|
General Information
|
|
Country:
|
Pakistan
|
|
City/Locality:
|
Lahore
|
|
Notice/Contract Number:
|
PMU/WCLA/INFRA/PKG-B & PMU/WCLA/INFRA/PKG-C
|
|
Publication Date:
|
Oct 2, 2025
|
|
Deadline (local time):
|
October 30, 2025 - 11:00
|
|
Agency:
|
Agence Française de Développement (AFD)
|
|
Buyer:
|
PAKISTAN - Punjab Walled Cities and Heritage Areas Authority (PWCA)
|
|
Eligibility of Bidders:
|
Specialization of Pakistani Constructors/Operators with PEC (Pakistan Engineering Council)
For Local Firms: Evidence of valid PEC registration certificate for firm/each member of JV but lead JV member under Category-C1 or above.
For Foreign Firms: Evidence of Provisional License or proof of application submitted to PEC for Provisional License for participation in bidding process.
Evidence of Specialized Code in CE01, CE09, CE10, CE11, EE04, EE05, EE06, EE08.
Financial Capabilities:
(i) The Applicant shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of
any contractual advance payment) sufficient to meet the construction cash flow requirements estimated as PKR 400 million or the subject contract(s) net of the Applicants other
commitments;
(ii) The Applicant shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow requirements on works currently in
progress and for future contract commitments;
(iii) The audited balance sheets and financial statements acceptable to the Employer, for the last three (3) years shall be submitted and demonstrate the current soundness of the
Applicant’s financial position. The Applicant"s financial position will be deemed sound if at least two (2) of the following four (4) criteria are met:
a) Average earnings before interest, taxes, depreciation, and amortization (EBITDA) for the last three (3) years > 0;
b) Total equity (net worth) for the last three (3) years > 0;
c) Average liquidity ratio for the last three (3) years > 1
((Current assets) / (Current liabilities) > 1);
d) Average indebtedness ratio for the last three (3) years < 6
((Total financial liabilities) / (EBITDA) < 6).
Minimum average annual turnover of PKR 1500 million for the last three (03) years.
Construction Experience:
Three (03) completed projects with value not less than Rs. 1500 million experiences on infrastructure works (e.g., water supply, sewerage, stormwater drainage works, road / street
works, canals, metro bus tracks, tunnels, overhead & underground electrifications etc.) under construction contracts in the role of prime contractor, JV member, for at least
the last ten (10) years, starting 1st January, 2015
A minimum number of similar contracts specified below that have been satisfactorily and / or substantially completed as a prime contractor, joint venture member, management
contractor or subcontractor between 1st January 2018 and application submission deadline:
Two (02) construction contracts (completed or substantially completed or in-hand) of similar nature and complexity (infrastructure works - underground utilities &
roads/streets construction), each of minimum value of PKR 1500 million
For the above or any other contracts completed or under implementation as prime contractor, joint venture member, management contractor or subcontractor on or after the first day
of the calendar year during the period stipulated in 4.2(a) above, a minimum construction experience in the following key activity successfully completed
The Applicant must have completed or substantially completed or in-hand at least one (01) construction contract that include the following component:
i. Underground Electrical HT/LT lines.
Above component of work must have a value of no less than PKR 500 million.
ESHS Certification(s)
Availability of any two of the below mentioned valid ISO certification or internationally recognized equivalent (equivalency to be demonstrated by Applicant), and applicable to
the worksite.
• Quality management certificate ISO 9001
• Environmental management certificate ISO 14001
• Health and safety management certificate ISO 45001
Availability of in-house policies and procedures acceptable to the Employer for ESHS management:
1. Existence of an Ethics Charter;
2. Existence of a system for monitoring compliance with ESHS commitments for the Applicant"s subcontractors and all its partners;
3. Existence of official company procedures for the management of the following relevant points:
ESHS resources and facilities and ESHS monitoring organization;
• Project Areas management (base camps, quarries, borrow pits, storage areas);
• Health & Safety on worksites;
• Traffic management;
• Hazardous product
• Wastewater (effluents);
• Waste management;
• Atmospheric emissions, noise and vibrations
Relations with stakeholders, information and consultation of local communities and authorities
Experience of two (02) construction contracts over the last five (05) years, where major ESHS measures were carried out or are in progress satisfactorily and in compliance with
international standards.
Availability of in-house personnel dedicated to ESHS issues: Environmental and Social Manager, and/or Health and Safety Manager.
Specific experience in areas with security risks:
Experience of two (2) contracts involving a presence in the country and completed within the last ten (10) years in an area with a similar security risk requiring the
implementation of a security plan
Having internal security management procedures and systems for business trips and on worksites
|
|
Original Language:
|
English
|
|
|
Contact information
|
|
Address:
|
Mehmood Munawar
Deputy Manager (Engineering)
Punjab Walled City of Lahore Authority
54-Lawrence Road, Lahore
Lahore, Punjab 55151
Pakistan
|
|
Telephone:
|
+ 92 335 4411660
|
|
E-mail:
|
pmuhurlprocurement@gmail.com
|
|
Web site::
|
https://walledcitylahore.gop.pk/
|
|
|
|
Goods, Works and Services
|
|
-
44163112 - Drainage system
-
31500000 - Lighting equipment and electric
lamps
-
45232410 - Sewerage work
-
45317200 - Electrical installation
work of transformers
-
45400000 - Building completion work
-
34993000 - Road lights
-
31100000 - Electric motors,
generators and transformers
-
45233161 - Footpath construction work
-
90480000 - Sewerage management services
-
45317000 - Other electrical installation
work
-
65110000 - Water distribution
-
45232332 - Ancillary works for
telecommunications
-
44482200 - Fire hydrants
-
45232100 - Ancillary works for water
pipelines
-
45233142 - Road-repair works
-
45233220 - Surface work for roads
-
45112720 -
Landscaping work for sports grounds and recreational areas
-
45210000 - Building construction work
|
|
Documents attachés
|
|
- Solicitation: Pre-Qualification Document_Infrastructure_Package B&C (6 MB; Oct 2, 2025)
- Solicitation: Advertisement / Notice (151 KB; Oct 2, 2025) Download
documents
|
|
Original Text
|
Invitation for Prequalification
SPECIFIC PROCUREMENT NOTICE
Country: Pakistan
Date: September 29th, 2025
“HERITAGE AND URBAN REGENERATION IN LAHORE: TOURISM AND LOCAL ECONOMIC DEVELOPMENT IN LAHORE FORT AND ITS BUFFER ZONE”
SUB-PROJECT: URBAN REHABILITATION & INFRASTRUCTURE IMPROVEMENT COMPLETE TAXALI AREA, SCHOOL OF SPECIAL CHILDREN, SPORTS COMPLEX, DIVERSION ROAD AND CONCEALING OF HT
& LT WIRES – PACKAGES B & C
The Government of Punjab through Government of Pakistan has received funding from Agence Française de Développement ("AFD") towards cost of the Project: “HERITAGE AND
URBAN REGENERATION IN LAHORE: TOURISM AND LOCAL ECONOMIC DEVELOPMENT IN LAHORE FORT AND BUFFER ZONE”, and it intends to apply part of the funds, through Project
Management Unit (PMU) - Heritage and Urban Regeneration in Lahore (HURL), Punjab Walled Cities & Heritage Areas Authority (PWCA), to eligible payments under the
contract for the Sub-Project as mentioned below. The Employer intends to prequalify firms for Packages B & C. It is anticipated that invitations for bid will be made
in December, 2025.
The scope of works majorly includes undergrounding utilities (water, sewerage, storm drainage, telecom, gas, and electrical lines), installing RMUs, transformers, and fire
hydrants, and upgrading roads, streets, footpaths, and accessibility. It also covers installing various lighting systems, including streetlights, string lights, and wall
sconces.
Additionally, the Special Children School will be revamped with a new boundary wall, demolition of the south block, and construction of a two-story block. The Sports
Complex will be upgraded with improved indoor facilities (badminton, gym, snooker, table tennis) and outdoor facilities (cricket pitches, mini-football, basketball,
volleyball, and skating).
Interested eligible Applicants may obtain further information and inspect the prequalification documents at the PMU office in office hours. The Prequalification Document
can be downloaded free of charge from PPRA website https://ppra.punjab.gov.pk or AFD Website: http://afd.dgmarket.com.
Applications for prequalification should be submitted in sealed envelopes, clearly marked Application to Prequalify for Sub-Project:
1. Package - B: Undergrounding of Utilities and Urban Improvements from Lady Willingdon Hospital to Ali Park including Rehabilitation of Food Street, Fort Road Rerouting,
Sports Complex, Ahatas and Renovation of Special Education School, in Taxali Area, Lahore.
2. Package - C: Undergrounding of Utilities and Urban Improvements at Uncha Chait Ram Road & Bazar Sheikhupurian in Taxali Area, Lahore.
3. or mention both in case the applications are submitted to be prequalified in both packages.
The envelopes must be delivered to the address below on or before 11:00 AM on October 30th, 2025 and will be opened on same date at 11:30 AM at the same location.
NOTE: This Pre-Qualification process is intended to prequalify potential bidders for Package B and Package C. Upon completion of Pre-Qualification process, the
Prequalified firms may participate in the bidding process for either one or both packages simultaneously. If a single applicant emerges as the highest-ranked bidder for
both packages, only one package will be awarded on his own choice, based on their written preference. The other package will then be awarded to the next highest-ranked
bidder for that specific Package. All awards will be contingent upon the successful completion of negotiations and the fulfillment of all requirements in accordance with
the AFD guidelines.
PROJECT DIRECTOR
PROJECT MANAGEMENT UNIT (PMU)
HERITAGE AND URBAN REGENERATION IN LAHORE (HURL)
PUNJAB WALLED CITIES & HERITAGE AREAS AUTHORITY (PWCA)
Address: PWCA, Head Office, 54-Lawerence Road, Lahore.
Telephone: +92 42-99204201-2, E-mail: pmuhurlprocurement@gmail.com
|
|
|
|