submission of this tender whether or not successful and to bear any further costs incurred by us prior to award of any contract.

    10. We confirm that we are capable of starting the work immediately upon notification

    of your acceptance of our tender. Dated this _______________________ day of _________________________ 2011 Signed by (Print Name) _______________________________________ (Signature) in the capacity of (Print Title) ___________________________________________ duly authorized to sign tenders for and on behalf of __________________________ (Print company name) in the presence of: _____________________________________________ (Address) (*Tenderer to insert the required information where indicated thus).

    __________________________________________________________________________________ Form of Tender Page 2 of 2

  • ANNEXURE A

    SCOPE OF DESIGN SERVICES

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    ANNEXURE "A" PRE CONTRACT CONSULTANCY (DESIGN) SERVICES

    SCOPE OF SERVICES A 1 Introduction A1.1 The Location

    M/S ALAQARIA herein referred to as the Employer, seeks the services of a highly qualified Design Consultant, herein referred to as the Consultant, with experience in the Architectural design of high-end office building projects to develop a multi-disciplinary detailed design, for the proposed new development located at the Dukhan Township at Dukhan, State of Qatar. As part of the Dukhan Physical Development Plan (DPDP), it was decided to implement the Extension to the Dukhan Operations Management Building (DOMB) located at the southeast corner of the Dukhan Township. The DOMB, visually pleasing, exhibits modern architecture and surrounded by beautifully landscape garden, and is distinctively designed comprising 3 interlinked blocks reflecting the cooperation between QP departments. Unencumbered plot of land is allocated to the north of the existing DOMB to accommodate this extension, refer to the attached drawing no. TCC_GIS_2012_098 for coordinates of the site allocated for the proposed buildings.

    A1.2 Project Description The project comprises the design of a building of an approximate built up area of

    around 8,000 m2 to accommodate the proposed extension of the existing DOMB.

    Primary Requirements

    It is required to design the new Extension for the DOMB comprising two/three storey building and all required supporting services.

    The new Extension building will be physically linked to the existing DOMB.

    The site shall be adequately landscaped and provided with proper roads network, surface water drainage and irrigation systems.

    The building shall be designed to accommodate the spatial requirements as shown on the Table below:

    Annexure A - Scope of Services Page 1 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    Table 1 :Area Tabulation

    ITEM NO.

    DESCRIPTION

    QUANTITY (Nos.)

    UNIT AREA (sq.m.)

    TOTAL AREA

    1.0 OFFICE REQUIREMENT 1.1 Department Managers 3 24 72 1. 2 Division Heads/Assistant Managers 17 18 306 1. 3 Other Staff 146 11.5 1769

    Sub-Total 166 53.5 2,057

    2.0 ADDITIONAL ROOMS 2. 1 Meeting Rooms 4 48 192 2. 2 Filing Rooms 10 12 120 2. 3 Store Rooms 7 10 70 2. 4 Archives 7 12 84 2. 5 Draughting/Drawing Offices 1 75 75 2. 6 Printer/Photocopying Room 9 10 90

    Sub-Total

    631

    3.0 OTHER FACILITIES 3. 1 Male Toilets 4 24 96 3. 2 Female Toilets 4 24 96 3. 3 Pantry 4 12 48 3. 4 Tea Rooms 4 12 48 3. 5 Utility Rooms 4 75 300

    Sub-Total 588

    4.0 DUKHAN REAL TIME OPERATION CENTER 4.1 Collaborative Working Environment

    Room (Clear internal diameter of 38.5 m diameter perimeter wall)

    1

    1165

    1165

    4.2 Meeting Rooms 4 150 600 4.3 Equipment Room 2 175 350 4.4 VIP Visitor Room 1 150 150 4.5 Operation Manager Room 1 200 200

    Sub-Total 2,465 Total Net Area 5,741 5.0 CIRCULATION (40% of Net Area) 2,296

    Total Build-Up Area 8,037

    Annexure A - Scope of Services Page 2 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A 2. Detailed Scope of Services

    The design works generally shall include all the necessary drawings, documents and permits necessary for the proper construction and adequate function of the development, Extension of Dukhan Operation Management Building (DOMB) at QP Dukhan Township

    The Consultant shall carry out design services for a two to three storey reinforced concrete framed building with all finishes, supporting infrastructure and engineering services including but not limited to:

    Provision of topographical and geotechnical surveys and investigations inclusive of identification of underground services and utilities.

    Provision of a feasibility study to resolve all issues of office layout in regards to interdepartmental relationships, circulation and accessibility of personnel and vehicles.

    Provision of comprehensive detailed design drawings and documents for all the aspects of architectural, structural and electro mechanical design elements including the provision of fixed office furniture, the central air conditioning system, electrical supply to all electrical facilities inclusive of tie-in to QP approved tie-in points, water supply and plumbing works inclusive of tie-ins, telecommunication network inclusive of tie-ins, LAN system inclusive of tie-ins, sewage disposal system comprising of sewers, inspection chambers and tie-in to the existing sewage network, surface water drainage system inclusive of trenches and soakaways, personnel & service elevators, fire detection and fire fighting systems etc.

    Design of necessary infrastructure facilities including the design for all external services and utility tie in connections, street lighting, shaded and non-shaded car parking, soft and hard landscaping, irrigation system, provision of boundary wall, gates and guard rooms, provision of access and internal roads and pavements.

    Provision of detailed designs for and securing the permits for all the utility connections including water, power, telecommunications, sewage disposal system etc.

    Design provision for demolishing the existing structures and site clearance.

    Provision of the cost estimates with sufficient details as per the available details upon completion of each stage of the design services, after the Concept Design Stage, Preliminary Design Stage and Detailed Design Stages.

    Tendering and Contract Documentation services

    Annexure A - Scope of Services Page 3 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A 3 Specifications and Standards The work shall be based on the design standards and specifications applicable in the State of Qatar, D.I.E. and as specified in Annexure D. The Consultants shall be responsible for obtaining copies of all Standards and Specification from the relevant authorities. A copy of each of the above shall be provided to the Employer in both printed copy and CD before the final submission of the design.

    A 4 Design Requirements and Guidelines A 4.1 General

    The sections below give the QP design requirements and guidelines in regards to Architectural Design, Loading and structural design including general design guidelines to be applied to all concrete structures , foundations and steel structures. Drainage, roads and car parking.

    However, the Consultant may adopt his own design criteria that shall be submitted to QREIC for approval before commencement of works and shall comply with QREIC requirements.

    All the Design works shall be done with the relevant international codes and standards latest editions.

    A 4.2 Architectural Design Requirements and Guidelines

    The building shall be adequately designed to maximize space utilization. To attain this goal, all endeavours shall be made to achieve optimum design space utilization. At the same time to meet adequate circulation, accessibility and safety requirements complying with approved international standards. The designer is expected to aim for energy conservation and cost effectiveness . As the building will be physically connected to the existing Dukhan Operations Management Building (DOMB), due consideration will be given to the architectural external design (elevations) and masses (blocks) inter-relations of the building to exemplify modern architecture and harmoniously combination with the existing DOMB and landscape in its vicinity .

    A 4.3 Load Definitions

    Dead Load All structural materials, floors and various permanent elements forming part of the building shall be considered as dead loads.

    Live loads

    The design imposed loading shall follow BS 6399: part 1 in general. However, the following minimum live loads shall be used:

    Annexure A - Scope of Services Page 4 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    Floor Area Usage

    Distributed Load kN/m2

    Concentrated Load kN

    Offices , Toilets, Lockers Corridors

    4. 0

    4. 5

    Switchgear Room, Battery Room

    10. 0

    4. 5

    Mechanical (HVAC) Room

    7. 5

    4. 5

    Flat Roofs

    1.5

    1.8

    In addition, a moving load of 5 kN must be applied to all flooring to provide maximum stresses . Where the applied load is greater than these values, it shall take reference in the design (e.g. instrument panels, switchboards, mechanical equipment) . In addition to the live loads, roofs with a slope less than 30 degrees shall be designed for the following sand loads:

    (i) Roof with Parapet 1.0 kN/m2 (ii) Corrugated roof without parapet 0.4kN/m2 (iii) Other roofs without parapet none

    Paving and Trench Covers:

    Concrete paving and trench covers subject to vehicle traffic shall be designed taking into account-applied loads and their frequency with the following: i.e. a minimum of 50 kN wheel load over a contact area of 0.25 x 0.20m.

    Wind Load

    The wind pressures shall be calculated in accordance with BS CP3, Chapter V, Part 2, 1972, Basic Data for Design of Buildings- Wind Loads. Structures shall be designed for a basic wind speed of 45 m/sec. The following wind factors shall be used:

    i. Topography factor S1 = 1.0 ii. Ground Roughness, Building size and Height above ground factor from table 3 - "open country with no obstruction" , iii. Statistical factor S3 = 1.0 iv. The most prevailing wind direction is NNW

    Load Combinations

    (a) Buildings Foundations, structures and members of structures as well as their supports and fixing points shall be calculated for the following combinations: D + L + DY +W D+W, Where D is the dead load, L is the Live load, DY is the dynamic load and W is the wind load.

    (b) Other Structures The most unfavourable load conditions shall be taken into account.

    Annexure A - Scope of Services Page 5 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A 4.4 Reinforced concrete Building

    A 4.4.1 General

    Design and details of structural concrete foundations and bar bending schedules and cutting and bending shall be in accordance with BS 8110, BS 8004 and BS 4466 respectively with the following restrictions/exceptions:

    (i) All above ground concrete, except water retaining structures exposed to

    weathering shall be designed with a limitation of crack width to 0.2mm.

    (ii) Design of water retaining structures shall be in accordance with BS 8007 considering a maximum design crack width of 0.1mm.

    (iii) Construction joints shall be in accordance with BS 8007.

    (iv) Load factors shall be applied as per BS 8110 or BS 8007 to obtain the most

    favourable conditions .

    A 4.4.2 Material Requirements

    (i) Cement

    Cement for structural reinforced concrete and paving shall be Ordinary Portland Cement (OPC) to BS 12 or equivalent. Sulphate Resisting Cement (SRC) complying with BS 4027:1980 shall be used for blinding concrete.

    (ii) Concrete Grades

    Concrete Grade

    Cement Type

    28 Day Strength N/mm2

    Nominal

    Aggregate Size mm Structural including paving

    C30/20 ordinary Portland cement

    30

    20

    Blinding

    C7/20 Sulphate resistant

    15

    20

    A 4.4.2.1 Reinforcing Steel

    Reinforcing steel bars shall be un-coated high yield deformed bars with a characteristic strength of 420 N/mm2 to BS 4449, or equal as supplied by Qatar Steel Company (QASCO) , designated as grade 'T'. Un-coated mild steel plain bars with characteristic strength of 250 N/mm2 BS 4449 or equal may be used for links and binders, designated as grade 'R'. Steel wire fabric shall be of characteristic strength 485 N/mm2 in accordance with BS 4483 or equal.

    Annexure A - Scope of Services Page 6 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A 4.4.2.2 Concrete Cover

    Concrete cover is the design depth to all steel reinforcement including links: (i) Cover to all concrete in contact with soil in foundations up to base plate

    level shall be 70 mm. (ii) Cover to all above grade concrete exposed to weathering shall be 50 mm. (iii) Cover to above grade concrete protected from weathering shall be: Beams and columns : 40 mm

    Slabs and walls : 30 mm

    A 4.4.2.3 Protection Concrete in contact with soil in foundation shall be protected by laying BITUTHENE 1000 HX equivalent membrane over concrete blinding. Overlap of membrane shall be 75 mm. Cement mortar screed of at least 40 mm thick shall be specified as protection to the membrane on horizontal surface and slopes not exceeding 45. Protection to vertical or sloping surfaces shall be by bitumen impregnated hardboard at least 4 mm thick suitably bonded to retain in position.

    A 4.5 Structural Steel A 4.5.1 General

    The following provisions are applicable to steel structures and buildings, stairways and other miscellaneous steelwork. The design, detail fabrication and erection of structural steel shall be in accordance with BS 5950.

    All structural steel shall be of Grade 43A to BS 4360 or equivalent as a minimum. Black bolts of Grade 4.6 conforming to BS 4190 shall be used for walkways

    structures , joists, girts, stair stringers, handrails and other minor connections.

    A 4.5.2 Design Data

    Types of loads and load combinations shall be in accordance with section 2. The Allowable deflections of some of the members are given below: For other members BS 5950 shall be followed:

    Annexure A - Scope of Services Page 7 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    Category

    Member Type

    Vertical Deflection

    Horizontal Deflection

    Steel Members Purlins, Girts, Floor L/200 Beams

    Without Equipment L/300 With Equipment L/500

    Crane Runway Girders and L/750 Monorail Beams.

    Cantilever Beams L/400

    Steel Frames Without Equipment

    With Equipment -

    Without wind

    allowance With wind

    H/200

    H/300 H/20 H equals height of frame and L equals the span of beams

    A 4.5.3 Connections Moment resisting connection shall be designed to maximise field bolted and shop

    welded details. Heavy fields welded connections shall be minimised Standard simple beam connections, unless otherwise noted shall be designed

    and detailed by the fabricator for the beam capacity as shown in Part 3 of "BCSA Structural Steel Work Handbook".

    For member sizes not covered in Part 3 of "BCSA Structural Steel Work Handbook",

    the design load shall be equal to the calculated reaction for the beam loaded with the maximum allowable uniform load assuming full lateral support.

    A 4.6 Drainage

    All surface water drainage shall be designed in accordance with QP Standard for Civil Works and QCS. Surface water drainage system shall be connected to an engineered soakaway pit. Consideration should also be considered for the topography of the surrounding area, as storm watercourses may run through the new development site. If this is the case, then man-made water courses shall be designed and constructed.

    A 4.7 Roads

    Access and internal roads shall have minimum widths of 8.0m and 7.0m, respectively. Their design shall conform to Qatar Highway Design Manual and Qatar Traffic Manual. All the roads shall be kerbed, with a 1.8m wide pedestrian walkway constructed on both sides. Pedestrian crossing ways shall be clearly identified.

    Annexure A - Scope of Services Page 8 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A 4.8 Sewage Disposal A sewage disposal system shall be designed for the development. The system shall include, adequate sewage disposal pipework, manholes, inspection chambers and the necessary provision to tie-in to the existing Township collection network.

    A 4.9 Parking Sheds Shaded parking sheds shall be provided to personnel in line with QP procedures. Sufficient parking areas shall be marked up for anticipated visitors.

    Access and exits from parking sheds and areas shall be designed to comply with QP and Qatar State safety regulations.

    A 4.10 Qatar Laws and Regulations

    In addition to the foregoing, Consultant shall comply with all laws, regulations and instructions in force in Qatar and particularly with such laws, regulations and instructions that relate to planning, design and construction .

    The Consultant is deemed to be familiar with and in possession of all the Specifications, Codes and Standards quoted herein.

    A 5 DESIGN AND DRAWINGS A 5.1 Engineering Design

    (a) Consultant shall carry out topographic survey of the location as per location drawing. Consultant shall carry out survey of existing adjacent facilities and structures appropriate to the scope of the design and geo-technical investigation with the objective to determine the soil bearing capacity of the proposed WORKSITE area and ground water table movement drawing recommendations for design of foundations and floors at grade level.

    (b) Consultant shall carry out As-Built survey of the existing facilities appropriate to identify existing systems and services arrangements and problems to link/tie-in with the proposed structure, giving elevations and boundary lines of existing buildings.

    (c) Consultant shall carry out review of the existing records and data available on the existing infrastructure services and structures and their adequacy to suit the proposed new tie-in works .

    (d) Consultant shall carry out design modification works to existing infrastructure services or part thereof in accordance with appropriate safety standards and without adverse effect on the integrity ,appearance or durability of such services.

    (e) Consultant shall carry out design of new reinforced concrete foundation and framework for the new office building. The Consultant shall take into consideration all recommendations made in tine manufactures operational and installation manuals and from the geotechnical report.

    Annexure A - Scope of Services Page 9 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    (f) Consultant shall carry out and prepare detailed design and documents

    of the proposed buildings inclusive of all aspects, incorporating the following elements:

    (i) Conceptual design and drawings. (ii) Preliminary design (iii) Detailed design and drawings (iv) Schedules of works , specifications and bills of quantities.

    A 5.2 Submittals Guidelines

    (g) Format of Report/Submissions All report, submissions or other narrative or spread sheets shall be prepared employing software compatible with WORD for Windows 2007 or later, Microsoft Excel for Windows 2007 or later.

    (b) Drawings

    (i) Consultant shall produce drawings in accordance with the QGPC (QP) Engineering Standard for Draughting ESD10.1 and shall contain all the information necessary to carry out and complete the WORK. Drawings shall be produced wherever possible using Computer Aided Design software AutoCAD Release 2007 or later.

    (ii) Approved for Construction (AFC) and record drawings shall be

    prepared on A0 and A 1 size sheets only, unless otherwise expressly approved by QREIC. QREIC and QP title block shall appear in the lower right hand corner of all drawings. A sample copy of the subject title block and the assignment of QP drawing number will be made available to the Consultant.

    (iii) Architectural drawings shall include site layouts and setting out

    information, plans, elevations, sections and all related engineering services drawings: electrical, drainage , plumbing and water supply, telecommunications and air conditioning.

    (iii) Structural drawings shall include foundation plans/general arrangement,

    superstructure plans, elevations and sections with reinforcement and connection details. Drawings for reinforced concrete structure/elements shall be prepared in accordance with the "Standard Method of Detailing Reinforced Concrete" published by the Cement and Concrete Association or "Detailing of Structural Concrete" (1988 Edition) published by the Institution of Structural Engineers.

    (iv) All drawings issued to QREIC, whether for comment , interim approval or

    on final completion shall be subject to a thorough in-house quality assurance check by Consultant. Each drawing shall bear initial of the draughtsman, the discipline engineer responsible for the design and Consultant Representative or other approved person responsible for Quality Assurance and co-ordination of the design .

    Annexure A - Scope of Services Page 10 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    (vi) QREIC Representative shall sign all drawings, on completion of the

    design, off "Approved for Construction". Notwithstanding any such approval or acceptance on behalf of QP, Consultant shall retain full responsibility for the adequacy and completeness of the design.

    (c ) Calculations The Consultant shall provide calculations as necessary to support the engineering solutions as shown in the drawings and elsewhere. Calculations shall be presented in an approved format. Calculations in the form of computer printouts shall only be accepted if they incorporate an explanation of the data presented.

    A 5.3 Approval of Design (i) Consultant shall carry out the design services in three stages viz. , Conceptual,

    Preliminary and Detailed, obtaining QREIC approval at each stage before further developing the design. Upon award of the Contract, the Consultant shall submit minimum 3 Options of the concept design including 3D perspectives for each concept for approval. Upon completion of the detail design services, the Consultant shall carry out the Tender stage services.

    (ii) Before design work starts Consultant shall prepare a schedule, detailing the reports/drawing, which shall be submitted at the different stages of the design. Consultant shall obtain QREIC approval of the schedule before starting design work. (ii) At each of the three stages of the design, Consultant shall submit to QREIC four (4) No. paper prints of all reports/drawings requiring approval. QREIC shall return one copy of the Consultant's submissions within Ten (10) working days indicating that the submission is acceptable or that additional input is required. (iii) Consultant shall revise the reports/drawings, incorporating QREIC/QP

    comments, if any, and issue four (4) No. paper prints of drawings marked "Approved for Construction" to QREIC following acceptance of Consultant's detailed design drawings.

    (iv) Consultant shall submit all design drawings and design calculations to

    QREIC for approval on a progressive basis. QREIC Representative shall convene regular design review meetings and monitor the progress.

    Annexure A - Scope of Services Page 11 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A-6 TERMS AND CONDITIONS OF THE TENDER

    A 6-1 Conditions of Contract The Consultant shall provide professional services in accordance with the terms and conditions of the State of Qatar, Professional Service Agreement, General Conditions of Engagement 1984 Edition (except the items 11, 12, and 13 of the Section 10)

    A 6-2 Tender Price The Consultant is requested to submit an all inclusive lump sum fee proposal for the services required for the design and planning, obtaining of permits for construction and compiling of tender documents.

    The Consultants lump sum fee proposal shall include costs of all services described herein, all government submissions, engineering, drafting, materials, equipment, insurances, duties, overheads, profit and other things necessary for the Works.

    A-6-4 Commencement Date The anticipated commencement date for the aforementioned design professional services is May-June 2015.

    A-6-5 Duration of Design Services The Consultant shall complete the design works within 150 days (One Hundred and Fifty days) from the mutually agreed commencement date of the Professional Services.

    A-6-6 Penalty for Delay in Design Works The amount of penalty for delay, per day, as described in Section 8 of the Professional Service Agreement, General Conditions of Engagement 1984 Edition shall be levied at the rate of QR 3000.00 per day or part of the day. Penalty will be limited up to maximum 10 % of the total fees.

    A-6-7 Faults in Design In addition to Section 8.0 of the General Conditions of Engagement 1984-edition, the Consultant shall be responsible for any additional work that could be claimed during the construction stage by the contractor due to any error, omission, misjudgment in the design and inadequate co-ordination with Utility Services.

    The Consultant shall also be responsible for any additional cost that may arise due to additional work, delay to the construction program as a result of any fault, and deficiency in his design.

    A-6-9 Ownership Copyright of all documents and drawings provided by the Employer, all data, drawings and documents prepared under this project shall, after being approved by the Employer, become the property of the Employer and shall be at the sole disposal of the Employer. Such data, drawings and documents shall not be subsequently altered without the prior permission of the Employer.

    Annexure A - Scope of Services Page 12 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________ A-7 SERVICES

    A 7-1 Staffing The Consultants shall provide or procure qualified and accredited managerial, planning, administrative, and technical staff to perform the Services in full conformance with all applicable laws, building codes, Companys requirements, budget and schedule for the construction of the packages. The Consultants shall coordinate/oversee the work of all the various engineering disciplines, making sure conflicts are avoided, codes are met and all systems are implemented. The Consultants shall meet all requirements necessary to complete the design so that the packages can be tendered, permitted and constructed.

    A 7-2 Sub-Consultancy The employer has no objection in principle to the Consultant Sub-Contracting any

    elements of the services to a suitable qualified third parties. The Consultant shall specify in his bid the names of the disciplines and proposed Sub-Consultants planned to employ. However, the Employers prior approval of the suitability of the third party must be obtained before a Sub-Contract is made. The design consultant shall maintain complete responsibility and liability for the services provided by the sub-consultant to the satisfaction of the Engineer.

    A 7.3 Site Survey and Investigation

    The Consultant shall carry out the topographical survey and geotechnical investigation of the site through an approved Topographical and Geotechnical Survey Company registered with "Qatar Engineers Accreditation and Classifying Committee" The Consultant shall collect all relevant data from the relevant authorities, verify, vet and correct the data of utilities/services in and around the plot to the actual site conditions (by electromagnetic process) and produce a complete set of drawings and documents of existing services and facilities above and below the ground surface of the site.

    A.7.4 Tendering and Contract related Services The Consultant shall employ an approved quantity surveying practice regulated by

    Royal Institution of Chartered Surveyors (RICS) and registered with "Qatar Engineers Accreditation and Classifying Committee" for all quantity surveying related services. The quantity surveying consultant shall provide the required services in the following stages.

    (i) The quantity surveying consultant shall prepare and submit for approval a

    comprehensive Bill of Quantities (BOQ), cost estimate and the tender documents in the following manner.

    a) The Bill of Quantities shall fully detail and describe the extent of Works required and shall include the items with descriptions in accordance with an adopted standard method of measurements that properly and effectively describe the elements of work to the extent that no ambiguities can arise. The final Bill of Quantities shall include quantity take off sheets for all the disciplines.

    Annexure A - Scope of Services Page 13 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    b) The detailed cost estimate, shall be based upon the project documents of all work necessary for the complete construction of the Project with unit prices and mark-ups reflecting current market conditions, without lump sums of any kind.

    c) The Construction Tender document shall be comprehensive as necessary for inviting competitive bids in accordance with the Employer's requirements, but shall include minimum, the form of tender, Instructions to Tenderers, Contract Agreement, Particular Conditions, Conditions of Contract, specifications, Bill of Quantities, drawings and any other documents as required by and to the approval of the Engineer.

    (ii) Upon receipt of the tenders, the Consultant shall prepare and submit a comprehensive tender analysis report addressing both technical and financial aspects of the submitted bids with a recommendation enabling the Employer to deicide the suitable contractor for the project.

    (iii) Once decided and upon issue of the Letter of Intent, the Consultant shall prepare the Contract Document incorporating all relevant parts of the accepted tender, for signature.

    A 8 DESIGN STAGES

    A 8-1 Conceptual Design The Conceptual Design Services shall be in accordance with Section 10 (tables 1 & 2) of the State of Qatar, Professional Services Agreement, General Conditions of Engagement 1984 Edition. The Consultant shall prepare an initial and itemized cost estimate for the project based on his conceptual design and submit this with his conceptual design. The Consultant shall review the proposed built up areas and shall prepare an adequate conceptual design to meet the QREIC requirements and approval. The Concept design shall include the design of the subdivision, land development, Office units and shall address all issues pertaining to the indicated services, utilities and infrastructure. The Consultant shall note that upon the completion of his investigations he is required to present his proposal for review and approval. The Consultant shall submit to the QREIC the design on high quality presentation materials along with clear and concise summaries which describe the features and the potential costs to construct. The Consultants shall prepare report/documents that summarize the planning and conceptual designs that include:

    Statement on overall objectives and principles of planning (design concept) Summary of assumptions that are to be used.

    The concept report shall include a feasibility studies to address and resolve all issues of office layout in regards to interdepartmental relationships, circulation and accessibility of personnel and vehicles. The lump sum price for provision of soft furnishings shall be included in the said report. Detailed Method statement including the procedures, criteria, standards and controls required in executing subsequent project management and other phases must form part of the Concept Report.

    Annexure A - Scope of Services Page 14 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    A 8-2 Preliminary Design Upon approval of the Conceptual design and the written issuance of QREIC of the proceed letter, the Consultant shall proceed with the preliminary design works. In general, the preliminary design shall show the proposed works in sufficient detail to enable a decision to be made to proceed to final design. Drawings shall be at scale, which will clearly illustrate the information being presented. The Consultant shall prepare an initial and itemized cost estimate for the construction of the whole works based on his preliminary design and submit this with his preliminary design. The Consultant shall design the overall development as stated in Annexure A and provide all necessary documents, in accordance with Section 10 (tables 3 and 5) of the State of Qatar, Professional Services Agreement, General Conditions of Engagement 1984 Edition.

    A 8-3 Detail Design Upon the approval of the preliminary design, the Consultant shall design the overall building Architectural, Structural, Mechanical, Electrical, Telecommunication, Infrastructure, Gate house boundary wall/external fences, Landscaping elements, Access Roads, driveways and all other requirements and provide all necessary documents, in accordance with Section 10 table 6 of the Professional Services Agreement General Conditions of Engagement 1984-Edition of the State of Qatar.

    A 8-4 Tender and Contract Services The Tender and Contract documents and services shall comply with the General Conditions of Engagement Edition 1984 Section 10, (tables 7 to 10). The drawings, tender and contract documents and services shall be prepared according to the agreed construction packages. The Tender document submission shall be as follows:

    Project tender documents and drawings for each construction packages as per the number of Tenderers. Drawings shall be A0 or A1 size.

    One set of A3 size drawings Electronic copy of all tender documents and drawings in non editable format. A set of complete drawings and documents in editable format. The building permit obtained by the Consultants from the concerned Authorities.

    Provide tendering services as per table 7, section 10 of State of Qatar, Professional Services Agreement, General Conditions of Engagement, 1984 Edition.

    The Consultant shall prepare the Tender Report and make tender recommendation based on a pre set criteria approved by the Engineer. Detailed tender analysis report shall be submitted to the Engineer within 14 days upon advise by the Engineer.

    Provide contract services as per table 10, section 10 of State of Qatar, Professional Services Agreement, General Conditions of Engagement, 1984 Edition.

    Annexure A - Scope of Services Page 15 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    On approval of the contract documents, the Consultant shall supply for each construction package the following:

    Three (3) sets of project contract documents and drawings for each construction packages. Drawings shall be A0 or A1 size.

    One set of A3 size drawings.

    Two sets of Electronic copy of all contract documents and drawings in editable and non-editable formats.

    The Contract documents shall include copies of alterations made by circular notice, accepted qualifications and alternatives, any changes arising from negotiations, contract starting instructions, completed form of tender, Instructions to Tenderers, conditions of contract, specifications and completed bills of quantities.

    Annexure A - Scope of Services Page 16 of 17

  • Extension of Dukhan Operations Management Building (DOMB) ________________________________________________________________________

    Annexure A - Scope of Services Page 17 of 17

  • ANNEXURE B

    CONSULTANTS FEE PROPOSAL

  • Extension of Dukhan Operations Management Building (DOMB)

    ANNEXURE B CONSULTANT FEES PROPOSAL

    B-1 Consultant's Design Fee

    The Consultant shall include in his proposal the design lump sum fee, detailed by completion of services. It should be noted that the percentage shown against the listed items are the maximum allowable of the total price. Schedule B

    Item %

    Fee in QR On acceptance of As-Built Survey of the existing facilities and services (maximum allowable 5% of Total Fee)

    On approval of the Concept Plans, Reports and Cost Estimate (maximum allowable 20% of Total Fee)

    On approval of Preliminary Design Drawings, Reports and Cost Estimate (maximum allowable 20% of Total Fee)

    On approval of Detailed Design Drawings & Reports (maximum allowable 25% of Total Fee)

    On acceptance of the Tender Documents (Drawings, Front-end Documents, Specifications, B.O.Q, Pre-qualification etc) and Construction Cost Estimate. (maximum allowable 10% of Total Fee)

    On submission of the required number of Tender Documents, completion of Tender Clarification Services and Tender Analysis Report. (maximum allowable 10% of Total Fee)

    On acceptance of Contract Documents (including Contract Drawings), IFC Drawings and Services. (maximum allowable 5% of Total Fee)

    On completion of 365 days Design Liability period during the Construction Stage

    5%

    DESIGN LUMP SUM FEE (QR.)

    Note: If QREIC wishes to terminate any stage of the design services prior to the

    commencement of that stage, then QREIC shall pay the consultant fees relevant to that of the design stages so far completed only as indicated and referenced in the above table. No additional fees and/or claims shall be accepted beyond that. The Consultant's costs associated with the completion of any design stages shall be inclusive of all charges and fees up to that stage.

    _______________________________________________________________________________________ Annexure B Fee Proposal Page 1 of 2

  • Extension of Dukhan Operations Management Building (DOMB)

    B-2 Design Approvals & Claims Approval for each of the items listed in the above table shall be issued by QREIC only on receipt of the approval from the concerned authority. The Consultant's initial claim for completion of any of the above listed items shall not exceed 70% of the fees against it. The remaining 30% should be claimed only after receiving written approval from QREIC. B-3 Design Fees Proposal

    The Consultant's design fee proposal is to be valid for a period of (One Hundred and Twenty) 120 days from the date of submission. The Consultant is advised that his fee proposal must contain no conditions. Should he require any clarification of the work to be carried out under the Professional Service Agreement, this should be requested in writing prior to submitting his fee proposal. The fee shall be paid in Qatari Riyals. The Consultants fee is deemed to include for the cost of procurement of all and any data or plans, specification, standards, and manuals for which a charge may be levied by any authority. B-4 Payment Terms

    Fees of the consultant will be payable against invoices after the completion of each stage of works in Schedule B and will be paid by the Employer after 30 days from the date of Engineer approval.

    _______________________________________________________________________________________ Annexure B Fee Proposal Page 2 of 2

  • ANNEXURE C

    TIME SCHEDULE FOR SERVICES

  • Extension of Dukhan Operations Management Building (DOMB)

    ANNEXURE C TIME SCHEDULE FOR SERVICES

    CONSULTANT'S SCHEDULE C-1 Consultant's Design Schedule

    The Consultant shall include in his proposal his schedule for completing his design services within (One Hundred and Fifty days) 150 days generally as Schedule C, as follows: Schedule C Cumm.

    Total Completion of review of As-Built Survey of the existing facilities and Services

    by day

    Completion of Concept Design Drawings and Reports by day Approval of the Concept Designs Submittal (Time Required by QREIC in working days)

    10

    Completion of Preliminary Design Drawings and Reports by day Approval of the Preliminary Designs Submittal (Time required by QREIC in working days)

    10

    Completion of Detail Design Drawings and Documents by day Approval of the Detail Design submittal (Time Required by QREIC in working days)

    10

    Engineers Final Approval by day Submission of Tender Documents (Calendar days) by day 150 Completion of Tender Services In Co-ordination with QREIC Completion of Contract Services In Co-ordination with QREIC Approval Duration The Consultant shall allow a 10 working day period in his submittal schedule for obtaining the approval of the Engineer at each interim submittal stage for Concept, Preliminary, detail Design and all other submittal requirements during which other minor and preoperational works can still preceded as groundwork for the following design stage. In case of delay by QREIC in approval of Consultant Design Submittal, only time variance will be awarded on QREIC discretion. No extra cost will be awarded due to delay in QREIC approval of Consultant's submittals. Level one program which includes the above activities shall be submitted along with schedule "C". Tender Analysis Report: After the closing of the tender, the consultant will be required to prepare Tender Analysis Report, which will include the full details of the documents submitted by the Tenderer and the price quoted by him, only those bidders who comply with the requirement of the Tender submission will be treated as successful Tenderer. Also the Employer reserves the right to accept a Tender other than the lowest and accept ______________________________________________________________________________________ Annexure C" Consultants Schedule Page 1 of 2

  • Extension of Dukhan Operations Management Building (DOMB)

    or reject any tender in whole or part or to reject all Tenders with or without notice or reason. Detailed Tender Analysis Report should be submitted within 14 days from the date of request by the Engineer. Completion of Contract Documents: After reviewing the Tender Analysis Report, and awarding the Tender to the Successful bidder, the consultant will be required to provide to the Engineer complete sets of Contract Documents as stated in the Annexure A incorporating all the tender addendums and post tender correspondence. C-3 Design Deliverables

    On completion of his contract services, the Consultant shall deliver to the Engineer the original drawings for the project. These shall be in accordance with the requirements stated in the Annexure A - Scope of Services. C-4 The Diskettes & CDs

    Electronic copy of drawings shall be provided in AutoCAD (latest revision) (uncompressed files) and PDF on a CD/DVD diskette. C-5 The Drawings

    The drawings shall be clearly labeled with Project Code and full title as described in the project brief. The cover sheet shall contain a full list of drawings included.

    ______________________________________________________________________________________ Annexure C" Consultants Schedule Page 2 of 2

  • ANNEXURE D

    DESIGN SPECIFICATIONS & STANDARDS

  • Extension of Dukhan operations Management Building (DOMB)

    ANNEXURE D DESIGN SPECIFICATIONS & STANDARDS

    D-1 General The permanent works shall be designed for construction generally in accordance with following Government standard specifications. In the case of any disparity or ambiguity between the quoted Specification, Codes and Standards, the more stringent requirement shall apply. Responsibility for ensuring the correct interpretation of the applicable Specifications, Codes and Standards rests with the Consultant. In case of doubt the Consultant shall contact the Engineer for clarification. D-2 Standards

    (a) EFS.00.08.02: Codes, Standards and Specifications for Design Engineering (second edition dated February 2006)

    (b) ESD 10.1 Engineering Standard for drafting, issued by QP.

    (c) ESQ.12 Standard Specification for Painting and Wrapping of metal surfaces issued by QP.

    (d) Loss Prevention i. QP Safety Manual.

    ii. EP.S.01 QP Corporate Fire and Safety Philosophy iii. NFPA 20 Fire Pumps Centrifugal iv. NFPA 24 Private Fire Services Mains

    (e) The Qatar Construction Specifications (QCS), (2014 Edition) , prepared by Civil Engineering Department (C.E.D) of the Ministry of Municipal Affairs and Agriculture (MMAA) .

    (f) Qatar Roads Design Manual.

    (g) Qatar Traffic Manual. (h) Telecommunications: Ministry of Transport and Communications Q Tel

    Publications Telecommunication Requirements.

    (i) MEW / QGEWC / KAHRAMAA Specifications for design and construction of electricity and water supply systems.

    ______________________________________________________________________________________ Annexure D Design Specifications & Standards Page 1 of 2

  • Extension of Dukhan operations Management Building (DOMB)

    D-3 Specifications The following documents in their last revision shall be read in conjunction with and shall be part of the design criteria: (i) Time-Saver Standards for Architectural Design Data- Seventh Edition,

    the Reference for Architecture Fundamentals. (ii) Time-Saver Standards for Housing and Residential Development -

    Second Edition (iii) Time-Saver Standards for Interior Design and Space Planning, Second

    Edition (iv) Time-Saver Standards for Landscape Architecture- Second Edition (v) Architects' Data: Neufert - 3rd Edition (vi) BS CP3 Chapter V part 2: Basic data for design of buildings and wind loads. (vii) BS 6399 part 1: Design loading for buildings code of practice for dead and

    imposed loads. (viii) BS 5930: Code of Practice for site investigation. (ix) BS 6031: Code of Practice for earthworks. (x) BS 8004: Code of Practice for foundations. (xi) BS CP 2012: Code of Practice for foundations. (xii) BS 8110 Parts 1, 2 &3: Structural use of concrete Code of Practice for design

    and construction. (xiii) BS 648: Schedule of weight for building materials. (xiv) BS 4449: Hot rolled steel bars for reinforcement of concrete. (xv) BS 449 Part 2: The use of structural steel in buildings. (xvi) BS 4190: Isometric black hexagonal bolts, screws and nuts. (xvii) BS 4395: High strength friction grip bolts Metric series Part 1. (xviii) BS 4604: The use of high strength friction grip bolts. (xix) BS 4360: Weldable structural steel. (xx) AWS D1.1: Structural welding code - steel. (xxi) Architectural Journal (AJ).

    ______________________________________________________________________________________ Annexure D Design Specifications & Standards Page 2 of 2

  • ANNEXURE E

    METHOD STATEMENT

  • Extension of Dukhan Operations Management Building (DOMB)

    ANNEXURE E

    METHOD STATEMENT

    E-1 Design Method Statement

    The Consultant shall include with his fee proposal a brief statement describing his proposed methodology for the execution of the works under the Professional Services Agreement. The Method Statement shall set out for each stage of the services to be provided; his proposed methodology, the topics covered, the expected outputs, the staff to be engaged and the duration of the activity, both in Qatar and elsewhere. The Method statement shall be taken as indicative of the minimum staff resources to be deployed and shall in no way be binding upon the client in terms of additional costs should the Consultant require to increase man power or resources to achieve the project objectives and deadlines. Consultants are advised that they are expected to have examined all terms, conditions and instructions included in this brief. Failure to provide all requested information will be at the Consultant's responsibility. The majority of the key professional staff are expected to be permanent employees of the firm, unless indicated otherwise. The proposed staff must have experience relating to similar projects and familiarity with current standards in the State of Qatar. The Consultant shall identify an alternative Project Architect (Project Manager) for the event that the designated person for this position is unavailable for any reason and to act as deputy during periods of absence. E-2 Specifics

    The Method Statement shall address the following main points: A brief description of the Consultant's organization and an outline of recent experience on projects of a similar nature. This information provided on each project should indicate the profiles of the staff provided, duration and the extent of the Consultant's involvement. E-3 CV's

    Curriculum Vitae (CV) of the key personnel and key information should include: years of experience, registration to professional affiliations, years with the firm and degree of responsibility held in various assignments during the last 10 years. CV's should be limited wherever possible to not more than 4 pages.

    ________________________________________________________________________________________ Annexure E Method Statement Page 1 of 1

  • ANNEXURE F

    CONSULTANTS QATARI REGISTRATION

  • Extension of Dukhan Operations Management Building (DOMB)

    ANNEXURE F CONSULTANTS QATARI REGISTRATION

    The Consultant should have A grade registration with relevant Engineers Accreditation Authority of State of Qatar for all the relevant disciplines that the Consultant is going to perform and have to submit copies of relevant documents to prove their grade and registration along with the tender. In case of failure to submit copy of the registration, consultants offer will not be considered.

    _______________________________________________________________________________________ . Annexure F Consultants Qatari Registration Page 1 of 1

  • ANNEXURE - G

    CONSULTANTS PREVIOUS EXPERIENCE IN QATAR

  • Extension of Dukhan Operations Management Building (DOMB)

    ANNEXURE G: CONSULTANT PREVIOUS EXPERIENCE IN QATAR _______ The Consultant should have A grade registration with relevant Engineers Accreditation Authority of State of Qatar and have to submit copies of relevant documents to prove their grade and registration along with the tender. In case of failure to submit copy of the proper document and experience, the consultants offer will not be considered. The consultants should have at least minimum 5 years experience in State of Qatar. The Consultant should include with his proposal a detailed list of similar projects done in Qatar in last 5 years. Only the Projects with total construction cost exceeding QR 20 Million should be listed. Projects of supervision services and design services should be listed separately. The Consultant must prove that he had executed similar projects at State of Qatar and he has qualified technical staff, who have experience in similar works.

    _______________________________________________________________Annexure G Consultants Previous Experience in Qatar Page 1 of 1

  • ANNEXURE H

    CONSULTANTS PROJECT ORGANIZATION CHART

  • Extension of Dukhan Operations Management Building (DOMB)

    ANNEXURE H

    CONSULTANTS PROJECT ORGANIZATION CHART

    The Consultant shall submit a project organization chart which will be considered as the minimum staff resources to be deployed and shall in no way be binding upon the client in terms of additional costs should the Consultant require to increase man power or resources to achieve the project objectives and deadlines. The majority of the key professional staff is expected to be permanent employees of the firm, unless indicated otherwise. The proposed staff must have experience relating to similar projects and familiarity with current standards in the State of Qatar. CVs Curriculum Vitae (CV) of the key personnel of the proposed project design team shall be submitted. CV should include years of experience, registration to professional affiliations, years with the firm and degree of responsibility held in various assignments during the last 10 years. CVs should be limited wherever possible to not more than 4 pages. CV of the following positions to be submitted. All proposed candidates should have Bachelors degree in their discipline and minimum 7 years experience out of which 2 years should have been spent in the GCC countries. The Consultant shall identify an alternative Project Architect for the event that the designated person for this position is unavailable for any reason and to act as deputy during periods of absence.

    a. Architect b. Structural Engineers c. Infrastructure Engineers d. Mechanical & Electrical Engineers e. Quantity Surveyor. f. Any other specialists as may be necessary.

    _______________________________________________________________________________________ . Annexure H Consultants Project Organization Chart Page 1 of 1

  • ANNEXURE I

    LAYOUT-SKETCH

  • Design. Cover Page.pdfQATAR REAL ESTATE INVESTMENT COMPANYEXTENSION OF DUKHAN OPERATIONS MANAGEMENT BUILDING (DOMB) AT QP TOWNSHIP DUKHANTENDER DOCUMENTFOR

    I T.pdf1.1 Introduction1.2 Definitions1.3 Tender Documents and Closing Date1.4 Tender Prices1.5 Validity of Tender1.6 Examination of Tender Documents and Explanations to Tenderers.1.7 Questions and Clarifications Concerning the Tender Documents1.8 Site Inspection and Conditions1.9 Rights1.10 Tender Bond1.11 Performance Guarantee3.9 Schedule C

    Anne. A - Scope of Services.pdfA 3 Specifications and StandardsA 4.2 Architectural Design Requirements and GuidelinesLive loadsWind LoadLoad CombinationsA 4.4 Reinforced concrete BuildingA 4.5.3 ConnectionsA 4.6 DrainageA 4.7 RoadsA 4.8 Sewage DisposalA 4.10 Qatar Laws and RegulationsA 5 DESIGN AND DRAWINGSA 5.1 Engineering DesignA 5.2 Submittals GuidelinesA 6-1 Conditions of ContractA-6-4 Commencement DateA-6-5 Duration of Design ServicesA-6-6 Penalty for Delay in Design WorksA-6-7 Faults in DesignA-6-9 OwnershipA 7-1 StaffingA 8-1 Conceptual DesignA 8-2 Preliminary DesignA 8-3 Detail DesignA 8-4 Tender and Contract Services

    ANX .B.pdfB-1 Consultant's Design FeeSchedule BB-2 Design Approvals & Claims

    B-3 Design Fees ProposalB-4 Payment Terms

    Annex C.pdfCONSULTANT'S SCHEDULEC-1 Consultant's Design ScheduleSchedule C

    C-3 Design DeliverablesC-4 The Diskettes & CDsC-5 The Drawings

    Annex C.pdfCONSULTANT'S SCHEDULEC-1 Consultant's Design ScheduleSchedule C

    C-3 Design DeliverablesC-4 The Diskettes & CDsC-5 The Drawings

    Anex. D.pdfD-1 GeneralD-2 StandardsD-3 Specifications

    Anex. E.pdfE-1 Design Method StatementE-2 SpecificsE-3 CV's

    Anne. A - Scope of Services R1.pdfA 3 Specifications and StandardsA 4.2 Architectural Design Requirements and GuidelinesLive loadsWind LoadLoad CombinationsA 4.4 Reinforced concrete BuildingA 4.5.3 ConnectionsA 4.6 DrainageA 4.7 RoadsA 4.8 Sewage DisposalA 4.10 Qatar Laws and RegulationsA 5 DESIGN AND DRAWINGSA 5.1 Engineering DesignA 5.2 Submittals GuidelinesA 6-1 Conditions of ContractA-6-4 Commencement DateA-6-5 Duration of Design ServicesA-6-6 Penalty for Delay in Design WorksA-6-7 Faults in DesignA-6-9 OwnershipA 7-1 StaffingA 8-1 Conceptual DesignA 8-2 Preliminary DesignA 8-3 Detail DesignA 8-4 Tender and Contract Services

    ANX .B.pdfB-1 Consultant's Design FeeSchedule BB-2 Design Approvals & Claims

    B-3 Design Fees ProposalB-4 Payment Terms

    ANX .B r.pdfB-1 Consultant's Design FeeSchedule BB-2 Design Approvals & Claims

    B-3 Design Fees ProposalB-4 Payment Terms

    Annex C.pdfCONSULTANT'S SCHEDULEC-1 Consultant's Design ScheduleSchedule C

    C-3 Design DeliverablesC-4 The Diskettes & CDsC-5 The Drawings

    Anne. A - Scope of Services.pdfA 3 Specifications and StandardsA 4.2 Architectural Design Requirements and GuidelinesLive loadsWind LoadLoad CombinationsA 4.4 Reinforced concrete BuildingA 4.5.3 ConnectionsA 4.6 DrainageA 4.7 RoadsA 4.8 Sewage DisposalA 4.10 Qatar Laws and RegulationsA 5 DESIGN AND DRAWINGSA 5.1 Engineering DesignA 5.2 Submittals GuidelinesA 6-1 Conditions of ContractA-6-4 Commencement DateA-6-5 Duration of Design ServicesA-6-6 Penalty for Delay in Design WorksA-6-7 Faults in DesignA-6-9 OwnershipA 7-1 StaffingA 8-1 Conceptual DesignA 8-2 Preliminary DesignA 8-3 Detail DesignA 8-4 Tender and Contract Services

    Annex C.pdfCONSULTANT'S SCHEDULEC-1 Consultant's Design ScheduleSchedule C

    C-3 Design DeliverablesC-4 The Diskettes & CDsC-5 The Drawings

    Anne. A - Scope of Services.pdfA 3 Specifications and StandardsA 4.2 Architectural Design Requirements and GuidelinesLive loadsWind LoadLoad CombinationsA 4.4 Reinforced concrete BuildingA 4.5.3 ConnectionsA 4.6 DrainageA 4.7 RoadsA 4.8 Sewage DisposalA 4.10 Qatar Laws and RegulationsA 5 DESIGN AND DRAWINGSA 5.1 Engineering DesignA 5.2 Submittals GuidelinesA 6-1 Conditions of ContractA-6-4 Commencement DateA-6-5 Duration of Design ServicesA-6-6 Penalty for Delay in Design WorksA-6-7 Faults in DesignA-6-9 OwnershipA 7-1 StaffingA 8-1 Conceptual DesignA 8-2 Preliminary DesignA 8-3 Detail DesignA 8-4 Tender and Contract Services

    Annexure A - Scope of Services R1.pdfA 3 Specifications and StandardsA 4.2 Architectural Design Requirements and GuidelinesLive loadsWind LoadLoad CombinationsA 4.4 Reinforced concrete BuildingA 4.5.3 ConnectionsA 4.6 DrainageA 4.7 RoadsA 4.8 Sewage DisposalA 4.10 Qatar Laws and RegulationsA 5 DESIGN AND DRAWINGSA 5.1 Engineering DesignA 5.2 Submittals GuidelinesA 6-1 Conditions of ContractA-6-4 Commencement DateA-6-5 Duration of Design ServicesA-6-6 Penalty for Delay in Design WorksA-6-7 Faults in DesignA-6-9 OwnershipA 7-1 StaffingA 8-1 Conceptual DesignA 8-2 Preliminary DesignA 8-3 Detail DesignA 8-4 Tender and Contract Services