Contracts & Procurement Manual - 2011
Contracts & Procurement Manual - 2011
Contracts & Procurement Manual - 2011
PROCEDURE MANUAL
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
Abdulaziz AI Mulla
Lusail Contracts & Procurement Director
AIJ<IA wa r;
Reviewed By:
~-- - - - - -
'
'itl
<=)1\_
Fairoz AI Homaidi
Lusall Phase 2 Director
{"->
---------- -------------------
02-1""--:?o__
Magdy Youssef
Lusail Administration Complex (LAC) Director
r- /
-to (
Ibrahim AI-Abdulla
Lusail Administration Director
Certified By:
Approved By:
------------------------------------~-
Pre-Qualification Procedure
Chapter 4 -
Purchase Requisition
Chapter 5-
Tendering Procedure
DEFINITIONS, TERMINOLOGIES,
ABBREVIATIONS~
DELEGATION OF AUTHom-rY/AND
_'\......
DOCUMENT
" -'-
S:~~
OR8TER1
o
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
LW'='~IL
.::.:
",-
~\,
<~
'-.
,'0"
~,
. ",
t\jItliQrity ~nd:Qoc!lntev.fSigpatiJJ::e' ~ajtjx
~i: ::'2.:d~~~.~~~:ij::-\': :'<-~:~:-: ~2:::; ;!}~j,~i-lf1il~3.tL;~:>~~;;ji'~;.~, -: 0.j,~J!~!~:~t;i~'::t~:;;::{;/),~i/' ~~i~iJ~j]j~;;~,~;-~ ~
of
CONTENT LIST
1.0
OBJECTIVE
2.0
3.0
DELEGATION OF AUTHORITY
o
4.0
3.1
Generally
3.2
3.3
4.0
CHAPTER 1
Page 1 of 14
Detiniti!!Ii~,
1.0
OBJECTIVE
The Objective of this Contracts and Procurement Procedure Manual is to provide users
and those involved with procurement and administration of Contracts within LREDC
with relevant information and practical guidance in managing the procurement process
throughout the whole lifecycle from project initiation to award, and Contract
administration pertaining to variations, claims & dispute resolution, delay damages and
Contract close out procedures in order to ensure that LREDC achieve the best value
for money in speedy and auditable manner.
2.0
Award Plan
Certificate of
Completion (CC)
Chairman
whe~~orks/servLceQe
Claim
A standard
of a variati07t6 ~r~ct.
The Chief
('V
Executi~of t,\?80mpany.
A~r~~~aj
<s~<~:~,Jl!assified"
\erms'l~md ~nditi,ons.
Classified Tender
Company
Contract
Contract Amendment
Form (CAF)
Contractor
CHAPTER 1
Page 2 of 14
LLJ'=:'~IL
Contracts &
Procurement
Department (C&P)
Contract Variation
Form (CVF)
Delay Damages
Delegation Of Authority
(DOA)
'''''~t~~~ ~~
Certificate
Disputes
by the"\Board of
V/.
Directors.
'" .
""
The process of awarding CORtracts without comp~itivE}'tendering as
per the Manual of AuthoriWreql:Jiremenisl0 V
Direct Order
Discharge
(DC)
author~s $~O;)ed
G,,_' P'''d,
Tho
fu,
provided tha(the-C(:lOtraG~ ~as f~lfilied all of its obligations under
the contract\ L /
.
1V
Whe~~ntract~nt<\lns
<.
EOI
EX~S~Of'r;;terest.
.~.
Evaluation Team
Exceptional Cases
Form of Agreement
(FOA)
GCOC
CHAPTER 1
Page 3 of 14
Defilliti~lls,TermiilOlogi.e~,Ab1J.reviatiolis,D~I,egatioll (jf
, ' "
,'"
Goods
GTC
Guarantee Period
ITT
KPI
Letter of Acceptance
(LOA)
liquidated
(LD)
Damages
LREDC
Notice
Notice to Proceed
See, "Delay
Damages~,
S"'~~
:~e~ti~~
Open Tender
Project Controls
Department "PCD"
The department that deals with all matters relating to cost and time,
It is the focal point for controlling all expenditure and reporting on
time and cost matters to RD and to senior management. This
includes estimates and budgets; cost planning; payment
applications; reviewing and recommending cost and budgets for
Variations and Claims from Contractors.
o
CHAPTER 1
Page 4 of 14
_',
_,
'
';"
_ , : . , ' , .. _:
".
.,,"
,_
'I' :';.
, ,,-",: "
:.,,"-
__
- ,"
- __ '
Requesting
Department (RD)
Any department .or unit .of the Campany that is respansible far
specifying, cantralling and supervising warks .or services ta be
perfarmed under a Cantract .or Agreement, liaisan with ather
Departments within the Campany and that is accauntable ta the
Campany. RD shall alsa remain as the facal paint .of
cammunicatians with Tenderers, suppliers and the like far all the
pre-award activities and during the pracess subsequent ta the
singing .of Cantract agreement and canclusian .of the farmal
cantractual relatianship pertaining ta services .or warks .or gaads ta
be pravided.
Respective Department
RFP
SOS
SOW
'0"
"="m ,,"y.blo.
6
,\
~
~
~V
2~etingS,(spanses
Tender Bulletins
Tender, Classified
Recards .of
ta Tenderers queries
and all~ther\cammur:licatians clu19ng the pracess .of bidding will be
issue'\:J~w'l-itingjjlthejp~m .of Tender Bulletins
Tender, Invitatian ta
A~al
c~l5inatian .of twa .or mare .of such gaads, warks and services
Vstating the terms and canditians far submissian .of Tendersl Bids far
a particular Cantract and which is issued either by public
advertisement .or by a letter narmally accampanying Tender
Dacuments .or Request far Prapasal (RFP).
Tender, Open
Tender, Plan
Strategy far the executian .of the procurement pracess far warks
and .or services except far .open tendering.
o
CHAPTER 1
Page 5 of 14
. -
.1)etinitipnS;T()rIl1!~oIogies,.~~~tyjati!ms'l'eteg~j;joIi of
.1\~th9xio/aIi4 PO~YTII~n,(~!~I!ll~~I:()JVI~kix .
LW.E::d"::::llL
"'-'-
Tender/ RFP
., .. '
Tender / RFP
Documents
Tenderer
Variation to Contract
(VTC)
Vendor
3.0
V/.
Delegation of Authority
3.1
Generally
A \
~thO~'{l1~X
Delegatidn of
illustrates the responsible delegated authority
as ap{~ea~ th'e,\usai\ Board:.'
3.2
e~that
In the
any person is not available for an extended period of time
or is unable to meet the required deadlines, then the "Authorized Person"
shall temporarily delegate in writing a substitute authority. Any such
substitute delegation shall be approved by the CEO.
CHAPTER 1
Page 6 of 14
....,
~
CATEGORY! TYPE
VALUE (QR)
1.2
C ~ 0
C U
0::: D..C ~
.=
"- "-
co
_ E
.-co ,U
I/) co
.:liS'
~
t;
y'
In
'n;
I/)
::s
..J
"-
"-
"- "-
"1. 3
'"
1.1
...
~
i5
co
<:
IJp to 1,000,000
/ From 1,000,000 to 100,000,000
Above 100,000,000
A
A
A
E
General Purchasing
Up to 2,000
From 2,000 to 10,000
From 10,000 to 500,000
From 500,000 to 1,000,000
From 1,000,000 to 100,000,000
Above 100,000,000
A
A
J
CHAPTER 1
Page 7 of 14
~~
L-LJ'::'r=I!L
c::
oS 0 .- '" u =-c
ot> u~
w '" E l- :l'" 0~
o::.~
0
CATEGORY I TYPE
VALUE (QR)
0.. .:
II) . :
:l '"
...J.r:.
I/)
'"
C> ...Jm
Above OR 100,000,000
CONTRACT RENEWAL (e.g. Service Contract)
Renewal value up to OR 1,000,000
From 1,000,000 to OR 100,000,000
Above OR 100,000,000
<.
TABLEt
3.3
A= Approve
E= Endorse
< "-
A
A
A
E
'v/
t"
~"v
~
~\
4.0
~missions
~ GTC shall be signed and forward ed by the respective RD
Director.
All Contract Vari ation
REPRESENTATIVE
Forms
sha ll
be
signed
by
the
LUSAIL
CHAPTER 1
Page 8
of 14
V
DOCUMENT SIGNATURE MATRIX - LUSAIL
ORIGINATOR
REVIEWED
BY
REVIEWED
BY
PM
CM
SCM
Pre-qualification Advertisement
Request Form
CM
SCM
PM
C&P- Director
Prequalification Bulletins or
Clarifications
PM
CM
SCM
RD- Director
PM
CM
SCM
CM
SCM
PM
RD- Director
C&PDirector
CM
SCM
PM
C&PDirector
RD Director
PM
CM
SCM
C&PDirector
RD- Director
CM
SCM
PM
PCD-B
RD Director
PCD- Director
PCD-B
RD Director
PCD- Director
CM
SCM
DOCUMENT DESCRIPTION
REVIEWED
BY
REVIEWED
BY
FINAL
SIGNATURE
C&PDirector
RD- Director
ENDORSE BY
COpy TO
A. PRE-QUAUFICA TION
RD- Director
C&PDirector
ChairmanEvaluation
Team (from RD)
C&PDirector
RD- Director
PCD Director
CEO
B. TENDERING
PM
C&P- Director
C&PDirector
PM - Project Manager
SCM - Sr. Contracts Manager
eM - Contracts Manager
PCD
CEO
RD- Director
Page 9 of 14
DOCUMENT
SIGNATURE
- - - -- - - - - - - - - - - - - - - - MATRIX
- -- - - - - - - - LUSAIL
- -- - - ORIGINATOR
REVIEWED
BY
REVIEWED
BY
REVIEWED
BY
PM
CM
SCM
PCD
RD- Director
PM
CM
SCM
C&PDirector
RD- Director
DOCUMENT DESCRIPTION
REVIEWED
BY
FINAL
SIGNATURE
ENDORSE BY
COPY TO
PCD /
GTC
Secretary
CM
SCM
CM
SCM
C&PDirector
RD- Director
ChairmanTechnical
Evaluation
Team
CM
SCM
RD- Director
ChairmanTechnical
Evaluation
Team
CM/SCM
C&PDirector
Commercial
Evaluation
Team
SCM
PCD-C
Commercial
Evaluation
Team
SCM
RD-Director
PM - Project Manager
SCM - Sr. Contracts Manager
CM - Contracts Manager
PCD~B -Controls Budget Manager
PCD-C -Controls Cost Manager
PCD-P -Controls Planning Manager
Document Approval Matrix (Rev 7 -24022011 ). doc
ChairmanEvaluation
team
All members
of Technical
Evaluation
Team
RD-Director
PCD Director
C&PDirector
RD-Director
Commercial
Evaluation
Team
- - -- -
Officer
Page 10 of 14
c
DOCUMENT SIGNATURE MATRIX - LUSAIL
DOCUMENT DESCRIPTION
ORIGINATOR
REVIEWED
BY
REVIEWED
BY
REVIEWED
BY
REVIEWED
BY
FINAL
SIGNATURE
ENDORSE BY
COPY TO
ChairmanCommercial
Evaluation
Team
SCM
PCD Director
C&PDirector
ChairmanCommercial
Evaluation
Team
SCM
PCD Director
C&PDirector
RD-Director
Chairman/ Vice
Chairman of
GTC or any
GTC member
delegated by
GTC Chairman
Commercial
Evaluation
Team
ChairmanCommercial
Evaluation
Team (CM)
PM
SCM
PCD Director
C&PDirector
RD- Director
Letter of Acceptance
CM
SCM
PM
C&P Director
RD-Director
CEO
PCD
Notice to Proceed
PM
CM
SCM
RD-Director
CEO
PCD
CM
SCM
PM
C&P Director
RD-Director
CEO
PCD
CM
SCM
PM
C&P Director
RD-Director
CEO
PCD
CM
SCM
C&P Director
PCD
CM
SCM
CM
SCM
RD- Director
PM - Project Manager
SCM - Sr. Contracts Manager
eM - Contracts Manager
PCD-B -Controls Budget Manager
PM
RD- Director
RD- Director
PM
Page 11 0114
v
DOCUMENT SIGNATURE MATRIX - LUSAIL
ORIGINATOR
REVIEWED
BY
CM
SCM
CM
SCM
CM
SCM
CM
SCM
PM
RD- Director
PCD-C
PM
RD Director
PCD Director
PCD-C
PM
RD Director
PCD Director
CM
PM
CM
SCM
RD Director
PCD
PM
CM
PM
CM/SCM
PCD-C/
PCD Director
C&P Director,
PCD
CM/SCM
PCD-C/
PCD Director
RD Director
CM
SCM
PM
DOCUMENT DESCRIPTION
REVIEWED
BY
REVIEWED
BY
REVIEWED
BY
C&P Director
FINAL
SIGNATURE
ENDORSE BY
COPY TO
C&P Director
PM
CEO
PM
C&P Director
PM
E. VARIATION TO CONTRACT
PCD-C
C&P-Director
RD Director
RD Director
C&P Director
Lusail
Representative
(As per the
Contract.)
Lusail
Representative
PCD
CM
SCM
PM
CM/SCM
PCD-C
CM
SCM
RD Director
PM - Project Manager
SCM - Sr. Contracts Manager
eM - Contracts Manager
PCD-B -Controls Budget Manager
PCD-C -Controls Cost Manager
PCD-P -Controls Planning Manager
Document Approval Matrix (Rev 7 24022011).doc
C&P Director
C&P Director
PCD
C&P Director
RD Director
PCD
CEO
Lusail
Representative
(As per the
Contract.)
PCD
Page 12 of 14
V
DOCUMENT SIGNATURE MATRIX - LUSAIL
DOCUMENT DESCRIPTION
ORIGINATOR
REVIEWED
BY
REVIEWED
BY
REVIEWED
BY
PCD-C
PM
PCD Director
RD Director
PM
CM
SCM
PCD Director
REVIEWED
BY
FINAL
SIGNATURE
ENDORSE BY
COPY TO
F. PAYMENT RECOMMENDATIONS
Payment recommendation, TRAP Form
CEO
C&P Director
Lusail
Representative
(As per the
Contract. )
CM
SCM/PM
Legal Dept.
C&P Director
PCD Director
Lusail
Representative
(As per the
Contract. )
CM
PCD-C
PCD-P
PCD Director
C&P Director
RD Director
SCM
Settlement & Release Agreement(SRA)
CM
SCM
C&P Director
PCD Director
RD Director
Lusail
Representative
(CEO .)
CM
SCM
PM
PCD-C
PCD-P
PCD-Director
Lusail
Representative
PM
CM
SCM
PCD-Director
C&P-Director
Lusail
Representative
(As per the
Contract.)
PM - Project Manager
SCM - Sr. Contracts Manager
eM - Contracts Manager
PCD-B -Controls Budget Manager
PCD-C -Controls Cost Manager
PCO-P -Controls Planning Manager
Document Approval Matn'x (Rev 7 -24022011).doc
PM
CM/SCM
Legal Dept.
C&P-Director
PCD
RD-Director
Page 13 of 14
.....)
I,..;
ORIGINATOR
REVIEWED
BY
REVIEWED
BY
REVIEWED
BY
PM
CM/S CM
Legal Dept.
C&P-Director
PM
CM
SCM
PCD-Director
REVIEWED
BY
FINAL
SIGNATURE
ENDORSE BY
COPY TO
RD-Director
PCD
C&P-Director
Lusail
Representative
(As per the
Contract.)
PCD
CM
SCM
PCD-Director
C&P-Director
Lusail
Representative
(As per the
Contract.)
Discharge Certificate
PM
CM
SCM
PCD-Director
C&P-Director
Lusail
Representative
(As per the
Contract.)
C&P/PCD
RD-Director
PM
J . OTHERS
Budget! Cash Flow submission and
update
PCD-C
All Lusail
Directors
PCD-C
PCD Director
PM - Project Manager
SCM - Sr. Contracts Manager
eM - Contracts Manager
PCD-B -Controls Budget Manager
PCO-C -Controls Cost Manager
PCD-P --Controls Planning Manager
Document Approval Matrix (Rev 7 -24022011 ).doc
CEO
RD Director
CEO
Page 14 of 14
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
1.0
DESCRIPTION:
2.0
OBJECTIVE
3.0
SCOPE
4.0
DELEGATION OF AUTHORITY
5.0
POLICY.
6.0
PROCEDURE
7.0
CHAPTER 2
Page 1 of 4
1.0
DESCRIPTION:
The Vendor List Management procedure refers to all activities related to registration, and
blacklisting of vendors on LREDC databse. This process is of strategic relevance to the
procurement function in LREDC and involves identifying and categorizing vendors based on
their expertise and offering to LREDC. The two core processes included under this process
include:
Identifying and categorizing vendors based on predefined criteria per procurement category
and sub-category; and
::reg;: : :
DELEGATION~I~TY\
A
\ ~
'~
V~dorv9)ent
)
RD
Directors
Approve
Blacklist vendors
Propose
CHAPTER 2
C&P
Director
CEO
Endorse
Approve
Page 2 of 4
5.0
POLICY.
5.1
5.2
The vendor registration and categorization criteria must be updated and revisited
periodically. Each Vendor should be categorized and registered based on the following
specific criteria as a minimum (refer to attachments 2-C:)
1.Job size carried out in past 5 years (number of projects, QAR)
2. Regional/country experience
3. Discipline / line of Business (consultant, contractor ... )
4.Specialty (core experience according to Discipline covered)
5.Certifications (ISO, OSHA. .. )
6.0
PROCEDURE
6.1
6.2
6.3
6.5
Ei her through
triro~endo}qpPIi,on,(request).
d~tl~e.
<
~~
CHAPTER 2
Page 3 of 4
Vendyr
List M::lUagelhent
Procedure
',-, ,.-'
",
--'
..
'
,-
"
'-
---
- -
_.,"
6.6
If vendor is blacklisted, the status in the system will be changed to reflect the new status
upon the receipt of request from RD in coordination with C&P and CEO approval.
6.7
7.0
G~.teria
C)
CHAPTER 2
Page 4 of 4
PRE-QUALIFICATION
PR~URE
CHAP1\E~
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
Pre-Qualification Procedure
1.0
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
4.1
Initiation
4.2
4.3
Pre-qualification Advertisement
4.4
4.5
Clarifications
4.6
4.7
Evaluation
4.8
5.0
RESPONSIBILITI
5.1
\
A
\>
~~
v. /
Attachment
Attachment
Attachment
Attachment
CHAPTER 3
Page 1 of 25
Pre-Quali~cation
1.0
Procedure
OBJECTIVE
2.0
SCOPE
This procedure applies to all personnel involved in the process for identification,
evaluation and selection of Contractors as potential Tenderers to the Company.
3.0
4.0
PROCESS
4.1
c> \ \)/
Initiation
'\
4.2
CHAPTER 3
Page 2 of 25 .
Pre-Qualification Procedure
4.3
Pre-qualification Advertisement
6:>
Clarifications
Any queries and I or clarification from the Contractors shall b ra~ed dire;:tly by
written correspondence with RD for resolutio';/RI}~ coils~tatlo~ wit(19&P, shall
prepare and issue responses to all Contractors in the fVorm
of Bulletins or
Clarifications.
\
~
4.6
Submission of
pre-qUalifiC~IDocumeYs
()
Evaluaticfn~\
~before t~ubmission
'0
()
CHAPTER 3
Page 3 of 25
Pre-Qualification Procedure
LLJ'='~lL.
d) See sample format in Attachment D for the criteria to be utilized in carrying out
the evaluation of Contractors.
Classified Tender Approval
4.8
a) The result of the pre-qualification evaluation shall form part of the Tender Plan
Submission I Strategy submitted to the GTC or to the CEO in accordance with
the Delegation of Authority for approval.
b) Upon approval of the Tender Plan Submission, RD shall inform all Contractors
of the pre-qualification evaluation outcome.
5.0
C)
RESPONSIBILITIES
Requesting Department (RD)
5.1
5.2
Distribute<P;:e-~~c'ation ~b'lnissions
(9ntracts
Shall
5.3
R~ ~I~~d
pOintofv~y
()
CHAPTER 3
Page 4 of 25
Pre-Qualification Procedure
5.4
Finance Department
CHAPTER 3
Page 5 of 25
Pre-Qualification Procedure
Attachment A - Flowchart
Pre-qualification Procedure
RD prepa res
Is proposed
submission with r--I~ contract lesser than >----- ye s-----~ CEO for Approval
input from C&P
1 million?
No
Approval Received
<
RD prepares
Prequ alification
documents and
criteria
Is
Prepare
Advertisement
Request Forms
('
~--------- N ~----------~
"
Advertise
<
,..
Provide clarifications
to Contractor queries
,..
/
,..
Contractors submit questionnaire
responses to RD
Note: In the event of conflict between the flowchart and the text, the text shall preva il.
CHAPTER 3
Page 6 of 25
Pre-Qualification Procedure
LW.=:.t=:IIL
Attachment
- ---.
...
INVITATION FOR
..._"
PRE-QUALIFICATION
TITLE
N.B. Bidders must be able to demonstrate in the pre-qualification their ability to meet the following basic
requirements and criteria. (List requirements I criteria)
Date of Release:
Location:
. from
hours
Room No.
CHAPTER 3
P. O. Box
Page 7 of 25
Pre-Qualification Procedure.
LW'=:'r-:=IIL
Attachment C
Date:
Lusail Contracts & Procurement Director
Ref.
No:
CC:
/'..
a Urgent
TITLE
a Confident
a FYI
Pleas!l-.recycle
~"w
\~
\_h~
""'rt;'~''''~~rtislng
L:6\;Cn"","
R~"ro,
pmoo",
by_ _ _ _ _ _ __
r;i~~~v\t
C~ tracts-drocurement Director's Office, Tel
~ ~~
~~_
/
(Name)
Contracts & Procurement Director
o
CHAPTER 3
Page 8 of 25
Pre-Qualification Procedure
Attachment D - Sample of Pre-Qualification Evaluation Requirements
Project Name:
Project No.:
Project Information
General
Lusail Rea l Estate Development Company seeks to retain a highly qualified Consultant /
Construction Company with a proven Technical/Construction background and record in
(type of project) projects including, to carry out the construction of the [PROJECT NAME].
The Consultant / Construction contractor for this project will only be selected from qualified
Firms recognized for Technical Competence / Construction Experience of this type of
facility, or a Joint Venture with a qualified local Consultant / Contractor.
Project Information
'>
[PROJECT NAME]
Description and Facilities
/
(
/
Location/Size/Access:
(Insert location, size & access point)
)
Land Use and Character
(Describe Project Site in General)
Special Considerations
(e .g. restricted access, restricted working hours, shared possession, live utilities etc. )
Associated and Related Work
(Describe the nature of the work to be tendered for)
CHAPTER 3
Page 9 of 2S
Pre.;.Qualification.Procedure
COMPANY PROFILE
S.N.
Question
Company Name
Legal Form
Country of Registration
Correspondence Address
5.1
Mailing
Company's Response
(""
"" """"
\/> ~v
o---~
Description of comp~dncij:JanS;ct~
\ ~~"">v /
5.5 Website
6
("""" V )
2. , : : : :
:~:f~~(C::."o"Onhl, ~"f~'k
InM~~' ~_/
C)
In Gulf Region:0
In Qatar:
~/
()
CHAPTER 3
Page 10 of25
Pre-QualificationPr(lcedure
B. FINANCIAL INFORMATION
All financial information to be reported in OR
Provide all financial data as follows'
Principal Bankers
Name
Address
ma~,)", ~
~ A
~~o'ricli~On{
'
"
(~ ~>V
Bank
Amount
"
o.:ganfz1ition~~~ndle.
(~\(
A
Fiscal Year
Current Assets
Other Assets
~ ~<-<J
::;~
20-------
"" /'"'-"--------
20------,
To
I
20-
----
/
./
20------To
20-------
20------To
20-------
20------To
20-------
"'" ~"'" v~ /
v
liabilities Long
Term Debt
Equity
Is the above information supported by certified annual accounts? Yel!
NQ
o
CHAPTER 3
Page 11 of 25
u
.. . . .......' . . . ...... ......
C)
(~
.': I
LLJ'=:'~IL-
Project Name
Client Name
Address & Tel. Nos.
/""
~ <:~~:::>
\('1/
/~
;1
~""
A'"
~ \
Average Cost of
"'~~ ,
Projects~/.", ~Q'ARlus$lo~incy
'",
'"
~ ~)
CHAPTER 3
"'' '
"
'\" v //'-)
"'"
Page 12 of25
Value
InQAR
Start
Date
Completion
Date
'-./
i-
("
~
Pre-Qualificati()nProcedure
LW~~IL
Project Name
Client Name
Address & Tel. Nos.
Project components
Value
In
QARlUS$1
nr n+hor
/\-
\' \~ ~
/~
\~
:)'v
,g,\\V( /
"
/
\ ' ',,_~_
~
,
.
)
IV
"'\'\ ~
""\.
\
'~",
"----'
/"''-''
CHAPTER 3
'.
'"
",~, V)
'-
Page 13 of 25
Start
Date
Completion
Date
. Pre-Qualification Procedure
LLJ:::.~IL
YIN
Component
Value
Brief Summary
OAR
Demolition
Piling & foundation works
Superstructure in RC.
Curtain walling
A\ ~ A
Underground Parking
<", ~~
(~ ,~ ~V
">V
/"V
A ~ ) jV
MEP works
A ~ , '''\ C ./
"", ~ ) )
Utilities
Roads
Marine works
\\>
(~ ~\
Architectural finishes
V,/
(~
Bridges
Landscaping
~/
"'//)
'v/
CHAPTER 3
Page 14 of 25
Pre-Qualificatiol1 Procedure
D. RESOURCES:STAFF
1. Number of Permanent Staff:
Home Country:
Qatar:
Middle East:
Other Countries:
CHAPTER 3
Page 15 of 25
C'
o
Pre-Qua'lij'iati()nProc~dure . . 'I
~
L-U~t=ljL
4.
List below information for other Key Personnel such as, Project Managers, Engineers, Schedulers, Material Engineers, Land
Surveyors, Quantity Surveyors, Foremen etc., who are presently in your employment in QATAR.
Years of Experience
Name
Present Position
Academic Qualification
In
Construction
With
Company
A
/ ' \~ ~ A
~ ~~. ~/
(.~.
..----..
\\>
(~~\ ~
/"
<"
\
CHAPTER 3
"
../
-~)
V,,~
~
/
/
'\
\ '-"" ~ '\ V
\ "" \ .
~.
"",,>V~
.....
'---...../
Page 16 of25
In
Middle
East
Location
Value
InQAR
Pre:-Qualification Procedure
LLJ'=:'~IL
What method does your company use for the hiring and/or recruitment of
normal labor work force? (Local Hire, Direct Recruitment, JV Partners, etc.)
4. Labor Make-up:
..~
Nation,\~~
Discipline
~~ ,~~' /
Designers
\~~ ~v
Draftsmen
Operators
Tradesmen
/' "
(-/---
~\
v ("
-/
~ ~ )V
,.
Helpers
C)
Laborers
CHAPTER 3
~ ~\ '\~
"",,"--/ J
<~ A~
('
Page 17 of 25
Pre-Qualification Procedure
5.
Type:
Capacity:
Food Provided:
Welfare arrangements:
o
F. RESOURCES: PLANT AND EQUIPMENT
~d\t> >
'Qafar.
Ust the major A~ant and Equipment in your company's owners lip and available In
Plant/Equipment Type
1.
2.
3.
5.
6.
7.
~,
(d -~ \ <;
(~~/ -j lV
~ ('
A
/
"" "')
~ "", / \
"",-
Present
"IOvfuedl
e
Quantity
Locatio
g " 'Rented
r.. /
n
~
'
4.
Make
'-../
~ ~/" >
~,
~ - / //
v
CHAPTER 3
Page 18 of 25
Pre~Qualification
I:)
Procedure
LLJ:::,~IL
G. RESOURCES:OTHER
1. Subcontractors / Subconsultants
Subcontractor / Subconsultant
/~ "'"
'\
\>
Facility:
"-
"'"
""'
'
'
'
V
""
v/
""V
Location:
Activities/Product:
3. Procurement:
4. DraWings.",
How will your"'mpany obtain the resources for the production of the shop
drawings for the project?
5. Computers:
o
CHAPTER 3
Page 19 of 25
Pre-QualificatiQn PrQcedure
H. HEALTH, SAFETY & ENVIRONMENTAL PROGRAMS
I.
1.
2.
()
CHAPTER 3
Page 20 of 25
Pre-Qualification Procedure
LLJ'='~IL
CLAIMS
1. Provide details of major claims submitted in the last 5 years
Project
Client
Address and
Contact
Nature of claim
GVv
V
(; ~
0
~\
:~~
" " C/
A~
~ ~) ~
/
Value
(~/
A(
~ :'v:>~
V
o
CHAPTER 3
Page 21 of 25
Pre-Qualification Procedure
2. Provide details of major claims filed against your firm in the last 5 years
Project
Client
Subject
Filed by
Date
Resolution
<" ~ v0
~;$
" ~ ~V
/'
<~j
.-/-
/
')")c
~
CHAPTER 3
Page 22 of 25
Pre-Qualification Procedure
K
Use of CAD
Licensed software
No. of
Licenses
Version
Trained Personnel
Licensed software
/-~
No. of
Lic.ense.s
Version
'>
per~ne~~)
/"" ~
/
/
"
/~
Nari,e,
Tf~ne~ P~sonnel
/
"" ~~
"'" ~>v
\\)
(c:- ~\ \
A~ ' ) jV
M. Certified Pro;ect
""
""
'-.....-/
""
Certification
Since
Position
DYES D NO
o
CHAPTER 3
Page 23 of 25
Pre-Qualification Procedure
LLJ~~IL
O.
DECLARATION
The Company declares that all the information provided by it in this
Prequalification Information Format is accurate and represents true facts.
(Executed by Authorized Signatory)
Stamp:
o
CHAPTER 3
Page 24 of 25
Pre-Qualification Procedure
LW'='~IL
ASSESSMENT
SN
Description
Acceptable
Comments
Yes
No
STRUCTURE AND
ORGANIZATION
FINANCIAL INFORMATION
RESOURCES: STAFF
bJ
A\~
"
~ ~~~' VD
HSE PROGRAMS
QAlQC PROGRAMS
RESOURCES: OTHER
-- \\>~V
(C /-~\V ('V
<~~ ~)
("'~~)
'
'----~
CLAIMS
OVERM:.{~COMMEN~
D pre-~~fy~
D Pre-qualify with the following conditions:
D Request ftJVation
D Not suitable due to the following reasons:
/>
Signature
Date:
CHAPTER 3
Page 25 of 25
PURCHASE REQUISI<fION
PROCEDURE
CHAPT'R~
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
Purchas~ llequisitionProcedute
1.0
DESCRIPTION:
2.0
OBJECTIVE
3.0
SCOPE
4.0
DELEGATION OF AUTHORITY
5.0
POLICY.
6.0
PROCEDURE
7.0
CHAPTER 4
Page lofl
LW~RIL
1.0
DESCRIPTION:
The Purchase Requisition Procedure refers to manage requests for purchases. Requests for
purchase of goods, works and services are documented and routed for approval within LREDC
and then delivered to C&P.
Purchase Requestion
o
QR 2,000 to
1,000,000
Minimum 3 quotes
RfO
PQ'Call Off
Agreement
CHAPTER 4
Page 2 ofl
2.0
GENERAL POLICIES
2.1
It is the general policy of LREDC to adopt competitive procurement practices as per the
specified procurement methods in this manual, with the exception of cases that fall
under the Direct Order policy specified hereafter.
2.2
A Purchase Requisition (PR) must exist for all formal procurement activity between
LREDC and vendors.
2.3
2.4
2.5
\ .\ .
\.
Tendering Procedures).
2.6
A \~;::) ') V
~rt~h/tO/ParChase
~~)
PR's sha,,~proved prior~ecution as per LREDC's Delegation of Authority (DoA)
transactions.
2.7
matrix.
2.8
"V/
The RD can request fOl;jnformation (RFI) with the sole purpose of gathering market data
in those instances\vhere it is difficult to clearly define the scope/reqUirements of the
required goods/services/works. The RFI should reflect clearly a no commitment
statement.
3.0
UNAUTHORIZED PROCUREMENT
3.1
Transactions for the personal account of LREDC's employees are strictly prohibited and
will be refused by the C&P.
CHAPTER 4
Page 3 of7
PurciIase RequisitilmProcedure
LLJ~r-lIL
4.0
COMMITMENTS
4.1
The C&P is the sole department authorized to make commitments for purchasing of
goods, and procurement of works/ services necessary for the operation of LREDC's
business units. Commitment of funds will be executed in accordance with requisitioning
and ordering procedures.
()
4.2
If the goods, works or service requested is not budgeted for, then the Budget Holder will
forward the PR for approval as per the Delegation of Authori(y'Matrix (Refer to the
~' \ ~
as/jQstific~i~~~ea,
7:i:~ ~of;~ p,"he" Dro"
-0",,0,
faxed, or
5.0
5.1
serviceS~~~q~~pre~ares
loJ
yDate of
N'a~e of the
Reg~er1lnd Function
sl'l~cifications/
In addition, the following fields are required for all Requests for Contract:
CHAPTER 4
~
,-
~ I
"
, -
--
pUl'cbase R~q1!isiWmProcedute:
~~
L...W'=:'R1L
5.2
In addition to the above, the ERP automatically checks the budget for the assigned PR,
and in case of insufficient budget, ERP alerts the Requestor from the Requesting
Department (RD) and the Finance Director. The Requester to coordinate with the
Finance Department for any required budget amendments or transfers. Note: This is
only a preliminary budget check to provide alignment of fund source and ensure that
funding concerns (if any) are raised in advance before the final budget is secured. For
budgets which are not secured at this stage, appropriate approval is sought as per the
Delegation of Authority (DoA).
5.3
If the PR is not to be consolidated, upon finalizing the PR, the C&P seeks input from the
RD. such as limitations, expectation, alterations, recommended vendors, contracting
options, etc.
5.4
The C&P Manager selects the most appropriate purchasing method. Specifically for
Projects, the decision of selecting the appropriate purchasing method is based on the
Project Procurement Strategy.
6.0
6.1
6.2
PU>CHAS~
Re~om ~~eqUesting
store,(aster:fO~Pletes
op.ifR,\m~h,-da~y~/
Date
Name o~~eql:Jester and Function
Item code'\.
r~uantity reql:Jired
.~~erequ/\
t~MR,
6.3
Upon receipt of
the Storekeeper blocks the agreed stock, prepares an Issue
Note and coordinates delivery for the Requester to receive the goods. The goods are
received either at'tbe/RD or picked up at the Store depending on the nature of the
good(s). The Storekeeper provides the requested goods along with the Issue Note to the
Requester.
6.4
The Requester receives the goods and signs the Issue Note as evidence of receipt of
the goods. The Issue Note is posted on the ERP system by the Storekeeper and this
transaction generates an immediate accounting entry. The Storekeeper files the
approved copy of the Issue Note and uses this as a future reference to track and report
the movement of goods dispatched from the Store.
CHAPTER 4
Page 5 of 7
Purcha:se.RequisitioRproc~~re
6.5
The PR is automatically checked on the ERP system and includes the authorized person
to approve the PR, and item code checks. Any misalignments require the Requester to
consult the appropriate party and/or follow the suggested path on the ERP system.
Example: requested goods do not exist on the system and so the Requester is prompted
to follow the Vendor Management/Item Master process. The process is followed until the
Requester receives the code for the New Item and uses this on the system.
6.6
The C&P Manager performs a PR consolidation check to see if any similar open PR's
exist (Le. not yet processed to a Purchase Order/. Similar PR's refer to those
goods/services/works which are possible to purchase from the same vendor without
affecting the quality and timeliness of delivery).
6.7
For similar PR's, the C&P Manager ensures that the delivery date of the PR match the
potential consolidated delivery date. If no match exists, the C&P Manager obtains
Requester's approval to change the delivery date for the PR. If the Requester's delivery
date is not flexible to accommodate a consolidated delivery th~ it'will be dealt with as
an independent request.
~
6.8
6.9
6.10
thresh~ld ~ ~~ndering
cas~p~cu~n;\<2:)
s~ardPu~e~
Petty
procurement/G;orp"drate Credit G:ard
T~D0
Direct~e.rs
- Single/Sole Source
CHAPTER 4
()
Page 6 of 7
RESPONSIBILITIES
m~sihg ~r~atio/,:\
and~date p~rNChaSeJ~eqUisition
"" ~ "\
/
t ~I
th~o.wing:
':'t-;=)
",,-.
CHAPTER 4
C)
Page 7 of7
(J
TENDERING PROCEbURE
CHAPTili
\>
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
.J
Tenderjng :rrQ~edure
,
"-'
1.0
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
4.1
Initiation
4.2
4.3
Consolidated Tenders
4.4
Fo~ of
4.5
4.6
4.7
Preparation of Tender
\>
Docfme~
4.8
Te~D~~nts
4.10 Adv7rt~ing I TentJ~r DOGU~ent
::)
4.9
Electronic
4.11
Te~\~~~/
Esti~es"/
RESPONSIBILITIES
5.1
5.2
5.3
5.4
5.5
CHAPTER 5
Page 1 of 27
TeI1(iering}>roce().ure .
ATTACHMENTS
Attachment A
Attachment B
Attachment C
Attachment 0
Attachment E
Attachment F
Attachment Fa
Attachment G
Attachment H
-
Attachment J
Te~)~,"i\ori"g T'~,'
'\
CHAPTER 5
Attachment I
A",hmeotK
~essage
~/
Page 2 of 27
I
1.0
OBJECTIVE
The procedure details the method to be followed in the preparation and issuance of
Tender Documentation.
2.0
SCOPE
This procedure applies to all personnel involved in the Tendering processes from the
time of receipt of the Scope of Work (SOW)/Scope of Services (SOS) by C&P through
the various stages prior to the receipt of Bids.
3.0
4.0
PROCESS
A flowchart of the procedure is displayed as AttaCh~ ~.
4.1
Initiation.
~ ~ \:> . ~
TH~ee
b) RD shall provide
commercial a.(:ects.
~~
Re~II
C/
contractual and
~e
c) Subsequently
forward
complete SOW/SOS and the necessary inputs
to Tender'S AppeQ.dices-lvSpecifications, Drawings, Schedule of Prices or BOO,
Proje~Execution "Program ../ etc. to C&P and with a copy to PCD. RD in
corisultatib.Q with of "S&P-.snall also determine the procurement strategy to be
adople~ whe\he/.0~~ Tender or Classified Tender or Direct Order and Contract
type, wni~h can be in the form of Lump Sum with Employer Design, Design and
Build, Mea~ure ~rtci Pay, Consultancy Services, Reimbursable, Minor Works
Contracts, C0~t-Plus ... etc.
d) The SOW / SOS shall describe the work or services to be carried out in sufficient
detail to enable C&P to review and compile the Tender Documents. Where the
SOW / SOS is considered not clearly defined, it shall be returned to RD with
comments for revision.
e) Where a single source, sole source, or Direct Order is identified, details of the
recommendations shall be forwarded by RD along with the Non-Competitive Bid
Justification Form (Refer to Attachment A). Approval shall be obtained in advance
where possible and applicable.
4.2
On receipt of the SOW / SOS, inputs to Appendices, and the requirements under 4.1
above, C&P shall review all of these documents for contractual and commercial
aspects, and to ensure mitigation of any potentially adverse commercial and
CHAPTER 5
Page 3 of 27
C)
'-
~
~~
L-L.J~~IL-
Te.ndt)dIlgPrQcedpre
.
.
4.3
Consolidated Tenders
Where different RDs raise requirements for the same type of services or works, the
services or works shall be consolidated into a single Tender Document to obtain the
best possible value for LREDC through benefit of economy of scale. C&P shall identify
possible consolidation of requirements and decide whether there is enough
commercial justification to include these requirements in a consolidated Tender
(.\
Document.
When the requirement for a consolidated Tender is identified\ C&P"shall identify the
Major RD and notify him accordingly. This decision shafbe balted 0Q.. the/voll')me of
work as per the individual SOW requirements. o.nce the M'ajor ~ is,\ide,ied and
notified, he shall act as RD for the tender process.
~"':
V
The RD and C&P shall prepare a consolidaAe~-J?oc. me';;t~incorporating the
requirements of the individual RDs. The instru~tion-&-to Tenderes sllall clearly indicate
that LREDC reserves the right to awardjhe total rei~rement'to. single Bidder, or to
split the award in a manner desc9lJedin the Te~der DociJrn.ent. The Bidders shall be
instructed to submit alternative /Bids~baS'ed_on this r(quirement, and the Notes on
Pricing and Schedule of Prices s~(beiJrepan;ala~dingIY.
a~r:ticul~itions
Particulat~r spe~a~o'iti:s~all
Standard or
be developed by C&P and where
necessary and a~~cable to do sO'lin consultation with RD and Legal Department.
C&P shall be the cust0~ia~f all1the)atest versions of Standard Conditions of Contract
in soft ancltlard copies fbrmat No-alternation or amendrnent whatsoever to any of the
above t6'-b\m~de /l:I~EqJrr;;r approval of C&P Department.
4.5 Tender
I~~r/umbers
Tender Number aod Contract Number/ Purchase Order number will be automatically
generated through the ERP.
4.6
a) Where RD recornrnends a deviation from normal practice of Open Tender with 2stage evaluation process, RD, with inputs frorn C&P shall prepare a Tender Plan
Submission containing, as a minimum, the details shown in attachment E hereto
including the Tender Plan Strategy, which shall include full justification for such
deviation.
b) Where RD recommends a list of Tenderers and where the potential and suitable
Contractors are known to the Company, RD shall forward the Contractors list
which shall contain of a minimum Three (3) Contractor names to C&P. C&P shall
prepare the letter of Expression of interest (EOI) with inputs from RD and issue the
CHAPTER 5
Page 4 of 27
TenderingProc~du.I'~
.
',.
..
-',,,
-:
d) Where RD recommends selecting a Contractor for new work, from the list of
existing Contractors and awarding such works through a Variation Order to the
existing Contract, Technical and Commercial proposals can be requested from
minimum three (3) existing Contractors, subject to GTC approval. RD, with inputs
from C&P shall prepare a Tender Plan Submission including Tender Plan Strategy
and full justification for such deviation.
( ~
specializ~a~e,
should~ere
SUbmis~n ~b~~ctor.
Preparation of Tender D o c Q
\
~
f)
4.7
C~,\
a) After receipt of th~ S9~ I ~OS as ~ Septl~A.2 above and approval of the
Tender Plan Submls~lon a~ applicable, ~he Tenaer Documents shall be prepared
and developed by C&R" base~ on thEf-SOW I SOS and inputs from RD and PCD
and utilizing (.t8'rt~rd m~del cl~6u~e0-s/0herever possible and in line with the
gUideline provided as per AttacHrent K.
.~
B~d ~erJo
b) Attachments
describe the minimum recommended Commercial
/
\.
/
TerQls for", Consultancy ~Construction Contracts respectively that should be
USed\WheneVsSiblein the Company contracts.
c) The
actual requiremen(s:
Part 1
Instructions to Tenderers
Attachments
i. Copy of Letter of Invitation to Tender.
ii. Copy of Confidentiality Undertaking.
iii. Letter of Acknowledgement
iv. Form of Tender Bond
v. Statement of Compliance
vi. Form of Tender.
Part 2
o
CHAPTER 5
Form of Agreement.
General Conditions of Contract (GCOC) and Appendices as follows:
- Appendix A SOW I SOS, and Technical Information
Page 5 of27
I
-
Appendix
Appendix
Appendix
Appendix
Appendix
B
C
D
E
F
sChedule~e
s/~
or
Reten~hm: T~
c) Tax
Qatari income tax law requires govemment owned
institutions and'govemroorlt departments to retain the final payment from taxable
fOzei(i~,~ontracto'rs~ntil they/provide a tax clearance certificate. As a matter of
practice, i.(1come JaX"Qepartment requires that the retention should be at least
5% 'of the"totaVCdntract Price. The purpose of this law is to enforce tax
complJaQ.,ce and t~insure that foreign Contractors do complete their tax filing
requireme~s. lhls requirement is applicable to taxable foreign Contractors
performing G9ntractual works or services in the State of Qatar. Normally, only
Contractors with non- GCC shareholding would fall in this category. Accordingly,
details of the Qatari Income Tax Law retention requirement for Qatar based
projects must be clearly specified.
d) Guarantee Period: In engineering consultancy services, the Guarantee Period
must be of sufficient duration to cover for the construction Contract and it's
Defects Liability Period. This requirement is necessary to cater for construction
Contracts where the Contractor does not have a design liability. This could be
several years as required by the law governing the particular Contract or as
otherwise so stated under the Particular Conditions of Contract and/ or under the
GCOC.
e) Delay Damages or Liguidated Damages for Delay: Generally the provision for
Liquidated Damages shall be included in the Tender, and the rates and limits for
this shall be determined by RD in consultation with C&P and PCD in accordance
with the guidelines set forth in the 'Delay Damages' or 'Liquidated Damages For
CHAPTER 5
Page 6 of 27
Tell(leripgPrQ~edllr~'
()
V/-')
consultat~ith
RD in
PCEl shall ensurdat no Advance Payment is paid to the
Contractor unless~he 'l:\dvan'te Pa,ment Guarantee, performance bond, evidences
of insur5l:~ces and su~mi~siQD)of t?'e baseline programme document is submitted by
the Contractor and aPRroved ~Ane Finance Department or concerned department
or oth'e~tity'Zutside t~-company.
4.8
shalG,r~par0inalize
a) C&P
and issue Tender Documents to the parties stated in
Section 4.7b b~ow within the standard monitoring targets (i.e. Key Performance
indicators 'KPI') established within C&P.
b) On completion of the Tender Documents, C&P will circulate Tender Documents
for Internal Review to RD, PCD, Finance and Legal Departments bye-mail. RD,
PCD, Finance and Legal Departments shall respond bye-mail after their review,
copies of which will be maintained in soft and hard format for records and audit
purposes.
c) Comments / amendments received from RD, PCD, Legal and Finance
Departments shall be incorporated by C&P into the Tender Documents where
relevant and applicable. C&P shall maintain in its files, notes and reasons
whenever any of the foregoing comments are not incorporated. C&P shall also
inform the originator in the event that any major or significant comment is not to be
incorporated, including the reasons for such exclusions. In the event where no
response is received from any of the above-mentioned reviewing departments
CHAPTER 5
Page 7 of27
Tendering l~rocedure
within ten (10) working days of issuance of the Tender Document, C&P will
consider the Tender Documents as endorsed by that relevant department.
d) C&P shall forward copies of the issued Tender Documents to RD and PCD
Department to keep and retain.
4.9
a) Subsequent to Section 4.7c above, C&P shall finalize the Tender documents in
hard copy version. All sections, other than those provided by RD and PCD, shall
then be converted by C&P into electronic format, i.e. pdf (Adobe Acrobat) for
transferring to compact disk. RD shall convert all sections provided by them, i.e.
SOW I SOS, specifications, drawings, codes and standar~etc. to pdf format, and
forward them to C&P for Tender preparation within fiv~5) working days after
completion of the review carried out in Section 4.7above.",-.~
b) The Compact Disk cover shall contain the
fOIiOWing~~~tion:
~ ~~
Tencre;:a-ocume~$ ~?cty"iC
any'aiscrep'rmcies b)tweer the disk and the Original Tender Documents with LREDC,
the Odgi'Zal tend;;' DJcuments shall be regarded as the final and governing
documents 'i~ning the correct content of the Tender Documents. The Original
Tender Docu'Z!ents hard copy shall made available for the Tenderers/ Bidders perusal
at'the/
)
Department, (state address), Qatar during LREDC normal working
()
~rs.'/
o
CHAPTER 5
Page 8 of 27
"-,.'c
TeJlderiJlg~r~ed,.Jlre~
_'",>;'-"''' .
--~"_
.. ,' -;---,
,,"-:'-"::',
~,<'":,,
-,~,
,;",-:,;,::~>,:.._~;.,-"~,<-,, __,_;r
.>
" ';
: :': ~ '
."--,
,~'~~
-,'"
'_.',
~ ~- ,
-.;,>fo(.-"'-
RD in consultation with C&P shall determine the Tender Bond value taking into
consideration the criticality of the Contract and the consequences to the Company if
the successful Tenderer does not honor its tender commitment. The value of the
Tender Bond shall be set as a lump sum amount in accordance with Attachments B
and C hereto.
4.12 Collection of Tender Documents
C)
V /
b) Tender Fee is required for Open Tender. However n0"Tentl~ Fee is;equired for
Classified or Limited Tenders, Sole Source(slrrgle Soume or ~ire'(;1vOrder.
~~c~e,!J~issued
~~
'"
Cos~stimat~
de~d ~t EstW~1I
R6
Page 9 of 27
I
All Tender Bulletins shall be numbered sequentially, issued to all Tenderers/
Bidders, and shall be acknowledged by the Tenderer/ Bidder in the Form or
Tender. Communications shall be carried out as indicated in the instructions to
Tenderers (ITT). RD shall conduct Mid-Tender Meetings and attend to all
Tenderers' 'queries and process the required action via Tender Bulletin. Those
Tender Bulletins issued as responses to Tenderers' queries shall generally be in
the form of questions and answers as far as possible.
RD shall restrict attendance at the Mid-Tender Meetings to those Tenderers who
have purchased or collected the Tender Documents. RD representative shall call
upon participation by other department representatives as deemed appropriate
and applicable.
Prior to issuance, the draft Tender Bulletin shall be fo~a1d'ed by RD to C&P for
review from contractual and commercial aspects J,\d to en"Sure mini~m risk
potentially a~verse
exposure on behalf of the Company or mitigation of
commercial impact. PCD shall review the draft Teri'ct~r BUll(tfh~n c~se of any time
or cost impact that might result on impacting~e Ten(j~r onginal'S:0S~~imate or
on impacting the original execution prog[amme~der~ulI~t~s shall be signed
by RD and subsequently issued to the Te\er~ ~
C)
any
Date-(if~ny)
a)
b)
.)
VII.
c) A formal memorandum in the form of a Tender Plan Submission giving full details
and justifications for the use of a Direct Order should be prepared by RD, for
approval to initiate a Direct Order in accordance with the Delegation of Authority.
CHAPTER 5
Page 10 of27
()
.Tell(lerillg PrQ~~d,lJ.r:e.
.
'.
c'-'.
e<merg0'\~reSSi';jl~gency
~~
cdm'fi,erci~aluation
'/
neg~tion team/.s~1I
h) A
be appointed by RD Director to complete the evaluation
and condu6t,negetiations on the Proposal with the other party. Negotiation teams
shall comprise/representatives from RD, C&P, PCDand Finance Department (if so
required). Negotiation teams shall always be guided by the approved evaluation
criteria, the Cost Estimate, as well as the agreed strategies and plans. Negotiation
teams shall adequately document the negotiations process and shall ensure that
no commitment whether explicit or implicit is made to the other party until a Letter
of Acceptance or a Contract Document is issued.
i)
When the Contract Price exceeds Ten (QR. 10) Million, prior to issuance of LOA,
RD in consultation with C&P shall prepare a detailed submission- attaching all
relevant documents including justification and the LOA, and submit the same
under the respective RD Director signature to the relevant GTC for endorsement
and ratification.
j)
All Variation Orders under the Direct order shall be proceed in accordance with
Variation to Contract Procedure (Chapter 8) and in accordance with Delegation of
Authority matrix in Chapter 1.
CHAPTER 5
Page 11 of 27
. TenderingPrQc~dure
5.0
RESPONSIBILITIES
5.1
5.2
()
5.3
Project
contr~epartment
(PCD)
V
5.4
Finance Department
CHAPTER 5
Page 12 of 27
I
5.5
T~uderhigProcedllre
Legal Department
CHAPTER 5
Page 13 of27
Tendering Procedure
I Requested By (Dept):
I Requested By (Oflglnalor):
I Dale Requested:
I Purchase Requisition No:
location:
Contrad Code:
Job 10:
e of Procurement
r::
C Sale Soorce
Single Source
C Fast Track
Pr~e<:t
NCl'Tle of Vendor:
Address :
Company Phone:
Company Fax :
Contlle! Name:
Contad Phone:
Position
Ortglnator
Prepared by
Conlrols Department
Requesting DepCl1ment
Name
SlgnabJre
Date
RD
Controls Departm ent
PCO Dlreclor
RD Director
CEO
Non - Competitive Eid ..AlsMketJon - Form P 2 2 05 Re'l 3, 119107
CH APTER 5
Page 14 of 27
Tendering Procedure
Commercial Terms
The following Figure 3 describes the Approved Recommended Minimum Commercial Terms that should be
used wherever possible in LREDC contracts. In case of any deviations to these recommended commercial
terms, specific approval must be sought from C&P or Financial Department and the CEO.
Attachment B Recommended Commercial Terms Consultants
Value of Contract
Consultants
Between QR 1 M
and QR 50 M
n/a
Decennial Liability
Decennial Liability
Insur~ce "Deductibles
"Workmen's
Compensation/Empioye
r's Liabilitv
Automobilel Thi rd Party
Liability
Waiver of Subrogation
n/a
n/<)/ "
'\..
'\..
'\..
min OR 250
n/a
n/a
"
min OR 1,000
n/a
/'
./
)
'"'Shall be'-l1/a
decided/ by RD in full consultation with
45 days
QR 1 M
'\.. '\..
\
Time for Payment
Limit of Liability
Insurances (Minimum limits)
Professional Indemnity
Third Party Liability
Greater than QR 50 M
QR 7.3 M (USD 2 M)
QR 18.25 M (USD 5 M)
QR 3.65 M (USD 1 M)
QR 3.65 M (US D 1
M)
Guarante'e period as required by the Law
For
a period of 10 years commencing from the date of issue of the
,/
DISCHARGE CERTIFICATE
Nil
Nil
Nil
As per the labour laws of Country plus Employer's Liability with a
minimum limit of USD 1 million anyone event
I"
'\..QR(1 M
QR 1 M
Arbi tration
CHAPTER 5
Arbitration Rules
Qatar Centre for Mediation and Arbitration within the Qatar Chamber of
Commerce and Industry
Page 15 of 27
Tendering Procedure
No of Arbitrators
Location of Arbitration
Fee Retention
Foreign Currency
Gu arantee
OR 18.25 M
OR 1 M
(USD 5 M)
Workmen's Camp
As per th e labour laws of the Country plus Employer's Liability with a mini mum limit of USD 1
million anyone event
Waiver of Subrogation
Under all policies to T he Princi pal &/or T heir Associates and Subs idiaries and where appropriate
to the
CHAPTER 5
etc
Page 16 of 27
TeI,ldering Proc~,<lure
Arbitration Rules
Qatar Centre for Mediation and Arbitration within the Qatar Chamber of Commerce and Industry
N a of Arbitrators
Location of Arbitration
Retention
Liquidated Damages I Penalties for Delay
Guarantee Period
Increases or Decreases in Cost
Subsequent Legislation
Foreign Currency
365 days
nla
365 days
365 days
nla
nla
o
CHAPTER 5
Page 17 of 27
Tenderillgfrocedure
Ref.:
Date:
Mr. _ _ _ _ __
Chairman
General Tenders Committee/Company CEO
C)
Project
Tender Name
Tender No.
Subject:
<:~'"l~;J
De" S;,
. . .
With reference to the abov~ald RroJect-and further ~the mentioned subject, please find the
Tender Plan Submission,for the abcive re~rr~d-.wor.ks as enclosed.
We request GTC'sl
/,
Regards,
CEO~ihd~roJI
,
(Name)
RD Director
Ene!: Tender Plan Submission
Cc: GTC Members( if applicable)
o
CHAPTERS
Page 18 of 27
Tene.lerin.gProcedUre
C)
. '
TENDER NAME:
INTRODUCTION:
~~
(Provide brief description of the scope of the proposed works! services to bevted
CONTRACT TYPE,
(State the proposed contract type with
Reimbursable, etc.)
0.
\
\>
jUstifcati~,j.e:-Tump~, S~edule
of Rates, Turnkey,
TENDER STRATEGY
(State the proposed Tender/~egy wi h.Justlfication.~Dlrect Order, Classified Tender, Open Tender
and the Tender Stages descl-iption;-Selectlbn pr~cedure & criteria.)
TENDERSCHE[}ULE:
~~/)
ESTIMATED COSTS:
(State the estimated costs)
BUDGET:
Budget Cover is available under Account No. _ _ _ _ _ _ _ _ __
RECOMMENDATION
CHAPTER 5
Page 19 of 27
,Tendering Proct;dure
Date:
Ref. No:
cc:
Urgent
FYI a
Confident
Please process
A~
A
'\ , 'recycle
\. ~
"I'
Please
a
,
/
a",
Tender No.
Tender Title
Subject
: Tender Advertisement
'\
For further info mation, please c0~cintracts & Procurement Director's Office, Tel.
44977570.
Best Regards,
Abdulaziz AI Mulla
Lusail Contracts & Procurement Director
Cc: GTC
Contracts & Procurement Department
o
CHAPTER 5
Page 20 of 27
Tendering :procedure
TENDER ADVERTISEMENT
Tender No.
.-----
Tender Name
~
- - - - - - not later~a~oOtmurs 10$al Doha
:QAR
Lusai~B~Site O~ices,> ~
Documer~trol-O,\c\
time.
S. ___ .
~ (sunaay~~~/,
Tender Fee
Copy of
Company
Completed Confidentially Agreement which shall be collected from the above mentioned office
or requested by Fax.
o
CHAPTER 5
Page 21 of 27
>,:"
~~
L-L...J"=='~1
L-
TENDER TITLE:
TENDER CLOSING DATE:
TYPE OF CONTRACT:
LUMP SUM
~~
/
~')A\?PAY
M~~ED
TYPE OF ESTIMATE:
,/\
\
TQTAL(QR}
D,
,'CE-D5
~
\ ~
D/"SE~ETA!COyESTIMATE
D
0ST REIMBURSABLE
DDAYWORK
DOTHER
"'zETAI[E12..S9 TEjlMATE
"'-
~"~/\
TOTAL IN WORDS:
~~
""V
""
:;ER\\S~V
Ref. No.
../
REMARKS:
Prepared by:
Print Name:
Endorsed by:
Print Name:
Signature:
Signature:
Approved by:
Print Name:
Signature:
CHAPTER 5
Page 22 of 27
-!I
~
\I.\l~
':)
1<
'.' .T~n~ed!lgPto,ct!dur~
"
'
-,
L-LJ~r.:::::tIL-
LISTING OF TENDERERS
\>
TENDER NO
TITLE
TENDER CLOSING DATE:
REQUESTING OEPT. :
NAME OF
COMPANY/BIDDER
NAME OF
AUTHORISED
REPRESENTATIVE
DOCS
COLLECTED
BY
SIGNATURE &
DATE
1.
2.
3.
4.
5.
o
CHAPTER 5
Page 23 of 27
,:,.
,;:W(~~~~~~,!g!'p:~~c~#~~
~J
,"}
L-LJ'=:'~IL-
Attachment I _
Date: 51XX12009
XXXXX Department
Item
Description
Month 1
9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
Item
Description
Item
Description
,,--
/'
CHAPTER 5
",
9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31
Month 3
Page 1/1
~/
\""
"
Month 2
"
",
/ /'
,
"
Page 24 of 27
,"
.---------------------------------,
Tendering Procedure
L-LJ'=::'I==II L-
Date: 5IXXJ2009
XXXXX D e pa rtm e nt
Ite m
D escript io n
11 2
M o nth 1
6
7
cap
Month 2
41 5
I
9 !10
21 3
I
I
I
I
I
I
I
I
I
I
I
I
I
I
oval
I
I
I
I
I
CH APTER 5
41 5
9 1 Q 11
I
I
I
I
I
I
I
I
I
I
I
:
I
I
I
I
I
Month 3
8 1 9 10
Page 1 / 1
Page 25 of 27
Tendering Procedure
C&P Department
Requesting Department
Received Approved
Purchase Requisition
(PR)
,6
./\. 1
,
Obtain requi red approval
per Financial Authority
Matrix
. Ve
. I Approval I
. LRedeved
\;>
\~>
"
,
~
,,/
-V
(
peD prepares Schedule of Ratesl
BOQ , the requirements for
Appendices Contract Execution
Plan ,Contract Administrative
section and reviews SOW/SOS.
/
/
No
""-
V
/
l)J
Prepare SOW/SOS,
,drawing and other
specific requirements,
etc.
/~
~
Incorporate received comments in to
Tender Documents
assign Tender/Contract
Number
+
IPCD pcepace, I
detailed cost
estimate
N.Qte.;.ln the event of conflict between the flowc hart and the text , the text shall prevail.
CHAPTER 5
Page 26 of 27
Tendering Procedure
RESPONSIBLE PARTY
Preparation and
Finalization of
Scope of Work
(RD)
Preparation and
Issue of Tender
Document
(C&P)
TARGET FUNCTION
/~~
"'\ '2 ~eek's
Description
Issue draft to RD
<~
Bidding.
Evaluation and
Award
GTC
CEO
, "'
i:~~,F
issue for I
Total
/'\.
~~
te~t &
~".I-!'t ;~
.. '. :, ,: ,
10M)
10M)
3 week~
4 weeks
1week
1 week
1 weeks
1 weeks
5 weeks
' " ., ,!.};:,
4 weeks
4 weeks
5 weeks
I F v", ,,~t;,>n
6 weeks
6 weeks
9 weeks
4 weeks
4 weeks
6 weeks
14
14 weeks
20 weeks
x:~~~"
weeks
Contract
Preparation,
Review and
Approval
(t&P) /
6 weeks
"
I/ otal
~
.', ,.
GTe
(above
"~ l
I <:
V
4 weeks
'r
iv.
"-
1 wee,
(up to
'.
.,
Description
' v ~o . o ,i v , I & Issue draft to
RD/PCD/ Finance
2 weeks
1 week
1 week
1 week
1 week
1 week
1 week
1 week
1 week
1 week
Approval/Signature by
Lusail
1 weeks
1 week
2 week
Total
6 weeks
6 weeks
9 weeks
' vv'~
4 weeks
."w.~v . a,v
Issue to Contractor
CHAPTER 5
Page 27 of 27
,%ooT~~OI_
t
1 \1
--....
--
fIORWY I
b1tO"~U~D<I
~
~.
~.
~.
.~~_n~OI
~Bo.IpIqIO'l _ _ ~OI_~I'llOt!:sa
AS I I'lIUI~l'
~ {nIUtati
...
l r lh
I_I
~ ' I~g
go 15 IW"
'r.............
enow"tll'
~'Li
~tM
l"'eM" t tl ON
fa ON
ZION
ZION
LlON
SI#~~l O ION
1!Wf!s
~!I'OIIJJ. - ON
f;lI.IOn~-8 OH
~ ' lON
~ ' 8ON
....M WJOtS $ ON
.IM_M - tON
I!u~&t:l"':l _ "Ir", ~rJOd ' tON""
--
_tl-ZON
. . . . . . .d iON
_~IIUII! ON "",J8ja ti
~
~.~
.....
--.
""" -,
......
~~-...eue.oP~
~'ll'\l3fINlI!!RS'"
4~
TECHNICAL / COMMER"CIAL
" ~
BID EVALUATION P' A"
OCEDIJKE
(J
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
5.0
4.1
General
4.2
4.3
4.4
4.5
Evaluation Report
4.6
4.7
4.8
Commerciall
4.9
Award Approval
4.10
confidentia~~.
~~
comme~8ost'E'Sti~'e
\> ~V
contractua{e~\
\
/'
~~)
RESPONSIBILlT~
~
5.1
(J
Re'e~g Dep~ent-(RD
5.2
5.3
Project
5.4
Evaluation Tea;;;
5.5
Finance Department
CO~OIS
Department (PCD)
ATTACHMENTS
Attachment A -
Attachment B -
CHAPTER 6
Page 1 of 23
Attachment Ca -
Attachment Cb -
Attachment D -
Attachment Da -
..
o
/
o
CHAPTER 6
Page 2 of 23
OBEJECTIVE
This procedure details the method to be followed to ensure that the evaluation of
Technical and Commercial Bids is carried out in a consistent, complete and fair
manner in order to ensure the best value for the Company.
2.0
SCOPE
This procedure applies to all personnel involved in the evaluation of Technical and
Commercial Bids process.
3.0
It is the policy of the Company to award Tenders to the technically lowest price
acceptable Tenderer/Bidder who meets all the Tender requirements and its terms and
conditions.
o
4.0
PROCESS
General
\C/
b) When any evalu,ation,phasel is delayed by more than one (1) month beyond the
kPls, "or when the E'\taJy,ation)Team antiCipates that the award cannot be
coreple'te~ within tHe tender ~alidity period, the Evaluation Team Chairman shall
forward a p(oposal fof-Bid-validity extension to C&P. C&P shall review any impact
of su'c~ extensi~a'nd proposes its recommendation to the Evaluation Team
Chairma,\ Upbn receipt of the approval for Bid validity extension, the Evaluation
Team Chair;Rlan ynBer RD Director signature shall obtain from all the Bidders an
extension of v~lidity of Bids and Tender Bonds.
c) In case there were specific Technical Evaluation Criteria and/or Commercial
Evaluation Criteria required by RD for the purpose of assessing the Technical
and Commercial capabilities of Tenderers, then it shall be approved by the RD
Director and/or C&P Director respectively prior to the receipt of the Bids. The
attached standard evaluation Technical/ Commercial Evaluation Report formats
shall be utilized as appropriate during evaluation (refer to Attachments Ca and Da
hereto).
d) Where there are more than ten (10) Bids or when the number of Bids are large, to
the extent that complete evaluation of all Bids may not be possible within a period
commensurate with the validity of the Tender, then the evaluation may be
restricted to the Ten (10) lowest Bids, unless otherwise advised by the GTC or by
CHAPTER 6
Page 3 of 23
()
LLJ'='~IL
()
(i)
(i1)
~., __~~
V)
4.2
C&~~
Evaluatio\ep~ ~ \ ~
~the Tender'CIOSing~te,
On or
RD Director shall nominate a representative
to the T'echni6a\Evalililtio-;;-Team as its Chairman while the C&P Director shall
nominate a'\represeh'tativ; for the Commercial Evaluation Teams. The Chairman of
the Technica~Ezaluati6n Team will then call for the nominations from C&P, PCD and
Finance Departmefll as applicable. Furthermore, C&P nominated Member for the
Technical Evaluation would be the Chairman of the Commercial Evaluation Team
once the Commercial Evaluation started unless otherwise another nomination is
advised by the C&P Director.
i.
o
CHAPTER 6
Page 4 of 23
~:::~.'"'
Ev~ua~~i~
The Technical
coordinated by the Evaluation Team Chairman while
the Commercial Eva'l~ior)\~be 5-dordinated by C&P Chairman in consultation with
the other/nie~ers.
~
~~he E~ua-00')
Note:
Team is formed, it shall generally act as an independent
body, with the-zespective'Team Chairman ensuring that confidentiality and integrity of
the evaluation proceis' is maintained throughout the evaluation process. Although
each Evaluation'r{am member may consult his Line Manager, such inputs shall be
advisory and shall be taken into consideration by the Evaluation Team decision
making process.
4.3
Upon notification by the GTC, C&P nominated representative shall collect the
Technical Bids from the Secretary of the GTC and sign a receipt. C&P shall retain
one copy of the Bids, and forward the other copies of the Technical Bids to RD
Director under covering memo, (refer to Attachment B hereto), who shall then
forward the bids to the Team Chairman of Technical Evaluation. However, in case of
Tender below QR One (1) Million that was processed via the CEO in accordance with
CHAPTER 6
Page 50f23
LLJ!::::>~IL.
his authority under the Delegation of Authority, Technical and Commercial Bids will
be submitted directly to C&P Office. The Evaluation Team may reserve one fixed
room in the premises to store the bid documents and conduct evaluation meetings.
The room shall be closed and secured at all times when it is not in use and keys shall
be kept in the custody of the Evaluation Team Chairman.
4.4
a) The Evaluation Team shall carry out a detailed analysis and evaluation of the
Technical Bids in order to establish whether, and to what extent, they conform to
the requirements set forth in the Tender Document. The Team shall identify
ambiguities,gaps and / or shortcomings in the submitted Bids, and seek
clarifications in writing, as deemed necessary from the Bidders. All responses
received from the Bidders shall be evaluated by the Team. The Team shall
exercise its judgment as to whether or not the deficie~ies in any Bid are
substantial enough to warrant technical rejection of the ~i~ ~out the need for
further clarifications.
\,~ . '\.
resolve~~ica!: com~
to
e) RD shall ensure that copy of all the Technical Bid Clarifications are forwarded to
the Secretary of the GTC.
f)
In case LREDC issues a Tender Bulletin for any changes in the original Tender
Document; e.g. change on the SOW/SOS, correction etc. during the Technical
Evaluation stage and which may result cost impact, RD in consultation with C&P
C)
CHAPTER 6
Page 6
of 23
4.5
Evaluation Report
'>
b) Upon completion of the Technical Evaluat\On\ffi, Team shall sign and forward
the Technical Evaluation Report-ano'its reco~~endationA~ C&P and PCD and
onwards to the respecti,{i Rq/6irectJ~00evie"w, endorsement and
recommendation to the GTq or rtOAhElCE'c'),\n accordance with the Delegation of
Authority.
<) )
~~__
C&P~"v0
4.6
notif~tiO:;:y
a) Upon
the GTC, C&P nominated representative shall collect the
Commercial Bids from the Secretary of the GTC and sign a receipt. C&P shall
retain the Commercial Bids, and notify RD, Finance and PCD of the receipt of the
same. Similarly, in case of Direct Order, or Bids that are processed via the CEO
in accordance with his authority under the Delegation of Authority, C&P shall
retain the same, and notify RD, Finance and PCD of the receipt of the same.
b) C&P and its Team member shall retain custody and shall be responsible for the
physical security and access to all Commercial Bids and Commercial evaluation
related documents throughout the Commercial evaluation and Contract award
phases. Commercial evaluation meetings shall preferably be held in C&P
premises. Subject to practical and logistical considerations, C&P Team member
o
CHAPTER 6
Page 7 of 23
shall ensure that Commercial evaluation related documents do not leave the C&P
premises.
c) Upon release of the Commercial Bids, the Secretary of the GTC or the C&P
Director, in case Bids were processed via the CEO, shall release copy of the
Cost Estimate to C&P Team member. PCD shall provide the detailed estimate to
the Team.
4.7
b) The Team shall conduct, clarify, resolve as much as practicable all outstanding
commercial and contractual issues, and complete the commercial evaluation.
Arithmetical errors shall be resolved in accordance with~he 'relevant provision in
the Instruction to Tenderers. All communications ':Yith the Bladers shal~be in
writing. The Evaluation Team shall seek the GTf apRro~al or'~irector's
approval in case the Bid was processed via the CE0~rio~to (:ommunicating with
the Bidders regarding any commercial, technical (in"caS~h~fe still/a"ny) and
contractual clarifications during the COmrerci;;-I'E~ualion stage 'an8 regardless
whether these clarifications mayor may not have any,imp'act to lhe Tender Price.
Any revision to the Tender Price shall be r~ferr'e(l'direct~to th~GTC or to C&P in
case the Bid was processed/.via-the CE(\)o DeViations I>exceptions taken by
Bidders to the commercial ar,ltJ cOQ!J:lctual t'erms of1h;:;--render shall be resolved
in accordance with Section
~ow~ \ )
.
4.8
TendCI'~~d@S
Whenev~,B~:/~y
o
CHAPTER 6
Page 8 of 23
Technical/Commercial
Bid
Evaluation
.
.
._
. . . Procedure
....
.:]
LLJ.=:.t:=IIL
f)
g) Upon completion of the Commercial Evaluation and identifying the Bidder for
Contract award, the Team shall finalize the Commercial Evaluation Report,
including the Award Plan Submission and all relevant information (refer to
Attachment Da hereto). The Team and invitees shall then sign and forward the
report to PCD and C&P for review and onwards to RD Director for review and
endorsement. RD Director shall forward the report, along with his
recommendation, by covering memo to the GTC or to the CEO, in accordance
with the Delegation of Authority for approval (refer to Attachment D hereto).
4.8
~ ~~ /
be followed:
...
.~
i)
ii)
iii)
During the
Evaluation Team shall identify the
Bidders with wl:lom tfley intentHo_holcl negotiations or discussions, and seek
the GTC o),the CEO, i~acccirdance with the Delegation of Authority, approval
for the same~
iv)
v)
4.9
th~G~0
G~m$erc~~~the
~('lgotiation
V )
Any"de){i~'y'~ePted
a) The Evaluation is deemed completed when the GTC or the CEO, in accordance
with the Delegation of Authority, approves the Award Plan Submission and
relevant approval memos are issued and received by the CEO, who in turn would
forward the same to the C&P Director for further action in line with Contract
Award and Finalization Procedure - Chapter 5.
b) If so requested by the RD Director, C&P shall forward to RD Director a copy of
the Commercial Evaluation Report (plus Award Plan submission, Priced
CHAPTER 6
Page 9 of 23
Confidentiality
The Team shall carry out the entire evaluation in the strictest confidence, and shall
not divulge or discuss any matters arising out of the evaluation with any party other
than the Team members, the line Supervisor, their Directors and the invitees to the
evaluation. The information provided to the invitees shall be on a 'needs only basis',
at the discretion of the Evaluation Chairman who is the coordinator of the respective
evaluation phase.
5.0
RESPONSIBILITIES
Requesting Department (RD)
5.1
5.2
5.3
(f\:win\~ <-~
'l"~chnicall oom~ercial
Collect the
Bids
Forward Tecnnical'Bi,.fo RrD and notify of receipt of Commercial Bids
,R~~i*r Technillall Comme'rcial Bids
8((ordiflate with the'Evalcration Team
Provide 'a,mr6e'rof the Evaluation Team
SUP~0~ th"E3 Te~riical Evaluation and chair the Commercial Evaluation
Resolve~ommercial and contractual queries and GCOC deviations
Forward Oifmmercial Evaluation Report I Award Plan Submission to RD
Director for endorsement
Project Controls Department (PCD)
CHAPTER 6
Page 10 of 23
LLJ'=:'~IL
5.4
Evaluation Team
5.5
<:
'\ V )
\:> /J
CHAPTER 6
Page 11 of 23
---~
~
~
L-W'='~IL-
0
0:::_ 0
o...~-
0/5 0
'-'
0
OJ
.=
~
~O
~
Receives Evaluation Reports and
makes Recommendation
E
ro
OJ
I-
c
0
:p
"
ro
:::J
ro
>
w
IPrepare Technica: I
Evaluation Report
cb
0
w 05 -O.?;c
-u
U
o.roO
(j)~
ro ro :::J
I:2:<{
(9
-
0
,~" ,,,.- ~ '\ ~
I
cal lssues In
Tenders resolved so as
-,
,,
" \<..
)
, \
"
Prepare Financial
Evaluation Report
~~ ct
\~ . )
" "~~
.A.
\ \>~
Approval of Recommendation
for Award
Note: In the event of conflict between the flowchart..and the text, the text shall prevail.
CHAPTER 6
Page 12 of 23
TENDER NO
TITLE
SUBJECT
s:\
Te~'B~reCeiVed\from' he following
ssaValua,~
3.
4.
5.
6
,--,--.
("
Finance
Departm~
~~
th~the technic~and
Please note
Commercial evaluation and the subsequent
recommendation ~hOuld'b?,submitted to GTC/CEO, not later than _ _ _ _ _ __
Regards,
(Name)
()
CHAPTER 6
Page 13 of 23
REQUESTING DEPARTMENT
MEMO
To : GTC/CEO
Date:
Ref. No.
TENDER NO:
TENDER TITLE:
TECHNICAL EVALUATION REPORT
Please find attached hereto the Technical Evaluation Report, Whi6cluded that -"---_--,"'----_
tenders are technically acceptable and
tenders are fe~cl,I~~Cce~a6ie, as
detailed in the attached report.
~
V
* endorsed
* not supported.
"\::>
We seek the GTC I CEO kind ';9pwv(.6n<leJion and request it to open the
Commercial Bids of those techn~all~accePtabla(j foiward the same to the Contracts &
o
Respective RD D i r e t t V
* Delete as applicable. Please provide detailed reasons along with own recommendation if not supported.
CHAPTER 6
Page 14 of 23
INTRODUCTION:
(Provide a brief introduction, stating the project outline, background and location.)
SCOPE OF WORK:
1.
2.
3.
4.
5.
6.
A tender clarification meeting was held on _ _ _ _ _ __
numbers of Tender Bulletins were issued during the course of the Tender.
by:
1.
2.
3.
4.
Page 1.
CHAPTER 6
Page 15 of 23
Attachment Ca (continued)
The technical evaluation was carried out by an Evaluation Team with representatives from
Requesting Department, Contracts & Procurement Department, Project Control and Finance
department.
The Technical Evaluation was based solely on the information provided by each Tenderer.
___ numbers of Technical Bid Clarifications were issued and satisfactory responses
were received from all Tenderers. (Clarify if satisfactory responses were not received.)
A Risk Assessment was carried out and the report is attached.
RECOMMENDATION:
Team Member
Name, Tille and Signature
Team Member
Name, Tille and Signature
Invitee Signature
(whenever applicable)
Page 2.
o
CHAPTER 6
Page 16 of 23
TechnicaI/Commercia:l.Bid EvaluationProcedure
Attachment Cb - Example of Risk Assessment Report
SCOpE OF WORK:
ASSESSMENT TEAM:
by:
1.
2.
3.
4.
5.
6.
pROJECT OBJECTIVES:
1. SCOPE OF WORK
2. SAFETY
3. CONTRACTING STRATEGY
4. SCHEDULE
5. COST
Page 1.
o
CHAPTER 6
Page 17 of 23
IMPACT
MITIGATION
ACTION
.. Cost escalation
.. Schedule impacts
()
Incomplete SOW
Incomplete SOW
.. Risk of
misunderstanding of the
SOW by bidders
Has the SOW been
based on as-built data
and drawings?
()
Unsafe design
Unsafe design
Incompetent contractor
may undertake this
contract
Unacceptable quality of
work
Contractor unable to
complete SOW
Page 2.
CHAPTER 6
Page 18 of 23
Te.chiIical I GOIllmercial
Bid
Eya1uarion Pr()cedure
.
.. _-"--_. .
..
'.
'
"
LLJ!:::::>~IL
Attachment Cb (Continued)
BI~ atU~L.:tSUa
POTENTIAL RISK
IMPACT
BI;E!QBI
MITIGATION
ACTION
4. SCHEDULE
Was a project
execution plan
prepared?
and subsequent
extension of the
projects?
Contract
Delay in commissionin~
and handover
5. COST
Was a budget estimate
Is there a risk of
variation?
Cost escalation?
Cost escalation
Page 3.
CHAPTER 6
Page 19 of 23
Attachment Cb (Continued)
BISIS
POTENTIAL RISK
4. SCHEDULE
Was a project
execution plan
prepared?
8~8LXIS
IMPACT
BI;E!QBI
MITIGATION
ACTION
extension of the
Contract
Delay in commissioninf
and handover
5. COST
Was a budget estimate
Is there a risk of
variation?
Cost escalation?
Cost escalation
Page 3.
CHAPTER 6
Page 20 of 23
Technical/Commercial
Bid. _Evaluation Procedure
.
.
-
MEMO
To
: GTC/CEO
Date:
Ref. No.
TENDER NO:
TENDER TITLE:
COMMERCIAL EVALUATION REPORT AND AWARD PLANilJBMISSION
Please find attached Commercial Evalualion Report and
AW~d PI~~2bmiSSion"!JJ
/ /
Tender.
fo
..---'-~.~~
The Bid Evaluation Team recommends that ontractNo.-..
()
* endorsed
subject
be awarded as detailed in
* not supported.
W'_'.'G"'''O~~::''~"
./
RD Director
Delete as applicable. Please provide detailed reasons along with own recommendation if not supported.
CHAPTER 6
Page 21 of 23
Attachment Da- Example of Commercial Evaluation Report and Award Plan Submission
.~
0--
___ _ _
-_ ..
____
~~
..
~~R
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ MM . . . . . . . . . .
INTRODUCTION:
/'....
(
\
<-. '"
~
s:>
\> ::>
Further to our Technical Evaluation Report submitted to GTCI CEO, Ref. No\'
_ _ _ _ the GTC/C&P has opened the Financial Bids dated
SCOPE OF WORK:
______________ _
'"
\,
~)
dated
\ , (a'riaVsed to
TENDER INFORMATION:
The tender information was issued on \
"".
/'-..ccinpani;;S,su?r;.itti~9 teders.
~
companies
,,""'\
dF.
COMMERCIAL EVALUATION
BIDS:
()
Rank
~V
Bidder's~me /
Bid Price
(including
Addendum)
QR
Technical
Acceptance
(Yes I No)
Commercial or
Contractual
Reservations
Commercial
Status or
Comments
1.
2.
3.
4.
5.
,
CHAPTER 6
Page 22 of 23
()
RECOMMENDATION:
The GTC/CEO approval is requested to award Contract No.
to M/S/'"
,",~,oo.""
'".;~'"
""
'" V' /
~)
"~
~
Signa~e. V
,"",.m
"
for
~ ~-
<'..1.
~_
------->.,\.~V \
Team Member", . /
Name, Title and
Sign~Ure
o
CHAPTER 6
Page 23 of 23
()
~I
~
~~
L-LJ~r:;:::}IL-
CONTRACT AWARD
AND FINALIZATION PROCEDURE
'" ""
'V
eR
~~)
~
",-/)
"'------/
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
Contta,ct
Award
and
Finalisation
Procedure
.
-.
.
-.., ..
.
.
.
-
"
,-'
"
,-
- -,.
,.
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
4.1
Initiation
4.2
4.3
4.4
4.5
4.6
4.7
4.8
4.9
Review of
4.10
Signing
5.0
AdVanC~~yment-Guarantee
v~
contraC~GUmeDt~
4.11
o\6'ntradooc~enl'~
Distribution o~~~~ct ~cument
4.12
,~gre~tterS2'
Re~of'Tender Bond
/A,
C)
"
RESPONSIBILITIES
5.1
Requesting\~
5.2
5.3
5.4
Finance Department
5.5
Legal Department
rtment (RD)
Attachments
Attachment A
Attachment
Attachment
CHAPTER 7
Page 1 of 15
"
"i~
L-L-'E=r::IIL-
Attachment
Attachment
Attachment
o
/
CHAPTER 7
Page 2 of 15
OBJECTIVE
This procedure details the method to be followed in the preparation and formalization
of Contracts. including review and issue of the Letter of Acceptance with or without
Notice to Proceed (NTP) (if applicable).
2.0
SCOPE
This procedure applies to all personnel involved in the activities associated with the
award of a Contract from receipt of approval from the CEO, Lusail Chairman, GTC or
from the Lusail Board in accordance with the Delegation of Authority, to preparation,
approval, signing and issuance of the Contract Document.
3.0
I~ibns to Tenderersl
4.0
PROCESS
The procedure is flowcharted in Attachment
4.1
Initiation
/---)
A~\.
~
'>
~ //V
4.2
a)
C)
Preparation of
L:e~ter
of\Acceptance (LOA)
unlesSj(etermi~~ a~in/or!p~d
re~\o~/a{Proval
b) On
from the CEO, Lusail Chairman, GTC or from the
Lusail Board~n accordance with the Delegation of Authority, C&P shall prepare a
LOA for RD review and CEO's signature. The LOA shall specify the following:
i)
ii)
iii)
iv)
v)
vi)
vii)
CHAPTER 7
Page 3 of 15
a) Upon review of the LOA by RD, C&P shall arrange for the signing of the LOA by
the CEO.
b) C&P shall issue I fax the signed LOA to the Contractor, keep the original to C&P
and copies to the Secretary of the GTC, Finance Department, RD Director, and
the Company representative for the Contract.
4.4
aCknOWledgem~accep.tavnce
\2
" "
of tlie LOA
((~~--
b) Upon receipt of the approv~1 fmm-tile CEQ, Lusa'iJ Chairman, GTC or from the
Lusail Board in accordance~ith the D.eleg'atibp/o'f Authority, RD Director may
determine the Contr~t a~\urgent~u2h dktermination, along with justification
for the same, s~:z:e conveyed i~itm9 !tYRO Director to C&P.
thos~Contract~ee~d 'U~t'
C)
4.6
C)
CHAPTER 7
Page 4 of 15
ContractAwardan:dEinalisationProcedure
.
-,
..
,..
.'
-.
-.
'
- -
,-, -
-- -
~.-:
',-
,-
-,
'-"
based on the total value of the PO. This is automatically handled on the ERP
system.
4.7
y .)
4.'
Ag,oomool
(FOA,
c) C&P shall compile and get the draft Contract Document ready for review within
the time period as per KPI.
d) C&P shall closely monitor the bid validity period and, if necessary, advise the
successful Tenderer to extend this period to ensure that Bids and the Tender
Bond remain valid until the submission and acceptance of the Performance Bond
(Bank Guarantee) of the successful Tenderer.
C)
CHAPTER 7
Page 5 of 15
a) Upon finalization of the draft Contract Document. C&P shall circulate the
documents for Internal Review to the RD. PCD. Legal and Finance Departments
in soft copies format by email and copies will be kept in auditable manner.
b) Comments/amendments received shall be suitably incorporated into the draft
Contract by C&P.
4.10
a) C&P shall prepare two originals of the Contract Document (with the FOA duly
endorsed by C&P and RD Director). and stamp the entire Contract Document.
C)
Vd
OntrackDocu~t
in the event a
s~,
/~ :\. " (~
Distributio~ the contracipocument
4.11
Th.
"'\~_ct
Contracto~ _ ~
,heLd
A
Documen'fcontroI'6ffice>
~v~Pload
by C&P . ,
fo"~,
4.12
CHAPTER 7
Page 6 of 15
.'J
accepted and that arrangements have been made with the GTCI C&P to return
the Tender Bond. RD Director shall sign and issue the fax.
b) C&P shall also issue a memo to GTC requesting release of Tender Bond to the
unsuccessful Tenderers.
c) In the event a Tender is cancelled, C&P shall draft an appropriate letter and issue
the same to all Tenderers under RD Director signature to this effect.
5.0
RESPONSIBILITIES
5.1
o
5.2
Department'(~P)
7,
5.3
pr~ecl'Controls~partment (PCD)
~401l0Wing:
Shall c;:Wr,y
UPdate't~e Contract Appendices as applicable especially the Administrative
Procedure~Appendix F, Schedule of Prices/BOQ and Contract Execution
Programme.
Review Contract Document
5.4
Finance Department
Shall carry out the following:
Review Performance Bond, Advance Payment Guarantee and insurances
Keep the Original and be the custodian of the original copies of the above
documents.
5.5
o
CHAPTER 7
Legal Department
Shall carry out the following:
Review Contract Document
Page 7 of 15
Approval of
Contract Award
C&P Department
Ye~
Contract Justified as
Urgent?"
;
Prepare
Standard
LOA
I
\.
Review Standard
LOA
"\ ,
"'\,
<'
/
./
,- >
Issue LOA for Acknowledgement
by Contractor I Consultant
C?
.'
\ \/
Acknowledgement of LOA
Received from Contractor /
Consultant
Notice to RD
Prepare Final
Contract
Documents for
Internal Review
)' ._""--,
Incorporate comments
received and Prepare
Final Contract
Documents for
Signature
N~
Ye,
Send Notice to
Contractor to
correct
CHAPTER 7
Page 8 of 15
C&P Department
Appropriate
Requesting Department
y
Prepare
LQAwith
NTP
included
Review of LOA
with NTP
Language
<
/
] Issue LOA f NTP to Contractorl 1
Consultant for Acknowledgement
.....
I'
\:)
~
"
\:V
\
1\
/
/
\.
<
./
Note: In the event of confli ct between the flowchart and the text, the text shall preva il.
CHAPTER 7
Page 9 of 15
Ref. No.:
To: (Contractor's Name)
P.O . Box ............ .
Doha - Qatar
ITender Ref:
Subject:
\.
/
/
1. We are pleased to advise that, Lusail Real Estate Development Company (LREDC)
hereby accepts your Bidl Tender Proposal for the above referenced Tender. This
acceptance is based on your Tender 1 Proposal submission vide letter reference
_ _-,-_ _ _-,-~.' dated _1_ 1__ , as well as the subsequent clarifications and
amendments provided by the following documents:
a)
b)
c)
In the event of any conflict, discrepa ncy or inconsistency between any of the above
referenced documents, the latest executed document shall take priority.
2. The Contract Documents are being prepared and will be made available for your
signature in the near future . Until the contract documents are signed , th is Letter of
Acceptance, together with your Tender SubmissionlProposal, as amended by the above
referenced documents sha ll form the contract between your organ ization and LREDC.
Please note that:
(i)
The Contract Price sha ll be Qatari Riyals
(QR
);
(i i)
The sta rt date of valid ity of the Bond and insurance sha ll be _ _ _ _ _ __ ,
(iii)
The contract duration shall be
; and,
(iv)
[List any other essential terms and conditions applicable to the agreement].
(v)
You are entitled to an advance payment of (X% to be in line with the C&P
Manual) of the Contract Price !Total Fee aga inst your subm ission of an
equiva lent amount of unconditional and irrevocable Advance Payment Bank
Guarantee.
CHAPTER 7
Page 10 of 15
3. You shall not commence work under this Contract until a Notice To Proceed (NTP) letter
is issued by LREDC. Issuance of the NTP is subject to the following requirements:
a. Submission of the Performance Bond, and acceptance thereof by LREDC; and
b. Submission of necessary insurance, as stipulated in Appendix C of the subject
Tender Document, and
c. Satisfaction of all other conditions or requirements stipulated in the Tender
Documents (or RFP); and
d. Signing of the contract document by both parties.
4. You are not authorized to commence with the Contract work as described in
Appendix A of the subject tender until the above conditions precedent have been met.
5. The LREDC Representative for the Contract is
correspondence shall be addressed.
C)
to whom all
6. Please confirm, by return fax, receipt of this letter and adviseGame, position and
contact telephone number(s) of your Representative t~ '"
'"
A
at
Regards,
P"1
Develop~t"Comp;o )
~;;-~~~~))
~
Acknowledgement
'--../
and~cceptance
We hereby acknowledge acceptance of all the terms and conditions set forth in this letter,
and confirm that we shall proceed with the actions as set forth herein.
For Contractor
Name:
Title :
CHAPTER 7
Page 11 of 15
Subject:
NOTICE TO PROCEED
We have received your Performance Bond, Certificates of Insurance, and [identify any other
submissions required and mentioned in the Letter of Acceptance] by letter reference _ __
dated _,_,_ _ and determined these to be acceptable. Having satisfied the requirements
and pre-conditions set out in the Letter of Acceptance dated _,_,_ (ref. No. _ __ _
you are hereby authorized to commence the works , services required by the above
referenced Contract effective _,_,__ [Insert date Contractor will have access if different
from date of this NTP letter].
best Regards,
CHAPTER 7
Page 12 of 15
L..-L...J~=rL-
CONTRACT NO
CONTRACT TITLE
C)
SUBJECT
: INSURANCES
sUB~ed
As stipulated in the Contract, please find attached copies of the following in0:ssrances bY/MY."" .
~~
"
_.:> \ )'~
C.:>:\ \ )
~)
C"'t""'~;~ tlR/~)C
o
",,~ths
~ "'~
V
Contract Duration./.\" ..
from ...... I
Period.
/\--/
Please confirm in writing the acceptability or otherwise of the above so that we may finalize the Contract
Document.
Regards,
(Name)
CHAPTER 7
Page 13 of 15
MEMORANDUM
C)
To
Finance Department
From:
CONTRACT NO
Date:
~~V
CONTRACT TITLE
~ \>
Please find enclosed, for your review and retentlCriginal_performa~ce B~ an amount of .............. % of
SUBJECT
: PERFORMANCE BOND
,( '",:
Performance Bond No
Performanc7B6'n~Validity
Contract Price,
Contract Duratio~
Guarantee Period
''""
rzurt~'d~nsa;;;:;;:~IOWJ:
"
......
7
/
'"" "
~.
/,
",--"",/
'''--....../
:/
///
Please review and confirm back in writing to the undersigned the acceptability or otherwise of the above, so that
we may finalize the Contract preparation. In the event we do not receive any response within five (5) working
days of this memo, we shall deem that this Performance Bond has been found in order and we shall proceed
accordingly.
Regards,
(Name)
Contracts & Procurement Director
CHAPTER 7
Page 14 of 15
Ref. No.:
Date:
Attention:
Project:
Tender Ref.
.,bj..,,,
Lott" of . . . rot
\:>
yo~~e~r
~ur P~~cip~0A\and
CHAPTER 7
Page 15 of 15
~
~~
L-.L-J'=:'= I L-.
o
PROCED~~
~ \\)
~V
~
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
i' ..Y,atJ~tio!ltQ.GQPtplctsPfQj;j.ldure .
":>"C'"
'-, _ -_
- - -
,c'.
'
- __ ,
__ )' _.:
LLJ.=I-IIL
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
5.0
4.1
General
4.2
4.3
4.4
4.5
Contract Amendments
4.6
4.7
Exceptional Cases
\)
RESPONSIBILITIES
ReqUestin~~a~'~rp
5.1
5.2
5.3
5.4
/prQject
'\,
Control~\art~e~(PCD)
.
"R E"Veam-----
ATTACHMENTS
Attachment A -
Flowchart
Attachment B -
Attachment Ba-
Attachment C -
Attachment D -
CHAPTER 8
Page 1 of 15
Vati!.ltiontoContractsPtocedure
LLJ'='~(L
1.0
OBJECTIVE
To control changes and amendments to Contract and to manage the process for the
initiation. review, approval and award of Variation Orders and Contract Amendments.
2.0
SCOPE
This procedure is applicable for all Change Requests, Change Proposals and
Variation Orders for all Contracts.
3.0
POLICY/MANAGEMENT INTENT
Contract changes shall be strictly controlled in accordance wi!!J,t~ Variation Clauses
under the Contract and this procedure in order to keep the number and cost of
Variations to Contract as minimum as possible.
C)
4.0
PROCESS
The procedure is Flowcharted in Attachment \~
4.1
/J.
General
t~eo~r~"to pr~~h/(ariation
the\en~y
d) In
doubt with regard to the Variation to Contract process,
including C'atvi,ration of the proposed changes, it shall be resolved by C&P.
4.2
If, during the course of Contract, it is determined by the Company that a change to
the SOW/SOS, duration, cost or other terms of the Contract is necessary or desired,
then RD, shall prepare NOV using the NOV Form a sample of which is included in
attachment B. The NOV should clearly describe the nature of the change and should
also include as a minimum the cost and/or schedule impact; and a narrative
describing the reason and justification for the change.
While preparing the justification of the NOV, the following shall be taken into
consideration:
(i)
(ii)
CHAPTER 8
.Varia:tion
-" . -, , to
, - Contracts
-, .-- --, .
",_ Itr()cedure
-',,,-~,
<-'.:-~~'"
,- - '
- ,-'
,.
(iii)
Whether there are alternatives to the proposed change together with the
cost and/or time implications of the alternative;
(iv)
(v)
4.3
When RD in consultation with C&P and PCD determine that the proposed
changes justify adopting the Variation process, and in the event that the
changed SOW/SOS can be clearly defined by RD, RD shall then initiate
the NOV Form and forward the same to C&P alo~~th clear definition,
sufficient description and justification (refer to Att<lchment B) together with
relevant sketches, specifications, correspo~~ce:emails,anCY7~other
"" ~~ V
necessary information as required.
(ii)
the NOV.
(iii)
\>
~V
b) Finalization and
(i)
t~~~fliQ.h incl~es
Based/on,
SOW/SOS and the technical
inputs/details, provided by RD;' C&P in coordination with PCD shall
prepare'\the O~ FlDrm (refer to Attachment Ba), including the pricing
/~hedule,'d!(ation.ahd J~y contractual requirements as applicable.
(iii)
finalization of the CRP, RD shall sign Part-A under the CRP Form
and i;;Sci8 the CRP to the Contractor under covering letter signed by RD
Director. The covering letter shall contain instructions to the Contractor
including the time, date and venue for submission of the CRP Proposal
i.e. his Technical and Commercial Proposals and/or his cost and schedule
impact.
CHAPTER 8
~ I
LLJ'='~IL....
(ii)
The purpose and intent of the Cost Estimate and probable schedule
impact is to provide a reference/basis during the evaluation and
negotiation phase, if any.
Contractor'S CR Proposal
Contractor shall submit CRP directly to RD Director or his appointed authorized
person or otherwise as advised by the Company on the CRP submission date, after
completing all technical details including Part-B of the CRP Form.
d) Evaluation, Clarification and Negotiation of Contractor's CR Proposal
(i)
o
(ii)
ha:ya~le
",:>v
Whenever a CRP
impact, the"CRP Evaluation Team shall
assess the Contract0r pr<JRdse-a-sGhJdule ~mpact of the changes on the
critical path of tbe Cbntr~t Executi~ ~I~; and shall determine whether
the contracto(prOpos'ed.._chedliie imwact is justified. The CRP Evaluation
Team shall also corisider whethe'r .!);1k Contractor has fully optimized the
resource~as pr6posed,~y<the Contractor and accepted by the Company.
In the<event,that ~art of\the-schedule impact is due to the Contractor's
fault, th'e'\mai't:er sh~1I be processed in accordance with the Liquidated
/,Damages f0r D. ~ays'prodedure.
/'\.
'\/
(iii)"",Whe~ever a"CRp-n;;s a cost impact, the CRP Evaluation Team shall
analyze and e,9sure that the Contractor's cost impact is based upon rates
aiid pri{es for similar work as detailed in the Contract. If there are no rates
or ~r.~ce7"sPecifically applicable to some items, then the evaluation of
those items shall be on a basis established under the Contract, and in its
absence, the Cost Estimate shall form the basis of the evaluation.
(iv)
In the event that there is a need to further clarify the SOW/SOS, rates,
prices and/or time effect, the CRP Evaluation Team can conduct a
clarification meeting with the Contractor.
(v)
o
CHAPTER 8
Page 4 of 15
-II
f)
'--__ J
~ I
LWS::>~IL
(vi)
Subsequent to completing the evaluation of the cost and schedule impact and the
CR Proposal by the CRP Evaluation Team, RD in coordination with C&P shall
prepare a submission (refer to Attachment C) to the GTC or to the CEO for
approval in accordance with the Delegation of Authority. The submission shall be
forwarded under the respective RD Director Signature.
Upon receipt of the approval, PCD shall proceed with the preparation of the CVF
in consultation with C&P and RD.
Budget
consultaWt~.p~1I~e
contract\\i~~m>
variatio~val,
(i)
Upon receipt of
PCD shallPrepare the CVF in two (2)
originals and stamp t~e s'cime-(refer,attachrhent D for CVF form).
(ii)
fjnalizati6n'af~~'C;.-rPC-D S~I~P
C)
Copy
o~
RD
Finance Department
(iii)
(iv)
4.4
Page 5 of 15
VaI'iati()n to
4.5
C()ntract~Proc.~dure
Contract Amendments
Whenever RD determines a need for change to the Contract for reasons other than
change to the SOW/SOS or settlement of Contractor's claim/dispute, e.g. change to
terms and conditions, extension of time with no cost implication ... etc, the procedure
for Variation to Contracts as described above shall remain applicable, with the
following exceptions:
(i)
(ii)
(iii)
<..
(iv)
4.6
_"-
V>
~d 'J;:me~n~to/?ontract shall be
Exceptional Cases
\ \ )..
o
CHAPTER 8
Page 6 of 15
,-
-.
V~riationto
" '.-
-.
Contracts Procedure
'
;",
LW'=:'r-IIL
accordingly. The procedures and steps laid in 4.3 above with regard to issuing
a Variation to Contract process including preparing cost and schedule impact
estimates, negotiations with Contractor/Consultant will be followed as
applicable.
(ii) In certain circumstances it may become evident that the Company will be
exposed to grave risk or will incur significant additional costs or consequential
losses if immediate and urgent action is not taken. Such circumstances
include,:
a) emergencies, such a threat to health, safety, environment or a
possibility of damage to existing permanent or temporary work.
b) where the activities involved are critical ~chieve the approved
work program or fall in the critical path of a'particular package
/"0
\.
\.
A
and/or where delay cannot be recovered,at al~r c'a~ b~7recmlered
but at significant cost to Company. \
~~ v
\>
~V
4.8. Payment
.E~c'eptional Cases
p~\e~~YlJle-rrt1~rkS
The
carried out under LREDC Instruction, before a
formal CVF\(s issued, can be made subject to GTC approval for Interim CVF to be
issued based'{>n 499/. of the PCD Estimate or Contractors proposal (which ever is
less)
V
CHAPTER 8
Page 7 of 15
VarilJtiQntQ'Contracts l)rocedure
RESPONSIBILITIES
5.1
iSSU~CRP to Contractor.
Form the CRP evaluation team and leat! th~roce~f CRP evaluation.
('
approvals.
Provide jUstificatiZfor iS~C I)st~ction" in exceptional cases.
5.2
t~'"~ De~""""
Co",mots
the\followi~: .. '1 ~
(J
5.3
.det~ls.
'\
\
(C&P)
including contractual and commercial
'-.~
i~~eRP Evaluation.
Obtai~mended Performance Bond and Insurances from Contractor.
Partieipate
Prepare Pricing Schedules and BoQs etc (if required) to issue with CRP.
Evaluate the cost and time implication (extension of time) of CRP and prepare
budget application.
CHAPTER 8
Page 8 of 15
<-'
'-
:.'
that the cumulative value of certified payments does not exceed the revised
Contract price.
5.4
Raise recommendation.
Conduct all necessary negotiation with Contractor in order to finalize all
aspects of the Variation Order.
CHAPTER 8
Page 9 of 15
C)
,r'"
~.
CJ
",>.,~,~.
_'4/
:~
.:::~,~-"ji:>"~, .'
,-r
1'-
Vadafi'(Jii'~1i:o~@(}\'7t.J1itrts~'f,6ee(J;u:t;et)'f(.
,:,--,:>-,:-'.'-,,:,,:,~.- --~,l;r."'~;~;;-:,:::g;l'>~('r'-t,y~~;> "\'~!':: ;(1'~',\~ '':-:J'')'r.~~!i{'~;?i:>-Q_
"-.' ,-
,.,
LW'::'r-:lIL...
BoQ! Pricing
Schedule
Budgel
Availability
RcvicwNOV
Cost estimate
Time Implication
CONTRACTOR
Cost &
Schedule
RD
Impact
Director
Group
Director
No
Is
I,
Agreement
Contmcloc's
CRproposal
reasonable?
reached?
Yes
Evaluation Team
prepare Submission
y"
(Based on Lusnil
assessment)
peD prepares
CVFor
Interim CVF
\~//
CHAPTER 8
Note: In the event of conflict between the flowchart and the text, the text shall prevail.
Page 10 of 15
I
()
LLJ=:'r:=IIL
Attachment B -
IPro,]ecl No.:
D
D
D
Employer
Project Manager (PMfCM)
Authority Requirement
Contractorl Vendor
Consultant
Others (Specify)
D
D
D
o
Le. ,cope, prospmme/schedule and estlmate ... ttc)
1
2
(Use
as necessary)
C)
No
No
IAp,proved I Rejected
IApproved J Rejected
IApproved I Rejected
o
CHAPTER 8
Page 11 of 15
LU=:'RIL-
Attachment Ba -
CONTRACT NO.
TITLE
(Description of Change. Refer Documents For/Where Change: i.e. Site Instruction, Concession Request, Faxes, Drawings, Scope of Work, and
Specifications Etc.)
'---/
Signature
Date:
Attachment:
Yes / No
Date:
PART (8) - CONTRACTOR/CONSULTANT PROPOSAL (TO BE COMPLETED BY CONTRACTOR/CONSULTANT AND FORWARDED TO tREDC)
Cost Impact:
schedule Impact:
Yes/ No
Yes/ No
Signature (VENDOR)
Copies to :
CHAPTER 8
2.
3.
Page 12 of 15
C)
LLJS:;.~IL
FROM:
REF. No.:
GTC I CEO
DATE:
CONTRACT NO.
TITLE
1.0
'olrodo,,""o
' \
conl[~as
aw~deCl\
Q,\ ---).,,-----y-- ----------------- ----------,
The subject
original value of
---------Am -------~---'~rs)
The du~tion
the COn~--------------- months effective from ---------- with an
original sc~edul~'_Obmpl~ion Date of -------------.
'dt
()
2.0
scopeofWo)/
The Scope of Work of the contract consists of ------------------ ---------------- --------------
3.0
4.0
5.0
6.0
Budqet
CHAPTER 8
Page 13 of 15
.,
-'
..,
,,-
-.
..
,.
-,
Va.riation
toContl'aCisProeedure.
:-':
... " _,,<-,"'C_' ,,_._. :_' ,": ..:_ -:.' , ..'_' -':.' __ :-::,-"'_J _,,:_._;' :,'
,~;-,~._,:,:, ~;~~:
>
- - - : :',,:
- : '. _
:'
LUE=.r:::lIL
Budget funds are/will be available under Budget Item No. ------- on approval of
Variation
7.0
Recommendation
In view of the above, we seek Committee's support and Management approval to
(a) process the CRP,
(b) hold discussions with Contractor to *(i) finalize the SOW, *(ii) Call for
technical/commercial data for evaluation (via the GTC), *(iii) negotiate the
price/schedule impact, and
(e) process the subsequent Variation to Contract formalization.
C)
CHAPTER 8
Page 14 of 15
L-W'=:;'r.:::IlL-
~
LUSAIL REAL ESTATE DEVELOPMENT COMPANY
CooI",,1 No,
VO No,
Oal.,
Project No:
Project Name:
PM/eM
Title
Item No
o;n
Description
ITol. N.II
~~
, VariaHon
N"'.:
IAOjUSteO'
lAO"
1 pr..,ous vanatlo",
I ,'''''''''
],Vanation
INew Aqu"ed I
,
,
,
,
I~=w..
10 ...
IN.me
I~,n ....
01
1
,
,
,
,
INam.
:
,Dat.
INam.
'!1]'
:
Date
Name
:
D_ale
CHAPTER 8
Page 15 of 15
()
CONTRACTORCLN~~'~
DISPUTES RESOLUfON'PRO~JDURE
OIrAPT
~ "J
'--../"
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
1.0
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
4.1
Initiation
4.2
Claims
4.3
Dispute
4.4
Claims Register
5.0
RESPONSIBILITIES
\:>
5.1
5.2
5.3
5.4
L09" Oop,rtmo,'
(PCD)~
~\
~Ghart ~
ATTACHMENTS
Attachment A
CHAPTER 9
'\.
Page 1 of 6
1.0
OBEJECTIVE
This procedure details the method to be followed in the settlement of Claims and
Disputes submitted by Contractors.
2.0
SCOPE
This procedure applies to all personnel involved in the process for the resolution of
Claims and Disputes.
3.0
The Company intents to ensure that Claims and Disputes are resolved effectively,
and in a timely manner, while maintaining:
4.0
'\:>
PROCESS
4.1
~~
4.2
a)
of{ef~e~ce)"" )~
~
On ~~t of a C~,_RD/in consultation with C&P and PCD shall determine
Claims
""
b) Claims
i)
ii)
iii)
iv)
CHAPTER 9
fr~Contractors
must indicate as a minimum:
v
The factual nature, circumstances, and chronology of the event(s) giving rise
to the Claim;
The reason, justification and contractual basis that the Contractor believes
provides entitlement to the Claim.
Detailed breakdown of the additional payment claimed and a copy of the
execution plan showing the alleged Employer impact on the critical path
resulting in an extension oftime.
The specific provision under the Contract or at law under which the
Contractor considers itself eligible for additional compensation or time.
Page 2 of 6
~
~
e) Valid Claims
i)
Clai3tblJe,valiithe~-(tia(!,coordinate a
eval~ici,~,ca;ed
\> /~
out jointly by
1~~eJ<!alm a~d~etailed
4.3
~\determi~thaLa-~m
a) C&P shall resolve all Disputes in consultation with RD and PCD. Any
Claim/Dispute that has no basis under the Contract or at law generally may be
rejected in the first instance. Subsequent to such determination, C&P shall
prepare a rejection letter, and forward the same to Legad Department and PCD
for review and subsequently RD for signature and issuance to Contractor. Any
Dispute that is deemed to be valid by C&P shall be evaluated and processed by
C&P in consultation with RD and PCD, in accordance with Section 4.2e (ii)
above.
b) Contractor Non-Acceptance of Rejection of a Dispute/Claim
CHAPTER 9
Page 3 of 6
i.
If, after the Company rejection as per 4.3a above, the Contractor still
maintains/ pursues the Dispute/Claim, C&P shall determine and advise RD on
the next course of action.
ii. All discussions / negotiations (if any) with the Contractor deemed necessary
shall be led by a C&P nominee. The negotiation team shall also include RD
and PCD nominees.
iii. If a Dispute is resolved, C&P shall in consultation with RD and PCD, prepare
a submission to the GTC or to the CEO in accordance with the Delegation of
Authority and shall include details of the issues involved and the agreed terms
and conditions. The respective RD Director shall endorse, sign and forward
this submission to the GTC or to the CEO for approval in accordance with the
Delegation of Authority. After receipt of the GTC or the CEO approval, the
settlement shall generally be formalized at C&P option, either via the standard
'Variation to Contract' (VTC) form or a Settlement ~d'{~elease Agreement
(SRA), to be signed as per the Delegation of Authority. Such SRA shall be
formulated by C&P on case by case basis.
~~ ~
iv. In the event that a Dispute remains unresolved for,more~han, ninety (90) days
from receipt of the original detailed CI'!im'b C&P, 8{ld tfie Dlspu}e-ls unlikely
to be resolved, C&P shall prepare a"brief i;:'-consultation 'with'RD and PCD
and forward the same to the GTC \or ~to th~q:o~~ccordance with
Delegation of Authority for information.)f a Dispute results in a
Court/Arbitration case, Legal'Departme),t s~all repr~s{nt the Company with
assistance from C&P, RD/an~as appropriate.
4.4
Claims Register
~)V
PCD shall maintain a ~giste~of alVtlaims received under each Contract. The
register shall includ~t~e salient d'etails~e::tlaim and the Variation Order number
used in the settl~ment."\A c05 of the register will be sent to RD and C&P as and
5.0
::::~~:I~ITIE~~
:\
~ /"-.
ReqU~tmg...De/tment (RD)
5.1
Review, sign and issue final rejection letter in consultation with C&P.
Carry out a detailed evaluation of acceptable Claims jointly with C&P and
PCD.
CHAPTER 9
Page 4 of 6
CQl1.tractorClaiIP.~
"a,llcJDJsputes
Resolution
,
.
,,"- '.
..
-"
'-
-'
",,'."
-,~
"-,',;
- -
}Jr9tl(}ttre
. -.:.
-',
LLJ'=~IL
5.2
5.3
A '
a~'Zmirela ed issues.
~ _' " ~'\
5.4
Legal Department
/"./>
initia~iQn lef~pared
Review the
by C&P.
Provide ajviG(! / opiq!on as ari8 wh~~lIed upon by C&P
Representla.nd'Rro.vide recd(11;nendation to the Company if a Dispute results
in a CourtlArbitr~tion c;;;se. I
~
/
CHAPTER 9
Page 5 of 6
"
C.I
o
~'"
~
LLJ'=:'~IL
1:lu
~~
=>-"
""
00
Receipt of Claim
Notice Submission
0 0
laimha'
sufficient )
Yes
_I Evaluate Claim
details
No
,------No
Claim Valid
substantiation
g'"
8"
'\l
"eo.
'0
"
'"
a.
<>IS
';m,""w'''w~
y,,~
-,,:-
<
Claim withdrawn
y"
RD coordinate
detailed evaluatioo
of Cost & TIme
impactwllnput
"
\ ~~
No
~ ~
V::\~;d
from Project
Control & C&P
Prepare
Variation for
processing as
perChapler6
Settlement,
Negotiations or
"-
Proceedings
"'..
<.
"
".,
'.
""
'
""-, '"
"
/)
/'
CHAPTER 9
Page6of6
:]
~I
~~
~
~~
LLJ=::'F=lIL
D~~
\
~ v
~~ \>::>
LIQUIDATED
FORDELAYS~ROCEDURE
O~E\10
~-_/
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
OBJECTIVES
2.0
SCOPE
3.0
4.0
PROCESS
C)
5.0
4.1
Initiation
4.2
Formulation of LD
4.3
Notification of Delay
4.4
Determination of LD
4.5
Recovery of LD
4.6
LD Final Assessment
RESPONSIBILITIES
5.1
5.2
5.3
,-,\
\>
5.4
'-J
5.5
Requesting
Departm(~~
Contracts &
?~me~e\~~)
Project Controls
Departme~t
("
(PCD)
Fi\~~art~~d
L'9""D~
ATTACHMENTS
Attachment A - Flowchart
CHAPTER 10
Page 1of7
OBJECTIVE
The procedure outlines the requirements for the development of rates and
implementation of Liquidated Damages for Delays (LD) within the Company's
Contracts.
2.0
SCOPE
This Procedure covers the basis for determining the LD rate, the amount or value of LD
to be included within Contracts, and the imposition thereof.
3.0
C)
4.0
PROCESS
Flow chart of this procedure included in Attachment A.
4.1
Initiation
"-
4.2
~\
(/
during
i~)"Emderi;;g)Process procedure.
(V
"c0r{P~y
The
direct and indirect overhead costs
Additional hire cost to the Company of equipment, machinery, facilities etc.
and related labor costs that may be incurred to expedite completion
Impact on and costs arising from other Contracts
Third party costs, e.g. certifying authorities
Storage costs
The Contract duration
Additional costs associated with providing the works/services by alternative
means until Contract completion
Notes: (i) Where liability for specific losses, such as consequential, indirect, is
explicitly excluded in the Contract, such losses cannot be considered in
the determination of LD rates.
CHAPTER 10
Page 2 of 7
(ii)
RD and PCD shall maintain in its files the record of the calculations
and assumptions made in the determination of LD.
c) The recommended range for daily LD rate is between 0.1 % to 1% of the Contract
Value. LD rate shall be determined by RD in consultation with the PCD and C&P,
during the Tender stage and prior offinalizing the whole Tender Documents.
d) Where milestones are used against which LD are included in the Contract, then the
applicable percentage value of the possible LD to be imposed should generally be
equal to the percentage value of the milestone compared to the Contract price. For
example, if a Contract milestone equates about 25% of the Contract value then the
maximum recoverable LD would be 25% of the total LD value against that particular
milestone.
e) Contractor's total liability under the LD should not be excessive and hence should
be capped. The recommended maximum LD is ten percefli'(10%) of the Contract
value (10% of each milestone Value in the event L~apPlied at,mileston~stage or
10% of each Call-Off Order/ Work Request in case of'Cal"~ff Contractsthough
each tender shall be reviewed considering all factors a'PRlicable iO--that particular
~~~er. Any variation from the recommen( maxim~m~'1lIl~VpP;:oval from
Notification of Delay
4.3
\>
~V
Of~ -~
Del~~ 0
Determination
Period of
')
Immediately,~en beo/"~~evident
it
that the completion of the works will be
dela{e'd beyond the Scheduled Completion Date or a milestone date, RD shall
notifY.
and instruct him to take the necessary remedial
th~Contrac;>o~the(jelay
actio~~" " / /
During the period of the delay, RD in consultation with PCD and C&P shall:
i)
ii)
iii)
iv)
v)
CHAPTER 10
Page 3 of 7
Liquidated
Damages
for Delays
Procedure
..
.
...
LLJ'=:'~jL
b)
Determine whether any of the delay was attributable solely to the Company
or was due to unforeseeable events beyond both parties' control falling
under the definition of force majeure.
ii) If the entire delay is determined to be solely attributable to the Company, or
force majeure, LD is not contractually applicable. RD shall inform the GTC
accordingly.
iii) When part of the delay is due to the Contractor's~efault, determine the
exact number of days the delay can be solely attributable to Contractor's
default, and calculate the contractually applicable'lD art,ount based on the
LD rates set forth in the Contract.
(. ~ ""
iv) Upon determination of the total LD applicatlle, inform t~e Contractor of the
Company intention and the LD amount..t9 be rEicove?ed from his1l'utstanding
monies and invite response generally within ten (to) w6rking-days.
c) Contractor Response
Contract9~:?s
>
\>~V
~D,
d)
t~
.... t \
---;...) )
LD Recovere ermm~on\ ~
Upon
Pc(s~deter~i~~::/
Recovery of LD
a) LD should generally be deducted at SFA. But in the event of milestones have been
established to complete any part or parts of the total scope, percentage value of
applicable LD calculated as stipulated in 4.2 (d) shall be withheld by deducting the
same from monthly invoices.
CHAPTER 10
Page 4 of7
4.6
LD Final Assessment
Final assessment and agreement of the amount of LD will be formalized during the
finalization of SFA.
5.0
RESPONSIBILITES
Requesting Department (RD)
5.1
\>
procureme~ment (~&P(/"
Shall carry out the fOIlOW<9~~) ~ V
5.2
Contracts &
Inputs
Review
~~i\.
on
RD"':~~~eferment or waiver of LD
5.3
Shall carry
~t~ f~'!9~:
5.4
()
CHAPTER 10
5.5
Legal Department
CHAPTER 10
Page 6 of 7
Attachment A - Flowchart
C&P Department
Requesting Department
----
---
Inputta LO
package
'"~"
Others
Determine lD
----
-- - - - -
--8
PCO
amount
-----
iii
c
Issue NOD to
contractor
Assist
50
x
w
I -----
Finance withhold
lD amount
/'
Finance Release LD
monies w ithheld
N
Contract Delay(s)
/
/
y"
- --Input to lD determination
--
- -
Evaluate LD amount
- ---
--
--
objections
,\
amount
iJl
y,
J
Inform Finance &
Contractor, finalize SFA
applicable
y,
"
~
Letter to Contractor, LD to
be imposed
PCD Input
II
withheld
No
circumstances
;g
c
..
a
()
"-
Ob ta in C&P opinion on RD
proposal
--Ntr
- -
Finalize LD amount
recoverable
INPUT
--
Finalize SFA
I
I
IAdjust
LO
amount
......J
y
. I LO recovered by Finance
Note: In the event of conflict between the flowchart and the text, the text shall prevail.
CHAPTER 10
Page 7 of7
.J
~
~~
L-LJ':::'I=II L-
CONTRAC S
C)
CIIAPTERvfl
~)
Rev
Date
Reason
9 Jul2009
Issued as Draft
A1
27 Sep 2009
A2
16 Dec 2010
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
4.1
Initiation
4.2
Review
4.3
4.4
4.5
4.6
4.7
4.8
Return of Bank
4.9
Contract
(:
'" "",
Disch/:~ertifica~)
/ ) V"V
Guaran~~~__---::')
Close-otJ(~o~
/
\
RESPONSIBILlTI~
""':J)
A
,--
5.0
ACCO~
'-_~
5.1
5.2
5.3
5.4
Finance Department
'\
'v
')
'""', / /
ATTACHMENTS
Attachment A - Flowchart
Attachment B - Certificate of Completion
Attachment C - Statement of Final Account
Attachment D - Discharge Certificate
CHAPTER 11
Page 1 of 9
1.0
OBJECTIVE
This procedure describes the method to be followed to ensure that Contracts are
adequately closed out, including preparation of (i) Certificate of Completion, (ii)
Statement of Final Account, (iii) Discharge Certificate in accordance with the terms and
conditions stated in the Contract and (iv) Formal Contract Close-out Reports are
prepared, as required.
2.0
SCOPE
This Procedure describes the activities associated with the closing of both Contractor's
obligations and the Company's liabilities under the Contract by reconciliation of all
technical, financial, commercial and contractual issues.
3.0
All Contracts shall be formally closed out by recording the8~ntractor''S completion of all
his obligations, reconciliation and finalization of all tech<nical, com'merc~lrfueas6rement
matters and issuing all relevant certificateS\A~contr~t
CI6se-Out Rep6rt shall be
prepared and issued by RD.
"" ""
4.0
~ ~~
Flowchart of this procedure incl~aChni\nt N\~
PROCESS
4.1
Initiation
l:-;:]) V
Under the terms a~d ~nditi'6ns of/the" Contract, the Contractor shall request a
Certificate of G6mpletion "-(-9cl'y::Om-ttfe Company upon completion of the
the Gontractor under the Contract.
works/services re~ired
by'
4.2
<~w "-~~)
"\. "\
/,,---
itte~ks/services
b) Where
are incomplete, RD shall advise the Contractor
accordingly to complete the works/services, and / or detail the specific nature of
any defective or remedial work to be carried out.
c) To ensure the works/services are completed effectively, RD shall liaise with
C&P, PCD and any other relevant Departments as applicable to ensure that all
of the Contractor's obligations under the Contract have been successfully
fullfield.
4.3
CHAPTER 11
Page 2 of 9
4.4
th)rSF~r~
~ "'~V
Variations
\
""-_
Final Contract Price (Original
plus,any additions, less any
deletions, all as formalized)throubh \Y:riatiOQl'/Net commissions (remeasurable works / s{rvices~l]ot-utiliz~d, ett.)
Less
~~)
contra~rice
1\....../
Liquidat~l)amages
"
,\
for Delay
')
(LD~ecoverable
SF~s,\all
The
be agreed betw2en RD, PCD and C&P after which it shall be signed by
RD. RE> shall~:n fo~r~s(me to the Contractor for agreement and signature
(See Attachme,.\ C~A'''copy of the signed SFA shall be forwarded to the relevant
Departme~'s~luding Fin~nce to effect the payment of the Final Amount payable.
a)
Should there be any upward or downward variance between the Final Contract
Price and the Original Contract Price for all types of works/services, such
variance shall be processed as a Variation in accordance with the Variation to
Contract (VTC) Procedure. Downward variances resulting from Provisional Sum
adjustment or under-utilization of reimbursable/re-measurable works/services,
or deduction of LD shall be formalized through a SFA and shall not require a
VTC.
b) Liquidated Damages and Un-utilized Re-measurable Works
CHAPTER 11
Page 3 of9
The SFA shall indicate the total amount payable, which shall be the Final
Contract Price, less the total LD (if any) recoverable from Contractor, less
the amount of re-measurable works/services not utilized, less any other
deduction due to the Client.
C)
Upon issuance of the CC, partial Retention Monies can be released in accordance with
the provisions of the Contract and conSidering monies already paid.
Preparation and Issue of Discharge Certificate.
4.6
Withir:J1~irty'<3~) ~Iendar~y.s
b) RD shall ensure that all the w0rks~re c0mplete and at)y defective works and/or
outstanding punch list itemS' have'been 'complete'd'satisfactorily before issuing
the DC.
C'~~~\ )
prepare~(?~0[iginal-DG:
c) RD shall
fOY review by C&P and PCD, who after
endorsement will re~n to RDerlature and issuance (see attachment D).
d) One
4.7
Re~ti~~onie{~---:::
The
fully released and paid in accordance with Contract
provisions and sh;;il betome payable in full upon issuance of the DC. For Contracts
with no Guara~te,~P;:;riod, Retention Monies shall be fully released on acceptance of
the works/services in accordance with the Contract and issuance of the CC.
4.8
On issuance of the DC, C&P in consultation with PCD shall advise Finance Department
to return the Performance Bond(s) to the Contractor.
4.9
Within twenty (20) working days after issuance of CC, RD shall prepare and issue
Contract Close out Report.
CHAPTER 11
Page 4 of 9
5.0
RESPONSIBILITIES
5.1
C)
5.2
~ '\
\/~"
\)
')
/
/,v//
ad~S(!-.inanCJeD.e~art{ent to
/'
V
\, ,,'-----",J
'\ \ " ' . /
('"
5.3
Re~Certificate
6t'completion
'\:\
~~
Review Disch)rge5eiiificate
Advise on
5.4
Finance Department
Effect payment of Final Amount payable (less applicable retention) upon completion
Release partial or all Retention Monies upon signing of SFA and issuance of DC
CHAPTER 11
Page 5 of 9
~"
LLJ~r::::II L
-"=
~
co '"
Contractor
requests for
Certificate of
Completion (C C)
E e
"o 0co
:J-
00
C
E
"
'"
"
Prepare Certificate
Work
to
"0
y"
completed?
CO
Instruct Contractor
to complete Works
& clear any
defects
"
0::
"
:J
0-
,/'"
,
3--
"
Release of
Retention
"-
\
~
Issue CC 10
Contractor a nd
original to peD
and copy 10 C&P
- ,
,
,
, "- /
, \/
"
No
Prepare
Statement of Final
Accoun t
" .......-0
/
~./
,/ / . . .
\
\
s there Gurantee
Period
Completion
Certificate
"
"e-
Insln;<;l to
complele Snag
List
~
Return
Performance
Bonds & Bank
Guarantees
~o
OJ
eC'"
of Completion
within 10 days
~
Defects been
completed?
Prepare Discharge
Release balance
Cerdflcale upon
of Retention
expiry of Guranlee
Period
y"
Note: In the event of conflict between the flowchart and the text, the text shall prevail.
CHAPTER 11
Page6of9
CERTIFICATE OF COMPLETION
CONTRACT NO:
CONTRACT TITL=E-:- - - - - - -
caPt~d C)N~~CT'
(~~.
'N. " .
------A-----::Tit~;Z ~)
FORLUSAfL
-<) )
~/
Signature
"".'v
: RD Director
-
"
\..
0 '"
CHAPTER 11
Date',,_---:~-----
~.-j
Page 7 of9
Doha, Qata r
PROJECT NAM E:
CO NTRACTOR'S N AME :
CO NTRACT 10:
CONTRACT AMOUNT:
COMPLETION DATE:
0.00
OAR
0.00
0.00
OAR
OAR
0.00
QAR
0.00
OAR
0.00
OAR
..M!!..i1l..!zn
0.00 OAR
Other Deductions:
>
0.00
OAR
0.00
0.00
0.00
0.00
OAR
OAR
OAR
OAR
0.00
QAR
0.00
OAR
0.00
C AR
This is to ce rt ify that we have carefu lly examined the sta tement of " Net Value Fina l Ac co unt" whic h shows th e to tal va lu e of the se works/servic es
(Am o un t in wo rd s) ..
We agree accordi n gly that this sum is accepted by us to Includ e all omissions, additions, variations, con tra ct account claims, and other amendments
requi ring cost adjustmen t properly effected under the ter ms a nd conditions of the works/services con tra ct and is full and fi na l settlement o f all sums due
to us under the te rms o f the above mentioned works/services contract
(Print Na me )
(Titl e )
l RED Engi n ee r
(Tit le )
Dale Signed:
Date Signed:
Company Seal
Company Seal
)
CHAPTER 11
Page 8 of 9
DISCHARGE CERTIFICATE
Contract Title:
Contract ID:
Job ID.:
Contractor:
~~~~~~
..
; /,--./
LREOC h,reby
FOR LREDC
Signature
Name
Title
Date
CHAPTER 11
Artl.~ ~~-:::l
...
"""//
J'-"""'""'
'''~, ~
of ...................
//) --~
/
::::::S./::::::::::::::::::
Signature
Name
Title
Date
Page 9 of9
C)
Rev
Date
Reason
9 Jul2009
Issued as Draft
Ai
27 Sep 2009
A2
16 Dec 2010
1.0
OBJECTIVE
2.0
SCOPE
3.0
4.0
PROCESS
4.1
PURCHASING METHODS
4.1.1
4.1.2
4.1.3
4.1.4
4.2
Petty cash
Standard Purchase Order:
Direct Order (Single/Sole Source):
Exempt Commodities
~-"
/'~ __ '"
"A
V
\"
'~
PURCHASING PROCESS
~ "~'"
"" V
,,)
4.3
(r
PURCHASE ORDER CANCELlATION 0RIAMENDMENT
4.4
CALL OFF
~
RELE~S~S ~--;::_/
\/ "~
""'"",'--/
')
"'-
/~
,
,
-))V
'
/)
~,,/
\,//
,"--,-,
"/
", / /
-'.'v'/
CHAPTER 12
Page 1 of 9
OBJECTIVE
This procedure details the method to be followed for purchasing general goods and
services like Furniture, stationary, IT equipments, Office Maintenance and Cleaning
Services etc.
2.0
SCOPE
This procedure applies to all personnel involved in the General Purchasing
processes from the time of PR is raised by RD through the various stages up to the
receipt of relevant Goods.
()
3.0
0",
/"'~ " A
It is the policy of the company to purchase the goods fr~m th\technical!y accJf'ltable
lowest price Vendor who meets the LREDC Terms and C8nditioQs\'
//
4.0
4.1
/~
PROCESS
PURCHASING METHODS
The following Purchasing
\~'~.'
Petty caso/,
.(
"',
'\
\)
/'
metlod(ca"ri-be--~doPte{ de~~nding
<~ ~_ ../~)
requirements,
4.1.1
.--.~')
"'
/
~)'
~ \
\"
on the LREDC
\/)
(,~,j/
''."
\.
' .. ~,
--_/
All purchases with"threshold villue cls defined in the DoA can be made using petty
cash excep~ for folloVViQg tr~ns9diond:
/ .~
'"
./
4.1.2.1
4,1.2.2
The request for quotation (RFQ) can be solely prepared and issued by
the C&P Representative, with input from the RD, and sent directly to
vendor.
4.1.2.3
CHAPTER 12
Page 2 019
4.1.2.4
4.1.2.5
4.1.2.6
4.1.2.7
o
4.1.2.8
4.1.2.9
4.1.2.1 0
'"
\
"'~
',/
All POs must only be created and printed from tHe ERP system.
\~,e ~gnat~~staff
'"
.,,_.<
'
)
)
"
Po,S/~~e,distrib,uted\\O~'app.ro/al' as
/"
'-.
__ /
4.1',{1
\
qlJOtatl~ns from vendors must be valid for 90 days from the closing
'date of the Request for Quotation (RFQ).
4.1.2.12" All
\.'.,
/,7
4.1.2.13 Te~s and conditions must be printed on or attached to all POs. All
POs are legally binding contracts between LREDC and respective
vendors.
4.1.3
o
CHAPTER 12
Page 3 of 9
L...LJ:=:'r::::lIL...
4.1.4
Exempt Commodities
The following commodities should be exempted from the competitive bidding
process:
o
o
o
o
o
Hotel AccommodationslTravel
Memberships
SeminarslTraining
Subscriptions/Periodicals magazines, books and references
Based on the approval of the CEO, LREDC may utilize the services of
specific Professional Services Firms in the following cases only:
o
4.1.5
("-"
'"~ / / .>
_~ ~
PURCHASING PROCESS
4.2.1
corTiRle~ion\
da/~,e.~' \ .(~',:/)
The C&P '~onveits the'!?) R i~to a Request for Quotation (RFQ) on the ERP
system and "
is 'sent
as per the PO Delegation of Authority (DoA).
"fer, approval
I
/'"
4.2.3
/,j
4.2.2
(";:?-,\"0
Opon
,,'
'"
'\.
/
"RFQ~roUgh/one/of
The C&P communicates the required date to receive the quotation(s) from
vendor(s) in addition to providing any clarification on the RFQ. Upon receipt of
the quotation(s) from the vendors(s) by the stipulated deadline, the C&P
uploads them on the ERP system for viewing and assessment.
4.2.5
A team consists of members from C&P, PCD and RD shall evaluate the
quotations and select the best vendor to which to award the purchase.
Assessment of received quotations should not be based on price alone and it
is strongly recommended to consider some of the qualitative factors such as
quality, stock availability, accreditation, time for completion or delivery,
warranty conditions, teChnology, maintenance requirements, organizations
capability, previous relevant experience, and any other relevant factors as
CHAPTER 12
Page 40f9
Upon evaluating the vendor(s) quotations, The ERP system will automatically
reserve the revised budget based on the selected vendor quotation.
4.2.7
C&P creates a PO on the ERP system based on information in the PR, RFQ
and any supporting documents. The following information is included in the
PO:
PR reference number
Commodity code
::/'."
' \ "" , , / /
For international POs, additional informati~fl1\Jst 'includ{,; shipping,
receiving, payment terms, and war~nt0P'eriod ..., ;;-...,/
o
4.2.8
/'"
"\
~ ~~
//
//--'" \ V /'. /
Once the PO is created, the appr~riate final al:lthorltY (as per DoA) is notified
to provide final approval~on (the 'PO. ~\ final ~djustments required, shall be
communicated to/th~&RJ5LadjUst)pridr Vapproving the PO on the ERP
system.
'\
'"
/"--~)
/',
4.2.9
~~
~,,~ "'\.//
..- /
Once the PO is '1lpproved, th'e ERP system automatically notifies the RD and
Finance of ' the ictivaled )PO. C&P reviews the final PO to ensure
(om'pleteness b6tore sending the PO to the vendor. The approved PO is
t 'b\
' _ .. /
dIS\I
uted as f9 II'o~s:
Copy to C&P
CHAPTER 12
Page 5 of9
"
( (~
D~partment/
/" \
...
/',
"'\ \\ )
th~foll~::Vin~-;:~;;~nsi~iliti~s
4.3
'-" '.
The C&P
vendors.
'-.."
"'' "
///'"
'."
/./
PURCHASE'ORDER
\.,,-,.
'"
J'
.I
CAN~ELLATION OR AMENDMENT
~--..,,----
,/
"\/'
POs cannot be closed until the final invoice has been paid against the corresponding
PO.
POs can only be cancelled after issuance and before the corresponding purchase is
received.
Note: Due to business reasons (which does not include delays from the vendor),
some terms in the PO or even the whole PO could be cancelled. Business reasons to
cancel or amend PO include (but are not limited to):
o
o
o
CHAPTER 12
Page 6 of 9
Similar PRlPOs issued for other requestors. This requires a very strong
justification and associated cost-benefit analysis, which shall be approved by the
C&P Director.
in
case
4.3.2 If the goods have not been delivered, the C&P contacts the vendor and
inquires about the reasons for delay and the remedibl action that the vendor
will take to overcome the delay.
""'V//)
(\~
(prin~d
.tll'~-C&'p inf~m~hY'awaY'
/'
"
"
.....
\.
"
-'-.,-
-----/
o
CHAPTER 12
Page 7of9
4.3.7 Responsibilities
Contracts & Procurement Department shall carry out the following
responsibilities
:.:J
",
'\,.,
'>',\\.
""'\.."
C)
/
CHAPTER 12
Page 8 of 9
4.4
()
VOI~rii'~c~m~~~
a~Rer D~pric7difference
ReleaSe/(~~':l...~1r ~0~ois:d
specifi~
Note: A Call-Off
on a
CallOff Agreement (CA) and occ,urs'on an"ad\hoc\.basls, In accordance With the
CA. The CR is checl<ed fbr compliance a~aiJ:ls(jts respective CA.
\ S "._ ..;--)
J'
~eqtJisition
c"
//
'"
'"
".
"-.
.'/
./
4.4.3 T.,he
, C&P sends/.the ..CR-to the vendor and updates the system accordingly
up'on acceptance 'of the release by the vendor.
"",
'.
;-
'\/
4.4.4 Responsieilifies
Contracts & Procurement
responsibilities
Department shall
carry
out the
following
Generate CR on system
Print and sign CR
Send CR to vendor and update system once accepted by vendor
Requesting Department shall carry out the following responsibilities
CHAPTER 12
Page 9 of 9