131
NEPAL TELECOM Optical Network Project Engineer Bhawan, Hariharbhawan, Lalitpur, Nepal Construction of U/G OFC Network & Related Job Tender No. NT/ONP-06-069/70 BIDDING DOCUMENTS Procurement of Works Section I: Instruction to Bidders Section II: Bidding Data Sheet Section III: Evaluation & Qualification Criteria Section IV: General Condition of Contract (GCOC) Section V: Special Condition of Contract (SCOC) Section VI: Technical Specification Section VII: Drawings Section VIII: Sample Forms of Bid, Bid Security, Appendix to Bid and Qualification Information. Section IX: Bills of Quantities Section X: Sample Forms of Agreement, Letter of Acceptance, Performance Security and Bank Guarantee for Advance Payment Submitted By: ……………………………………………………………………. (Name of Contractor) July, 2013

Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

NEPAL TELECOM Optical Network Project Engineer Bhawan, Hariharbhawan,

Lalitpur, Nepal

Construction of U/G OFC Network & Related Job

Tender No. NT/ONP-06-069/70

BIDDING DOCUMENTS

Procurement of Works

Section I: Instruction to Bidders

Section II: Bidding Data Sheet

Section III: Evaluation & Qualification Criteria

Section IV: General Condition of Contract (GCOC)

Section V: Special Condition of Contract (SCOC)

Section VI: Technical Specification

Section VII: Drawings

Section VIII: Sample Forms of Bid, Bid Security, Appendix to Bid and Qualification Information.

Section IX: Bills of Quantities

Section X: Sample Forms of Agreement, Letter of Acceptance, Performance Security and Bank Guarantee

for Advance Payment

Submitted By: …………………………………………………………………….

(Name of Contractor)

July, 2013

Page 2: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

af]nkq cfXjfgsf] ;"rgf

k|yd k6s k|sflzt ldltM @)&)=)#=@*

o; cfof]hgfaf6 tklznsf ?6x?df clK6sn g]6js{ la:tf/ sfo{ af]nkq k|ls|ofaf6 u/fpg' kg]{ ePsf]n] g]kfn

;/sf/af6 Ohfht k|fKt of]Uo OR5's lgdf{0f Joj;foLaf6 of] ;"rgf k|yd k6s k|sflzt ePsf] ldltn] #) lbg leq cfkm \gf] kmd{ btf{, Eof6 btf{ / cfos/ r'Qmf u/]sf] k|df0f kqsf] k|dfl0ft k|ltlnlk ;+nUg ul/ lgDg zt{x? / af]nkq kmf/dsf] zt{sf] clwgdf /lx lgdf{0f sfo{sf] af]nkq cfXjfg ul/Psf] 5 .

zt{x?M

! af]nkq kmf/dsf]nflu tklzn मा उल्लेखित दस्तरु -lkmtf{ gx'g] ul/_ a'emfO k|yd k6s ;"rgf k|sflzt ePsf] ldltn] #)cf}+ lbg lbgsf] !@M)) ah] leq o; cfof]hgfaf6 vl/b ul/ btf{ ul/;Sg' kg]{5 .

@ af]nkq kmf/d btf{ ubf{ vfd aflx/ s'g :yfgsf] lgdf{0f sfo{sf] af]nkq xf] ;f] k|i6 pNn]v ug{'kg]{5 . # af]nkq bflvnf ug]{ clGtd lbg lbgsf] @M)) ah] o; cfof]hgfdf af]nkqbftf jf lghsf k|ltlglwsf] pkl:lylt jf lghx?sf]

pkl:lylt gePdf klg af]nkq vf]lng] 5 . $ Dofb gfl3 cfPsf], l/t gk'u]sf] jf zt{ /flv k]z ePsf] af]nkq pk/ s'g} sfaf{xL ul/g] 5}g . % af]nkq vl/b÷btf{ ug]{ clGtd lbg, vf]Ng] lbg labf kg{ uPdf To;sf] nuQ} sfof{no v'n]sf] lbg pQm sfo{x? x'g]5g\ . ^ af]nkq k]z ubf{ af]nkq;fy tklzndf pNn]lvt w/f}6L afktsf] /sd k'Nrf]s l:yt g]kfn OGe]i6d]G6 a}+sdf /x]sf] o;

cfof]hgfsf] gfdsf] w/f}6L vftf g+= ))$)!)!)@%@$)( df hDdf u/]sf] ;Ssn a}+s ef}r/ jf g]kfn /fi6« a}+saf6 l:js[tL k|fKt æsÆ >]0fLsf] jfl0fHo a}+saf6 af]nkq btf{ ug]{ clGtd ldltn] 3l6df !@! lbgsf] Dofb /x]sf] o; cfof]hgfsf] gfddf hf/L ;Ssn a}+s hdfgLkq clgafo{ ;+nUg x'g' kg]{ 5 .

& af]nkq l:js[t ug]{, gug]{ jf c+flzs l:js[t ug{ ;Sg] ;Dk"0f{ clwsf/ o; cfof]hgfdf ;'/lIft /xg] 5 . * Ps JolQm, kmd{ jf ;+:yfsf] gfddf vl/b u/]sf] af]nkq kmf/d csf]{ JolQm,kmd{ jf ;+:yfsf] gfdaf6 bflvnf ug{ kfOg] 5}g . ( c+s / cIf/df n]lvPsf] /sddf km/s kg{ uP cIf/df n]lvPsf]nfO{ dfGotf lbO ;f]lx cg';f/ x'g]÷ul/g] 5 . !) af]nkq l:js[t ePsf] hfgsf/L k|fKt ePkl5 l:js[t af]nkqbftfn] l:js[t c+ssf] kfFr k|ltztn] x'g cfpg] /sd jf

k/km/d]G; ;]So'/Ll6 hDdf ug'{ kg]{ 5. !! af]nkqbftfn] af]nkq bflvnf ug'{ cufj} cfkm\g} vr{df cfof]hgf :yn lg/LIf0f ug{ ;Sg] 5 . !@ af]nkq dfGo cjlw (! lbg x'g] 5 . !# ;+o'Qm pkqmd -Joint Venture_ df sfd ug]{ lgdf{0f Joj;foLn] ;+o'Qm pkqmd ;+emf}tfsf] k|dfl0ft k|ltlnkL k]z ug'{ kg]{ 5

. ;+o'Qm pkqmddf a9Ldf tLgj6f kmd{sf] ;+nUgtfnfO{ dfGotf lbOg] 5 . !$ of] ;"rgf sDkgLsf] website df klg x]g{ ;lsg] 5 . Nepal Telecom sf] E-Procurement website

http://eproc.ntc.net.np dfkm{t e-bidding k|ls|ofaf6 klg af]nkq btf{ ug{ ;lsg] 5 . !% yk hfgsf/Lsf] nflu o; cfof]hgfsf] 6]lnkmf]g g+= )!%)!)!#$ tyf )!%)!))^( df ;+ks{ ug{ ;lsg] 5 .

tklzn l;Mg+= ;"rgf g+= lgdf{0F sfo{sf] ljj/0F af]nkq b:t'/ ?= n=O=/sd ?=-EoF6 ;lxt_ w®F}6L /sd ?= !

NT/ONP-

06-069/70

laµuGh Ô]qsf lrtjg µ ;nF{xL lhNnfsf ljleGg ?6x?df Trenching/Ducting/OFC

Blowing/Joint Chamber lgdf{0F tyf Indicator fixing sFo{

%,)))÷)) !,$),!#,&@!÷*& #,%),%))÷))

@ NT/ONP-

07-069/70

k"jF{Grn Ô]qsf emfkf µ ;'g;µL tyf laµuGh Ô]qsf] lrtjg lhNnfsf ljleGg ?6x?df Trenching/Ducting/OFC

Blowing/Joint Chamber lgdf{0F tyf Indicator fixing sFo{

%,)))÷)) !,($,#^,&^^÷%& $,*^,)))÷))

Page 3: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

Trenching/Ducting Blowing

1 Trenching/Ducting, OFC Blowing,

Jointing Chamber construction,

Indicator construction with fixing

work

ChitwanShanti chowk- Jutpani-

Jayamangala16919.00 19219.00

2 Trenching/Ducting, OFC Blowing,

Jointing Chamber construction,

Indicator construction with fixing

work

Chitwan

Khurkhure chowk-

Parsa Exchange-

Bachauli chowk

(Sauraha)

14600.00 16400.00

3 Trenching/Ducting, OFC Blowing,

Jointing Chamber construction,

Indicator construction with fixing

work

Sarlahi Phuljhor- Malangwa 24100.00 24500.00

Grand Total 55619.00 60119.00

NEPAL TELECOM(NEPAL DURSANCHAR COMPANY LTD.)

OPTICAL NETWORK PROJECTCIVIL SECTION

HARIHARBHAWAN,LALITPUR

SUMMARY SHEET

S.No Description of works District Location of RouteRoute Length(In Mtr.)

Remarks

Page 4: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

TABLE OF CONTENTS

SECTION CONTENTS PAGE NO.

I Instruction to Bidders 1-17

II Bidding Data Sheet 18-26

III Evaluation & Qualification Criteria 27-34

IV General (Commercial) Conditions of the Contract 35-55

V Special Conditions of Contract 56-60

VI Technical Specification

Part I: General Specification 61-83

Part II: Particular Specification 84-92 Chapter I: General Introduction

Chapter II: Trenching/Ducting Related Specification Chapter III: Specific Work Specification

VII Drawings 93-95

VIII Sample Forms of Bid, Bid Security, Appendix to Bid and Qualification Information 96-113

. IX Bills of Quantities 114-121 X Sample Forms of Agreement, Letter of Acceptance, Performance

Security and Bank Guarantee for Advance Payment

122-127

APPENDIX

Page 5: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

1

Section I: Instructions to Bidders

Page 6: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

2

Section I: Instructions to Bidders

A. General 1. Scope of Bid 1.1 The Employer, as defined in the Bidding Data Sheet (BDS), issues this

Bidding Document for the procurement of Works as described in the

specifications, drawings and the bills of quantities herein.

1.2 The successful Bidder will be expected to complete the Works within the

Intended Completion Date specified in the BDS.

1.3 Throughout this Bidding Document:

a) the term „in writing‟ means communicated in written form and delivered

against receipt;

b) except where the context requires otherwise, words indicating the

singular also include the plural and words indicating the plural also

include the singular, and

c) „day‟ means calendar day, „month‟ means calendar month.

2. Source of Funds 2.1 The Employer has made budget allocation towards the cost of the Project

from its own source of fund, and intends to apply a part of the proceeds of

this fund to eligible payments under the contract for which these bidding

documents are issued.

3. Corrupt or

Fraudulent

Practices

3.1 Government of Nepal requires that Employer as well as Bidders observe the

highest standard of ethics during the procurement and execution of contracts.

In pursuance of this policy the Employer:

a) defines, for the purposes of this provision, the terms set forth below as

follows:

“corrupt practice” means the offering, giving, receiving or soliciting of

anything of value to influence the action of a public official in the

procurement process or in contract execution; and

“fraudulent practice” means a misrepresentation of facts in order to

influence a procurement process or the execution of a contract to the

detriment of the Employer, and includes collusive practice among Bidders

(prior to or after bid submission) designed to establish bid prices at artificial

non-competitive levels and to deprive the Employer of the benefits of free

and open competition;

“Collusive practice” is an arrangement between two or more parties (parties

refer to participants in the procurement process (including public officials)

attempting to establish bid prices at artificial, non-competitive levels)

designed to achieve an improper purpose, including to influence improperly

the actions of another party.

“Coercive practice” is impairing or harming, or threatening to impair or

harm, directly or in-directly, any party or the property of the party to

influence improperly the action of a part (party refers to a participant in the

procurement process or contract execution).

“obstructive practice” is deliberately destroying, falsifying, altering or

Page 7: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

3

concealing of evidence material to the investigation or making false

statements to investigators in order to materially impede a company

investigation into allegations of a corrupt, fraudulent, coercive or collusive

practice and / or threatening, harassing or intimidating any party to prevent

it from disclosing its knowledge of matters relevant to the investigation or

from pursuing the investigation

b) will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in

competing for the contract in question; and

c) will declare a firm ineligible, either indefinitely or for a stated period of

time, to be awarded a Government of Nepal - funded Contract if it at any

time determines that the firm has engaged in corrupt or fraudulent practices

in competing for, or in executing, a GoN funded contract.

3.2 In further pursuance of this policy, bidders shall permit the company to

inspect any accounts and records and other documents relating to the bid

submission and contract performance, and to have them audited by the

auditors appointed by the company.

3.3 Furthermore, bidders shall be aware of the provision stated in GCOC sub

clauses 22.2 and 57.2 (h).

4. Eligible Bidders

4.1a A bidder may be a natural person, private entity, or government owned entity

subject to clause ITB 4.6 or any combination of them in the form of a joint

venture, under an existing agreement, or a legally Constituted joint venture

(JV). Unless otherwise stated in the BDS, all partners shall be jointly and

severally liable for the execution of the contract in accordance with the

contract terms. Maximum number of JV partners shall be three. The

qualification requirements of the parties to the JV shall be as specified in the

BDS, and

4.1b the JV shall nominate a representative who shall have the authority to

conduct all business for and on behalf of any and all the parties of the JV

during the bidding process and, in the event the JV is awarded the contract

during contract execution.

4.2 A Bidder, and all parties constituting the bidder, shall have the nationality of

any country or eligible countries mentioned in the BDS. A bidder shall be

deemed to have the nationality of a country if the bidder is a citizen or is

constituted, or incorporated, and operates in conformity with the provisions

of laws of that country. This criterion shall also apply to the determination of

the nationality of proposed sub-contractors or suppliers for any part of the

contract including related services.

4.3 A Bidder shall not have a conflict of interest. A bidder found to have a

conflict of interest shall be disqualified. A bidder may be considered to be in

a conflict of interest with one or more parties in this bidding process, if:

a) they have controlling partners in common; or

b) they receive or have received any direct or indirect subsidy from any of

them; or

c) they have the same legal representative for purposes of this bid; or

d) they have a relationship with each other, directly or through common

third parties, that puts them in a position to have access to information

Page 8: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

4

about or influence on the bid of another bidder, or influence the decisions

of the Employer regarding this bidding process; or

e) A Bidder participates in more than one bid in this bidding process.

Participation by a bidder in more than one bid will result in the

disqualification of all bids in which the party is involved. However, this

does not limit the inclusion of the same sub-contractor in more than one

bid; or

f) A Bidder or any of its affiliates participated as a consultant in the

preparation of design or technical specifications of the contract that is the

subject of the bid; or

g) A Bidder or any of its affiliates has been hired (or is proposed to be

hired) by the Employer as Engineer for the contract.

4.4 A firm that is under a declaration of ineligibility in accordance with the

clause ITB 3 at the date of deadline for bid submission or thereafter, shall be

disqualified.

4.5 Enterprises owned by government shall be eligible only if they can establish

that they are legally and financially autonomous and operate under

commercial law, and that they are not a dependent agency of the GoN.

4.6 Bidders shall provide such evidence of their continued eligibility satisfactory

to the Employer, as the Employer shall reasonably request.

4.7 In case of prequalification process has been conducted prior to the bidding

process, this bidding is open only to prequalified bidders. – N/A

4.8 The domestic bidder who has obtained Permanent Account Number (PAN)

and Value Added Tax (VAT) registration certificate(s) and Tax Clearance

certificate from the Inland Revenue Office or proof of submission of audited

Profit and Loss (P/L) report to the Inland Revenue Office shall only be

eligible.

4.9 To be qualified, Bidder should fulfill all the criteria defined in the Section

III of Bid Document.

4.10 Bidder shall not be working with NT competitor during the submission of

Bid and Project Period.

5.1 The materials, equipment and services to be supplied under the contract shall

have their origin in any source countries as defined in clause ITB 4.2 above

and all expenditures under the contract will be limited to such materials,

equipment and services. At the Employer‟s request, bidders may be required

to provide evidence of the origin of materials, equipment and services.

5.2 For purposes of ITB 5.1 above, “Origin” means the place where the materials

and equipment are mined, grown, produced or manufactured and from which

the services are provided. Materials and equipment are produced when,

through manufacturing, processing, or substantial or major assembling of

components, a commercially recognized product results that differs

substantially in its basic characteristics or in purpose or utility from its

components.

Page 9: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

5

B. Bidding Documents 6. Content of

Bidding

Documents

6.1 The bidding documents consist of Volume I, II, III and IV which include all

the sections indicated below, and should be read in conjunction with any

Addenda issued in accordance with clause ITB 8:

Section I : Instructions to Bidders

Section II : Bidding Data Sheet (BDS)

Section III : Evaluation and Qualification Criteria

Section IV : General Conditions of Contract (GCOC)

Section V : Special Conditions of Contract (SCOC)

Section VI : Technical Specification

Part I: General Specification

Part II: Particular Specification Chapter I: General Introduction Chapter II: Trenching/Ducting Related Specification Chapter III: Specific Work Specification

Section VII : Drawings

Section VIII : Sample Forms of Bid, Bid Security, Appendix to Bid

and Qualification Information.

Section IX : Bills of Quantities

Section X : Sample Forms of Agreement, Letter of Acceptance,

Performance Security and Bank Guarantee for Advance

Payment

6.1 The Invitation for Bids issued by the Employer is not part of the Bidding

Document.

6.2 The Employer is not responsible for the completeness of the Bidding

Document and their addenda, if they were not obtained directly from the

source stated by the Employer in the Invitation for Bids.

6.3 The Bidder is expected to examine all instructions, forms, terms and

specifications in the Bidding Document. Failure to furnish all information or

documentation required by the Bidding Document may result in the rejection

of the bid.

7. Clarification of

Bidding

Documents, Site

Visit, Pre-Bid

Meeting

7.1 A prospective Bidder requiring any clarification of the bidding documents

shall contact the Employer in writing at the Employer‟s address indicated in

the BDS or raise any question or curiosity during the Pre-Bid meeting if

provided for in accordance with clause ITB 7.4. The Employer shall be

required to make available as soon as possible the answer to such question or

curiosity in writing to any request for clarification, provided that such request

is received as mentioned in BDS. The Employer shall forward copies of its

response to all bidders who have acquired the Bidding Document in

accordance with clause ITB 6.3, including a description of the enquiry but

without identifying its source. Should the Employer deem it necessary to

amend the Bidding Document as a result of a request for clarification, it shall

do so following the procedure under clause ITB 8 and ITB 22.2.

Page 10: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

6

7.2 The Bidder is encouraged to visit and examine the Site of Works and its

surroundings and obtain for itself, on its own risk and responsibility, all

information that may be necessary for preparing the bid and entering into a

contract for the construction of Works. The cost of visiting the site shall be at

the bidder‟s own expense.

7.3 the Bidder and any of its personnel or agents will be granted permission by

the Employer to enter upon its premises and land for the purpose of such visit

but only upon the expressed condition that the bidder, its personnel, and

agents will release and indemnify the Employer and its personnel and agents

from and against all liability in respect thereof, and will be responsible for

death or personal injury, loss of or damage to properties and any other loss,

damage, cost, and expenses incurred as a result of inspection.

7.4 The Bidder‟s designated representative is invited to attend a Pre-Bid meeting,

if provided for in the BDS. The purpose of the meeting will be to clarify

issues and to answer questions on any matter that may be raised at that stage.

7.5 The Bidder is requested, as far as possible, to submit any question in writing,

to reach the Employer as mentioned in BDS.

7.6 Minutes of the Pre-Bid meeting, including the text of the questions raised,

without identifying the source, and the responses given, together with any

responses prepared after the meeting, will be transmitted promptly to all

bidders who have acquired the Bidding Document in accordance with clause

ITB 6.3. Any modification to the Bidding Document that may become

necessary as a result of the Pre-Bid meeting shall be made by the Employer

exclusively through the issue of an addendum pursuant to clause ITB 8 and

not through the minutes of the Pre-Bid meeting.

7.7 Non attendance at the Pre-Bid meeting will not be a cause for

disqualification of a Bidder.

8. Amendment of

Bidding

Documents

8.1 At any time prior to the deadline for submission of bids, the Employer may

amend the bidding documents by issuing Addenda.

8.2 Any Addendum thus issued shall be part of the bidding documents and shall

be communicated in writing or by facsimile to all purchasers of the bidding

documents from the Employer in accordance with ITB 6.3. Prospective

Bidders shall promptly acknowledge receipt of each Addendum by facsimile

to the Employer.

8.3 To give prospective Bidders reasonable time in which to take an Addendum

into account in preparing their bids, the Employer shall extend as necessary

the deadline for submission of bids, pursuant to ITB clause 22.2.

C. Preparation of Bids 9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and submission

of its bid, and the Employer will in no case be responsible or liable for those

costs, regardless of the conduct or outcome of the bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the bid

Page 11: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

7

exchanged by the bidder and Employer, shall be written in the language

specified in the BDS. Supporting documents and printed literature that are

part of the bid may be in another language provided they are accompanied by

an accurate translation of the relevant passages in the language specified in

the BDS, in which case, for purposes of interpretation of the bid, such

translation shall govern.

11. Documents

Comprising the

Bid

11.1 The Bid shall comprise the following:

(a) Letter of Bid

(b) Completed schedules, in accordance with ITB 12 and 14, or as

stipulated in the BDS

(c) Bid Security, in accordance with ITB 19

(d) Alternative bids, at bidders option and if permissible, in accordance

with ITB 13 .

(e) Written confirmation authorizing the signatory of the bid to commit the

bidder, in accordance with ITB 20.2

(f) Documentary evidence in accordance with ITB 17 establishing the

bidders qualifications to perform the contract

(g) Technical proposal in accordance with ITB 16

(h) In the case of bid submitted by a JV, the JV agreement, a letter of intent

to enter into a JV including a draft agreement, indicating at least the

parts of the works to be executed by the respective partners and

(i) Any other documents required in the BDS.

12. Letter of Bid and

Schedules

12.1 The Letter of Bid, Schedules, and all documents listed under clause 11, shall

be prepared using the relevant forms in respected sections (Bidding Forms), if

so provided. The forms must be completed without any alterations to the text,

and no substitutes shall be accepted. All blank spaces shall be filled in with

the information requested.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative bids shall not be

considered.

13.2 When alternative times for completion are explicitly invited, a statement to

that effect will be included in the BDS, as will the method of evaluating

different times for completion.

13.3 When specified in the BDS pursuant to ITB 13.1, and subject to ITB 13.4

below, bidders wishing to offer technical alternatives to the requirements of

the bidding documents must first price the Employer‟s design as described in

the bidding document and shall further provide all information necessary for a

complete evaluation of the alternative by the Employer, including drawings,

design calculations, technical specifications, breakdown of prices, and

proposed construction methodology and other relevant details. Only the

technical alternatives, if any, of the lowest evaluated bidder conforming to the

basic technical requirements shall be considered by the Employer.

13.4 When specified in the BDS, bidders are permitted to submit alternative

technical solutions for specified parts of the Works. Such parts will be

identified in the BDS and described in relevant sections. The method for their

Page 12: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

8

evaluation will be stipulated in the relevant section (Evaluation and

Qualification criteria).

14. Bid Prices and

Discounts

14.1 Unless stated otherwise in the bidding documents, the contract shall be for the

whole Works as described in ITB 1.1

14.2 The bidders applying for the bid agrees to the requirements specified below

along with other requirements of the pertinent documents.

14.3 The total estimate reflecting the quantities and unit rates will be provided in

the Bill of Quantities to all the eligible bidders.

14.4 Bidders need not quote unit rate for each item separately. Bidders are required

to quote only in percentage (In Fig. & In words) below or above based on

the total estimated amount of the company.

14.5 The bidder is subject to taxes such as VAT, social charges or income taxes,

and also duties, fees, levies on amounts payable by the Employer under the

Contract.

All duties, taxes payable by the Contractor under the Contract, or for any

other cause, as of the date mentioned in the BDS prior to the deadline for

submission of Bids, shall be assumed included in the quoted percentage in

the total Bid Price submitted by the Bidder.

14.6 The rates and prices quoted by the Bidder shall be subject to adjustment during

the performance of the Contract if provided for in the Bidding and SCOC and

the provisions of Clause 47 (Price Adjustment) of the GCOC. The Bidder

shall submit with the bid all the information required under the SCOC and

Clause 47 of the GCOC.

15. Currency of Bid

and Payment

15.1 The currency of Bid and payment shall be entirely in Nepalese Rupees

(NPR)

16. Documents

Comprising the

Technical

Proposal

16.1 The Bidder shall furnish a technical proposal including a statement of work

methods, equipment, personnel, schedule and any other information as

stipulated in relevant sections (Bidding Forms), in sufficient details to

demonstrate the adequacy of the bidders proposal to meet the work

requirements and the completion time.

17. Documents

Establishing the

Qualifications of

the Bidder

17.1 To establish its qualifications to perform the Contract in accordance with

relevant sections (Evaluation and Qualification Criteria) the bidders shall

provide information requested in the corresponding information sheets

included in the relevant section (Bidding Forms).

Page 13: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

9

18. Period of

Validity of Bids

18.1 Bids shall remain valid for the period specified in the BDS after the bid

submission deadline date prescribed by the Employer. A bid valid for a

shorter period shall be rejected by the Employer as non-responsive.

18.2 In exceptional circumstances, prior to expiration of the bid validity period, the

Employer may request Bidders to extend the period of validity of their bids.

The request and the responses shall be made in writing or by facsimile. If a

bid security is requested in accordance with ITB 19, it shall also be extended

30 days beyond the deadline of the extended validity period. A Bidder may

refuse the request without forfeiting its bid security. A Bidder granting the

request shall not be required or permitted to modify its bid.

19. Bid Security 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part of its

bid, in original form, a bid security as specified in the BDS. In the case of a

bid security, the amount shall be as specified in the BDS.

19.2 If a bid security is specified pursuant to ITB 19.1, the bid security shall be, at

the Bidder‟s option, in any of the following forms:

(a) Original copy of an unconditional bank guarantee from “A” class

commercial bank or

(b) Original copy of cash deposit voucher in the Employer‟s account as

specified in BDS.

In the case of a bank guarantee, the bid security shall be submitted either using

the Bid Security Form included in the relevant section (Bidding Forms) or in

another substantially similar format approved by the Employer prior to Bid

submission. The form must include the complete name of the bidder. The Bid

Security shall be valid for minimum thirty (30) days beyond the original

validity period of the bid, or beyond any period of extension if requested under

ITB 18.2.

19.3 The bid security issued by any foreign bank outside Nepal must be counter

guaranteed by an “A” class commercial bank in Nepal.

19.4 Any bid not accompanied by an enforceable and substantially compliant Bid

Security, if required in accordance with ITB 19.1, shall be rejected by the

Employer as non-responsive.

19.5 If a Bid Security is specified pursuant to ITB 19.1, the Bid Security of

unsuccessful bidders shall be returned within three days, once the successful

bidder has furnished the required Performance Security and sign the contract

agreement pursuant to ITB 38.1.

19.6 The bid security may be forfeited

a. if the Bidder withdraws its bid during the period of bid validity specified

by the bidder on the Letter of Bid, except as provided in ITB 18.2 or

b. if the successful Bidder fails to

i. sign the Contract in accordance with ITB 39.1, or

ii. Furnish a Performance Security in accordance with ITB 38.1.

19.7 The Bid Security of a JV shall be in the name of the JV that submits the bid.

The JV must be legally constituted at the time of bidding.

Page 14: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

10

20. Format and

Signing of Bid

20.1 The Bidder shall prepare one original of the documents comprising the bid as

described in ITB 11 and clearly mark it “ORIGINAL”.. In addition, the

bidder shall submit copies of the bid in the number specified in the BDS, and

clearly mark each of them “COPY”. In the event of any discrepancy between

the original and the copies, the original shall prevail.

20.2 The original and all copies of the bid shall be typed or written indelible ink

and shall be signed by a person or persons duly authorized to sign on behalf

of the Bidder. This authorization shall consist of a written confirmation as

specified in the BDS and shall be attached to the bid. The name and position

held by each person signing the authorization must be typed or printed below

the signature. All pages of the bid, except for un-amended printed literature,

shall be signed or initialed by the person signing the bid.

20.3 Any amendments such as interlineations, erasures, or overwriting shall be

valid only if they are signed or initialed by the person signing the bid.

D. Submission and Opening of Bids

21. Sealing and

Marking of Bids

21.1 Bidders may always submit their bids by mail or by hand or by courier. When

so specified in the BDS, bidders shall have the option of submitting their bids

electronically. Procedures for submission, sealing and marking are as follows

(a) Bidders submitting bids by mail, by hand or by courier shall enclose the

original and each copy of the bid, including alternative bids, if permitted

in accordance with ITB 13, in separate sealed envelopes, duly marking

the envelopes as “ORIGINAL”, “ALTERNATIVE” and “COPY”. These

envelopes containing the original and the copies shall then be enclosed in

one single envelope. The rest of the procedure shall be in accordance with

ITB sub-clauses 21.2 and 21.3.

(b) Bidders submitting bids electronically shall follow the electronic bid

submission procedures specified in BDS.

21.2 The inner and outer envelopes shall

a) Bear the name and address of the Bidder,

b) be addressed to the Employer as provided in BDS 22.1,

c) bear the specific identification of this bidding process indicated in BDS

1.1, and

d) bear a warning not to open before the time and date for bid opening.

21.3 If all envelopes are not sealed and marked as required, the Employer will

assume no responsibility for the misplacement or premature opening of Bid.

22. Deadline for

Submission of

Bids

22.1 Bids must be received by the Employer at the address and no later than the

time and date indicated in the BDS.

22.2 The Employer may, at its discretion, extend the deadline for the submission of

bids by amending the Bidding Document in accordance with ITB 8, in which

Page 15: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

11

case all rights and obligations of the Employer and Bidders previously subject

to the deadline shall thereafter be subject to the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any bid that arrives after the deadline for

submission of bids, in accordance with ITB 22. Any bid received by the

Employer after the deadline for submission of bids shall be declared late,

rejected, and returned unopened to the Bidder.

24. Withdrawal, and

Modification of

Bids

24.1 A Bidder may withdraw, or modify its bid after it has been submitted by

sending a written notice in a sealed envelope, duly signed by an authorized

representative, and shall include a copy of the authorization in accordance

with ITB 20.2, (except that withdrawal notices do not require copies). The

corresponding modification of the bid must accompany the respective written

notice. All notices must be

(a) prepared and submitted in accordance with ITB 20 and ITB 21 (except

that withdrawal notice do not require copies), and in addition, the

respective envelopes shall be clearly marked “WITHDRAWAL”,

“MODIFICATION”, and

(b) received by the Employer prior to the deadline prescribed for submission

of bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be returned

unopened to the bidders after completion of the bid opening.

24.3 No bid may be withdrawn, or modified in the interval between the deadline

for submission of bids and expiration of the period of bid validity specified by

the Bidder on the Letter of Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the bids in public at the address, date and time

specified in the BDS in the presence of Bidders‟ designated representatives

and anyone who choose to attend. Any specific electronic bid opening

procedures required if electronic bidding is permitted in accordance with ITB

21.1 shall be as specified in the BDS.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out, and

the envelope with the corresponding bids shall not be opened but returned to

the bidder. No bid withdrawal shall be permitted unless the corresponding

withdrawal notice contains a valid authorization to request the withdrawal and

is read out at bid opening. Next, envelopes marked “MODIFICATION” shall

be opened and read out with the corresponding bid. No bid modification shall

be permitted unless the corresponding modification notice contains a valid

authorization to request the modification and is read out at bid opening. Only

envelopes that are opened and read out at bid opening shall be considered

further.

25.3 All other envelopes shall be opened one at a time, reading out: the name of

the Bidder, the Bid Prices, including any discounts and alternative Bids and

indicating whether there is a modification, the presence of a bid security and

any other details as the Employer may consider appropriate. Only discounts

and alternative offers read out at bid opening shall be considered for

evaluation. Unless otherwise specified in the BDS, all pages of the Letter of

Bid and Bill of Quantities are to be initialed by representative of the bidder

and Employer attending the bid opening. No bid shall be rejected at bid

opening except for late bids, in accordance with ITB 23.1.

Page 16: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

12

25.4 The Employer shall prepare a record of the bid opening that shall include, as a

minimum: the name of the bidder and whether there is a withdrawal, or

modification; the bid price, per contract if applicable, including any discount

and alternative offers; and the presence or absence of a bid security, if one

was required. The bidder‟s representatives who are present shall be requested

to sign the record. The omission of a bidder‟s signature on the record shall not

invalidate the contents and effect of the record. A copy of the record shall be

distributed to all the bidders.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and post-

qualification of bids and recommendation of Contract award, shall not be

disclosed to Bidders or any other persons not officially concerned with such

process until information on Contract award is communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of the

bids or Contract award decisions may result in the rejection of its bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of

Contract award, if any bidder wishes to contact the Employer on any matter

related to the bidding process, it may do so in writing.

27. Clarification of

Bids

27.1 To assist in the examination, evaluation, and comparison of bids, and

qualification of the bidders, the Employer may, at its discretion, ask any

Bidder for clarification of its bid. Any clarification submitted by a bidder that

is not in response to a request by the Employer shall not be considered. The

Employer‟s request for clarification and response shall be in writing. No

change in the prices or substance of the bid shall be sought, offered, or

permitted, except to confirm the correction of arithmetic errors discovered by

the Employer in the evaluation of the bids, in accordance with ITB 31.

27.2 If a Bidder does not provide clarification of its Bid by the date and time set in

the Employers request for clarification, its Bid shall be rejected.

28. Deviations,

Reservations,

and Omissions

28.1 During the evaluations of bids, the following definitions apply:

(a) “Deviation” is a departure from the requirements specified in the

Bidding Documents

(b) “Reservation” is the setting of limiting conditions or withholding from

complete acceptance of the requirements specified in the Bidding

Document; and

(c) “Omission” is the failure to submit part or all of the information or

documentation required in the Bidding Document.

29. Determination of

Responsiveness

29.1 The Employer‟s determination of a bid‟s responsiveness is to be based on the

contents of the bid itself, as defined in ITB 11.

29.2 A substantially responsive bid is one that meets the requirements of the

Bidding Document without material deviation, reservation, or omission. A

material deviation, reservation, or omission is one that,

(a) if accepted, would:

Page 17: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

13

(i) effect in any substantial way the scope, quality, or performance of

the Works specified in the Contract; or

(ii) limit in any substantial way, inconsistent with the Bidding

Document, the Employer‟s rights or the Bidder‟s obligations under

the proposed Contract; or

(b) if rectified, would unfairly affect the competition position of other

Bidders presenting substantially responsive bids.

29.3 The Employer shall examine the technical aspects of the bid submitted in

accordance with ITB 16, Technical Proposal, in particular, to confirm that all

requirements of relevant section (Employer‟s Requirements) have been met

without any material deviation, reservation or omission.

29.4 If a Bid is not substantially responsive to the requirements of the Bidding

Document, it shall be rejected by the Employer and will not subsequently be

made responsive by correction of the material deviation, reservation, or

omission.

30. Nonconformities,

Errors, and

Omissions

30.1 Provided that a bid is substantially responsive, the Employer may waive any

nonconformity in the bid.

30.2 Provided that a bid is substantially responsive, the Employer may request that

the Bidder submit the necessary information or documentation, within a

reasonable period of time, to rectify nonmaterial nonconformities in the bid

related to documentation requirements. Requesting information or

documentation on such nonconformities shall not be related to any aspect of

the price of the bid. Failure of the Bidder to comply with the request may

result in the rejection of its bid.

30.3 Provided that a bid is substantially responsive, the Employer shall rectify

quantifiable nonmaterial nonconformities related to the Bid Price. To this

effect, the Bid Price may be adjusted, for comparison purposes only, to reflect

the price of a missing or non-confirming item or component. The adjustment

shall be made using the methods indicated in relevant section (Evaluation and

Qualification Criteria).

30.4 If minor discrepancies are found such as in technical specification,

description, feature which does not make the bid to be rejected, then the cost,

which is calculated to the extent possible due to such differences, shall be

included while evaluating the bid.

30.5 If the value of such nonconformities is found more than fifteen percent the

quoted amount of the bidder on account of small differences pursuant to ITB

30.4, such bid shall be considered in effective in substance and shall not be

involved in evaluation.

31. Correction of

Arithmetical

Errors

31.1 Provided that the bid is substantially responsive, the Employer shall correct

arithmetical errors on the following basis:

(a) only for unit price Contracts, if there is a discrepancy between the unit

price and the total price that is obtained by multiplying the unit price and

quantity, the unit price shall prevail and the total price shall be corrected,

unless in the opinion of the Employer there is an obvious misplacement

Page 18: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

14

of the decimal point in the unit price, in which case the total price as

quoted shall govern and the unit price shall be corrected;

(b) if there is an error in a total corresponding to the addition or subtraction

of subtotals, the subtotals shall prevail and the total shall be corrected;

and

(c) if there is a discrepancy between words and figure, the amount in words

shall prevail, unless the amount expressed in words is related to an

arithmetic error, in which case the amount in figure shall prevail subject

to (a) and (b) above.

31.2 If the Bidder that submitted the lowest evaluated bid does not accept the

correction of errors, its bid shall be disqualified and its bid security may be

forfeited.

32. Evaluation of

Bids

32.1 The Employer shall use the criteria and methodologies listed in this clause.

No other evaluation criteria or methodologies shall be permitted.

32.2 To evaluate a bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any, for

contingencies in the Summary Bill of Quantities, and Value Added Tax

for Unit Rate Contracts, or Schedule of Prices for lump sum Contracts,

but including Day work items, where priced competitively;

(b) price adjustment for correction of arithmetic errors in accordance with

ITB 31.1;

(c) price adjustment due to discounts offered in accordance with ITB 14.4;

(d) adjustment for nonconformities in accordance with ITB 30.3;

(e) application of all the evaluation factors indicated in relevant section

(Evaluation and Qualification Criteria);

32.3 The estimated effect of the price adjustment provisions of the Conditions of

Contract, applied over the period of execution of the Contract, shall not be

taken into account in bid evaluation.

32.4 If this Bidding Document allows Bidders to quote separate prices for different

Contracts, and to award multiple Contracts to a single Bidder, the

methodology to determine the lowest evaluated price of the Contract

combinations, including any discounts offered in the Letter of Bid, is

specified in relevant section (Evaluation and Qualification Criteria).

32.5 If the bid for an Unit Rate Contract, which results in the lowest Evaluated Bid

Price, is seriously unbalanced, front loaded or substantially below updated

estimates in the opinion of the Employer, the Employer may require the

Bidder to produce detailed price analysis for any or all items of the Bill of

Quantities, to demonstrate the internal consistency of those prices with the

construction methods and schedule proposed. After evaluation of the price

analysis, taking into consideration the schedule of estimated Contract

payments, the Employer may require that the amount of the performance

security be increased at the expense of the Bidder to a level sufficient as

Page 19: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

15

mentioned in BDS to protect the Employer against financial loss in the event

of default of the successful Bidder under the Contract.

33. Comparison of

Bids

33.1 The Employer shall compare all subsequently responsive bids in accordance

with ITB 32.2 to determine the lowest evaluated bid.

34. Qualification of

the Bidder

34.1 The Employer shall determine to its satisfaction whether the Bidder that is

selected as having submitted the lowest evaluated and substantially

responsive bid meets the qualifying criteria specified in relevant Section

(Evaluation and Qualification Criteria).

34.2 The determination shall be based upon an examination of the documentary

evidence of the Bidder‟s qualifications submitted by the Bidder, pursuant to

ITB 17.1.

34.3 An affirmative determination of qualification shall be a prerequisite for award

of the Contract to the Bidder. A negative determination shall result in

disqualification of the bid, in which event the Employer shall proceed to the

next lowest evaluated bid to make a similar determination of that Bidder‟s

qualification to perform satisfactorily.

35. Employers’

Right to Accept

Any Bid, And to

Reject Any or All

Bids

35.1 The Employer reserves the right to accept or reject any bid, and to annul the

bidding process and reject all bids at any time prior to Contract award,

without thereby incurring any liability to Bidders. In case of annulment, all

bids submitted and specifically, bid securities, shall be promptly returned to

the Bidders.

F. Award of Contract

36. Award Criteria 36.1 The Employer shall award the contract to the Bidder whose offer has been

determined to be the lowest evaluated bid and is substantially responsive to

the bidding documents, provided further that the Bidder is determined to be

qualified to perform the Contract satisfactorily.

37. Letter of Intent

to Award the

Contract /

Notification of

Award

37.1 The Employer shall notify the concerned Bidder whose bid has been selected

in accordance with ITB 36.1 within seven days of the selection of the bid, in

writing that the Employer has intention to accept its bid and the information

regarding the name, address and amount of selected bidder shall be given to

all other bidders who submitted the bid.

37.2 If no bidder submits an application pursuant to ITB 40 within a period of

seven days of the notice provided under ITB 37.1, the Employer shall, accept

the bid selected in accordance with ITB 36.1 and Letter of Acceptance shall

be communicated to the selected bidder prior to the expiration of period of

Bid validity, to furnish the performance security and sign the contract within

fifteen days.

37.3 At the same time, the Employer shall affix a public notice on the result of the

award on its notice board and may make arrangements to post the notice into

its website, if it has; and if it does not have, into the website of the Public

Procurement Monitoring Office, identifying the bid and lot numbers and the

following information: (i) name of each Bidder who submitted a Bid; (ii) bid

prices as read out at Bid Opening; (iii) name and evaluated prices of each

Bid; (iv) name of bidders whose bids were rejected and the reasons for their

Page 20: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

16

rejection; and (v) name of the winning Bidder, and the Price it offered, as

well as the duration and summary scope of the Contract awarded.

37.4 Until a formal contract is prepared and executed, the notification of award

shall constitute a binding Contract.

37.5 The Employer shall promptly respond in writing to any unsuccessful Bidder

who, after notification of award in accordance with ITB 37.1, requests in

writing the grounds on which its bid was not selected.

38. Performance

Security

38.1 Within Fifteen (15) days of the receipt of Letter of Acceptance from the

Employer, the successful Bidder shall furnish the performance security from

A class Commercial Bank in accordance with the conditions of Contract

using Sample Form for the Performance Security included in relevant

Section (Sample Forms), or another form acceptable to the Employer.

38.2 Failure of the successful Bidder to submit the above-mentioned Performance

Security or to sign the Contract Agreement shall constitute sufficient grounds

for the annulment of the award and forfeiture of the bid security. In that

event the Employer may award the Contract to the next lowest evaluated

Bidder whose offer is substantially responsive and is determined by the

Employer to be qualified to perform the Contract satisfactorily. The process

shall be repeated according to ITB 37.

39. Signing of

Contract

39.1 The Employer and the successful Bidder shall sign the Contract Agreement

within the period as stated ITB 38.1. Within thirty (30) days from the date of

issuance of notification pursuant to ITB 37.1 unsuccessful bidders may

request in writing to the Employer for a debriefing seeking explanations on

the grounds on which their bids were not selected. The Employer shall

promptly respond in writing to any unsuccessful Bidder who, requests for

debriefing within 30 days of publication of the contract award.

40. Complain and

Review

40.1 If a Bidder is dissatisfied with the Procurement proceedings or the decision

made by the Employer in the intention to award the Contract, it may file an

application to the Managing Director within Seven (7) days of providing the

notice under ITB 37.1 by Nepal Telecom, for review of the proceedings

stating the factual and legal grounds.

40.2 Late application filed after the deadline pursuant to ITB 40.1 shall not be

processed.

40.3 The Managing Director shall, within five (5) days after receiving the

application, give its decision with reasons, in writing pursuant to ITB 40.1:

(a) whether to suspend the procurement proceeding and indicate the

procedure to be adopted for further proceedings; or

(b) to reject the application.

The decision of the chief of Public Entity shall be final for the Bid amount

up to the value as stated in BDS.

Page 21: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

17

40.4 If the Bidder is not satisfied with the decision of the Public Entity in

accordance with ITB 40.3, or the decision by the Employer is not given

within five (5) days of receipt of application pursuant to ITB 40.1, it can,

within seven (7) days of receipt of such decision, file an application to the

Review Committee of the GoN, stating the reason of its disagreement on the

decision of the chief of Public Entity and furnishing the relevant documents.

The application may be sent by hand, by post, by courier, or by electronic

media at the risk of the Bidder itself.

40.5 Late application filed after the deadline pursuant to ITB 40.4 shall not be

processed.

40.6 Within three (3) days of the receipt of application from the Bidder, pursuant

to ITB 40.4, the Review Committee shall notify the concerning Public Entity

to furnish its procurement proceedings, pursuant to ITB 40.3.

40.7 Within three (3) days of receipt of the notification pursuant to ITB 40.6, the

Public Entity shall furnish the copy of the related documents to the Review

Committee.

40.8 The Review Committee, after inquiring from the Bidder and the Public

Entity, if needed, shall give its decision within one (1) month of the receipt

of the application filed by the Bidder, pursuant to ITB 40.4.

40.9 The Bidder, filing application pursuant to ITB 40.4, shall have to furnish a

cash amount or Bank guarantee from "A" class commercial bank equivalent

to zero point five percent (0.5%) amount of its quoted Bid amount with the

validity period of at least ninety (90) days from the date of the filing of

application pursuant to ITB 40.4.

40.10 If the claim made by the Bidder pursuant to ITB 40.4 is justified, the Review

Committee shall have to return the security deposit to the applicant, pursuant

to ITB 40.9, within seven (7) days of such decision made.

41. As Built Drawings

&

Permission from DoR 41.1 The Contractor should submit As- Built drawing of the whole assigned

Job, including of the changes in the Site, during the time of submission of

Work completion Report. As-Built Drawing should give the detail

information of the Duct layout with reference points in the standard

intervals with approval of site Engineer.

41.2 The Contractor shall get the permission from concerned DoR

(Department of Road) for the excavation on the Road (Pitch, Gravel).

The cost for the maintenances of the Road will be borne by NT as per the

joint survey.

Page 22: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

18

Section II - Bidding Data Sheet (BDS)

Page 23: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

19

Section II - Bidding Data Sheet (BDS)

This section consists of provisions that are specific to each procurement and supplement the

information or requirements included in Section I Instructions to Bidders.

A. General

ITB 1.1 The name of the Project : Construction of U/G OFC Network & Related Job

ITB 1.1 The Employer : Nepal Telecom, Optical Network Project, Engineer Bhawan,

Hariharbhawan , Lalitpur

ITB 1.1 The name of the bidding process : NT Post Qualification

The identification number of the bidding process : NT/ONP/06-069/70

ITB 2.1 Source of Fund: Nepal Telecom

The implementing agency : Nepal Telecom

ITB 4.1a Eligible bidder: Domestic bidder registered in Nepal

ITB 4.2 Eligible countries: Nepal

B. Bidding Document

ITB 7.1 For clarification purposes only, the Employer‟s address is:

Attention: Manager Address: Nepal Telecom, Optical Network Project, Engineer Bhawan

Hariharbhawan, Lalitpur

Country: Nepal

Telephone: : 5010034 / 5010035/ 5010134/5010069

Facsimile number: 5010030

Electronic mail address: siddha.bharati @ntc.net.np

Request for clarification should be received by the employer no later than: 10

days prior to the deadline of submission of bids

ITB 7.4 A Pre-Bid meeting shall take place. It will be held at the following date, time and

place.

Date: 21st day of issue of notice.

Time: 1:00PM

Place: NT Nepal Telecom, Optical Network Project, Hariharbhawan

ITB 7.5 Time for request: Requests for clarification should be received by the Employer no

later than: 10 days prior to the deadline for submission of bids.

Page 24: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

20

C. Preparation of Bids

ITB 10.1 The language of the bid : English

ITB 11.1 (b) In accordance with ITB 12 and ITB 14, the following schedules shall be

submitted with the bid, including the priced Bill of Quantities for Unit Rate

Contracts: Construction schedule

ITB 11.1 (i) The Bidder shall submit with its bid the following additional documents:

Satisfactory Performance Certificate (SPC) for Nepal Telecom ongoing /

completed projects

ITB 13.1 Alternative bids “shall not be” permitted.

ITB 13.2 Alternative times for completion “shall not be” permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the

Works: N/A

ITB 14.5 The prices quoted by the Bidder “shall not be” subject to price adjustment.

ITB 14.6 The prices quoted by the Bidder “shall not be” subject to adjustment during the

performance of the Contract.

ITB 14.5 The date for all duties, taxes, and other levies payable by the Contractor under the

contract or for any other cause, as of the date 30 days prior to the deadline for

submission of bids

ITB 18.1 The bid validity period shall be: 91 days after the deadline for bid submission.

ITB 19.1

The Bidder shall furnish a bid security; from "A" class commercial bank with a

minimum of Rs. 3,50,500.00 which shall be valid for 30 days beyond the

validity period of the bid (i.e., 121 days after the deadline for bid submission).

ITB 19.2 (b)

Account Name: Nepal Telecom, Optical Network Project Hariharbhawan

Bank Name: Nepal Investment Bank Ltd , Pulchowk Branch

Bank Address: Pulchowk, Lalitpur

Account Number: w/f}^L vftf g+= : 00401010252409

ITB 20.1 In addition to the original of the bid, the number of copy/ies is/are: One

In case of e-bidding the one original plus one copy is not mandatory.

In case of e-submission of bid, the Bidder shall submit his bid electronically in

PDF files in the manner as specified in ITB Clause 21.1, and submission of hard

copy of "original plus one copy of bid " (as stated above) is not mandatory.

In case, if both the electronic bid and original bid in hard copy are submitted to

Page 25: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

21

the Employer within the bid submission dead line, the Bidder's electronic bid and

original bid in hard copy will be accepted for evaluation provided if the facts and

figures in hard copy confirm to the PDF files in electronic bid. If there is any

discrepancy in fact and figures in the electronic bid and original bid in hard copy

it will be treated as two separate bids from one Bidder and hence, both the

electronic bid and original bid in hard copy shall be disqualified, as per ITB

Clause 13.1.

However, for electronically submitted bid in PDF files, the Bidder shall be

required to submit original Bid Security letter / documents / clarifications as

specified in ITB Clause 27.2.

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall

indicate:

(a) The name and description of the documentation required to demonstrate the

authority of the signatory to sign the Bid such as a Power of Attorney; and

(b) In the case of Bids submitted by an existing or intended JV, an undertaking

signed by all parties (i) stating that all parties shall be jointly and severally

liable, and (ii) nominating a Representative who shall have the authority to

conduct all business for and on behalf of any and all the parties of the JV

during the bidding process and, in the event the JV is awarded the Contract,

during contract execution.

D. Submission and Opening of Bids

ITB 21.1 Bidders shall have the option of submitting their bids electronically.

ITB 21.1

(b)

Bidders are allowed to submit their bids electronically.

Description of bid submission procedure through electronically (e-submission) only:

A) Bid submission procedure through electronically (e-submission):

i) Interested bidders may either purchase the Bidding documents from the Employer's office

as specified in the Tender Notice or choose to download the necessary part of bidding

documents from E-procurement section of Nepal Telecom‟s Web Site

http://eproc.ntc.net.np In case, the Bidder choose to download the bidding documents,

prepare his/her bids on downloaded documents, and submit his/her bid electronically, the

Bidder shall be required to deposit the cost of bidding document (as specified in the bid

notice) in the Employer‟s account as specified below. In addition, electronic scanned copy

(PDF format) of the voucher shall be also required to be submitted along with the electronic

bid files.

ii) The Bidder shall fill the following documents and forms (in hard copy of issued bid

documents or downloaded bid documents for specific bid), signed by the authorised

representative and with seal of the company

a) Bill of Quantity (BOQ) with rate, amount as specified in relevant clauses

b) Forms of Bid, Qualification Information as of section IV

iii) The Bidder shall then scan the completed original documents, forms in PDF files with

appropriate filename as shown in the table below. PDF (Adobe acrobat) version must

be 4.0 or above.

Page 26: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

22

S. No. Document PDF File name Requirement Remarks

1 Letter of Bid as of Section 4 Bid letter-1 Mandatory

2 Bid Security (Bank

Guarantee) as of Section

4

Bid security-2 Mandatory

3 Company registration, Company reg-3 Mandatory All firms in

case of JV

4 VAT registration, VAT reg-4 For National

firms All firms in

case of JV 5 Tax clearances

certificate,

Tax-5 For National

firms All firms in

case of JV 6 Power of Attorney of

Bid signatory

Power of att-6 Mandatory

7 Joint venture agreement JV doc-7 Mandatory In case of JV

8 Bidder‟s Technical

proposal

Technical -8 Mandatory

9 Bidder‟s qualification Qualification-9 Mandatory

10. BOQ with rate, amount

and total amount

BOQ-10 Mandatory

11 Declaration of eligibility

to bid as per Public

Procurement Rules,

2064 Rule 40 (2) e

Declaration Letter-11

Mandatory

12 Satisfactory

Performance Certificate

(SPC)

Letter from

Nepal Telecom

Mandatory In case of

Nepal

Telecom

projects

13 Bid Purchase Receipt Mandatory

Note; Mandatory means the mentioned files must be included in e-submission and non

submission of such file shall be considered as non-responsive bid.

In case, the Bidder choose to download the bidding documents and deposit the cost of

bidding document (as specified in the bid notice) in the office‟s account a electronic

scanned copy (*.pdf format) of the cash voucher shall be also required to be submitted

along with the electronic bid files as additional documents.

iv) For e-submission purpose the Bidder shall, at first, register in the e-procurement

section of Nepal Telecom‟s Web Site, http://eproc.ntc.net.np

v) After preparing all the required bidding documents in PDF scan files as specified in (ii)

and (iii), the Bidder shall upload the PDF bid files and submit his complete bid online

through e-procurement section of Nepal Telecom‟s Web Site, http://eproc.ntc.net.np

within the specified date and time.

Page 27: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

23

vi) The e-procurement system will accept the e-submission of bid from the date after

publishing of notice and will automatically not allow the e-submission of bid after the

deadline for submission of bid, as specified above.

viii) The standard time for e-submission is Nepalese Standard Time as set out in the server

of Nepal Telecom. In case of e-submission of bids, the e-procurement system will,

automatically, not allow the e-submission of bid after the deadline for submission of bid.

ix) When a bidder submits his/her bid in hard copy the e-procurement section does not

allow the bidder to submit his/her Substitution or Modification or Withdrawal through e-

procurement section of Nepal Telecom's Web site.

x) Bidders may submit his/her Substitution or Modification or Withdrawal either in hard

copy or through e-submission.

xi) For Substitution of Bid the Bidder shall follow similar steps with a Substitution letter in

PDF file.

xii) For Modification or Withdrawal of bid the Bidder is required to submit PDF scan copy

of their Modification or Withdrawal letter and a written Power of Attorney of the signatory

for Modification/ Withdrawal, duly signed by Authorized Representative/s of the Firm / all

authorized Joint Venture partners.

xiii) When a Bidder submits electronic bid by downloading the bidding documents from the

Nepal Telecom‟s webpage it is assumed that the Bidder prepares his/her bid by studying

and examining all the Bidding documents including specifications and conditions of

contract.

xiv) In case, the Bidder choose to download the bidding documents and deposit the cost of

bidding document (as specified in the bid notice) in the Employer‟s account such deposited

amount shall be verified by the office during bid evaluation process. The bid shall be non-

responsive and shall not be evaluated if the specified cost for bidding document is not

deposited in the specified amount/account of the Employer for the said document.

B) Requirements and Conditions for e-submission of bid;

1) The e-submitted bids must be readable through open standards interfaces. Unreadable

and or partially submitted bid files (not complying as per ITB Clause 21.1) shall be

considered incomplete and rejected for further bid evaluation.

In addition to electronically submitted PDF files, the Bidder shall be required to

submit original Bid security letter/ documents and clarifications as specified in ITB

Clause 27.2. Non submission of original Bid security letter, documents and or

clarifications by the Bidder within specified time may cause forfeiture of Bid Security.

2) In case of major discrepancy found between electronically submitted PDF bid files and

documents/ clarifications provided by the Bidder as per ITB Clause 27.2, the bid shall

not be considered for further evaluation and ITB Clause 19.5 (d) shall be applicable.

Page 28: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

24

3) Proposed facility for submission of bid electronically through e-submission is to

increase transparency, non-discrimination, equality of access, and open competition.

The Bidders are fully responsible to use the e-submission facility properly in e-

procurement section of Nepal Telecom‟s Web Site http://eproc.ntc.net.np in specified

procedures and in no case the Employer shall be held liable for Bidder's inability to use

this facility.

4) When a Bidder submits electronic bid by downloading the bidding documents from the

Nepal Telecom‟s webpage it is assumed that the Bidder prepares his bid by studying

and examining all the Bidding documents including specifications and conditions of

contract.

5) Bid Security may be forfeited

• if the Bidder does not respond and/or submit the documents and or clarifications

when requested by the Employer.

• if major discrepancy is found between e-submitted bid information and

documents/clarifications provided by the Bidder during verification process as

requested by the Employer

ITB 22.1 For bid submission purposes only, the Employer‟s address is:

Attention: Manager

Address: Nepal Telecom, Optical Network Project, Hariharbhawan, Lalitpur

The deadline for bid submission is:

Date: 2070/04/26

Time: 12:00 Noon

In case of e-submission of bid;

i) Bidders shall be notified about the details of e- submission procedures in the pre-bid

meeting.

ii) The e-procurement system will accept the e-submission of bid from the date after

publishing of notice and will automatically not allow the e-submission of bid after the

deadline for submission of bid, as specified above.

The standard time for e-submission is Nepalese Standard Time as set out in the server of

Nepal Telecom

ITB 23.2 In case of e-submission of bids, the e-procurement system will, automatically, not allow the

e-submission of bid after the deadline for submission of bid.

ITB 24.4

Modification, Substitution and Withdrawal of the bid shall be accompanied by a written

Power of Attorney of the signatory for Modification, Substitution, and Withdrawal of the

bid, duly signed by authorised representative/s of the Firm / all authorised Joint Venture

Partners.

When a bidder submits his bid in hard copy the e-procurement section does not allow the

Page 29: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

25

bidder to submit his Substitution or Modification or Withdrawal through e-procurement

section of Nepal Telecom's Web site.

In case of e-submitted bid;

(i) Bidders may submit his Substitution or Modification or Withdrawal either in hard

copy or through e-submission.

(ii) For Substitution of Bid the Bidder shall follow similar steps as specified in ITB

Clause 21.1 with a Substitution letter in PDF file.

(iii) For Modification or Withdrawal of bid the Bidder is required to submit PDF scan

copy of their Modification or Withdrawal letter and a written Power of Attorney of

the signatory for Modification / Withdrawal, duly signed by Authorised

Representative/s of the Firm / all authorised Joint Venture partners.

ITB 25.1

The bid opening shall take place at:

Address: Nepal Telecom, Optical Network Project, Hariharbhawan, Lalitpur

Date: 2070/04/26

Time:14:00 (Onwards)

C) Bid Opening Process

i) Electronically submitted bid shall be opened first at the Bid opening time.

ii) The e-procurement system allows the Employer to download the e-submitted bid files

from the Bidders only after the time for opening the bids.

iii) The e-submitted bids must be readable through open standards interfaces. Unreadable

and or partially submitted bid files shall be considered incomplete and rejected for further

bid evaluation.

iv) After opening of e-submitted bids files, all files shall be printed and recorded at the time

of bid opening.

v) Envelopes marked with "WITDRAWAL" or "MODIFICATION" or "SUBSTITUTION"

and in case of e-submission the files in PDF format under "WITDRAWAL" or

"MODIFICATION" or "SUBSTITUTION" shall be opened and read out first. Bids for

which acceptable notice of "WITDRAWAL" or "SUBSTITUTION" has been submitted

shall not be opened.

In case of e-submission bids, the Employer evaluates the bid based on the information as

per electronically submitted bid files. For clarification/ verification purpose, the Employer

may request the Bidder to submit documents/ clarifications.

In case, if the Bidder can not substantiate or provide evidence to prove the information

provided in e-submitted bid through documents / clarifications, the bid shall not be

considered for further evaluation and Clause B as above shall be applicable.

Page 30: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

26

E. Evaluation and Comparison of Bids

ITB 27.2

In case of e-submission of bid, upon notification from the Employer the Bidder shall

submit the original Bid Security letter, completed Bid Part 1a and other clarifications

for verification purpose.

ITB 29.2 In case of e-submission of bid the requirement as specified in the ITB Clauses 19.4, 20.1,

21.1, 21.2 (a), 22.1, 23, 25.3, 25.1, 25.2, and 27.2 shall be fulfilled to be substantially

responsive bid.

ITB 30.6 In case of e-submission bids, the Employer evaluates the bid based on the information as

per electronically submitted bid files. For clarification/ verification purpose, the Employer

may request the Bidder to submit original Bid security letter, documents/ clarifications as

specified in ITB Clause 27.2.

In case, if the Bidder can not substantiate or provide evidence to prove the information

provided in e-submitted bid through documents/ clarifications as per ITB Clause 27.2, the

bid shall not be considered for further evaluation and ITB Clause 19.6 (d) shall be

applicable.

ITB 32.5 The amount of the Performance security should be Five (5) percent of the quoted bid price.

Page 31: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

27

Section III - Evaluation and Qualification Criteria

Page 32: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

28

Section III - Evaluation and Qualification Criteria

This Section contains all the criteria that the Employer shall use to evaluate bids and qualify

Bidders if the bidding was preceded by post-qualification exercise. Nepal Telecom requires

bidders to be qualified by meeting predefined, precise minimum requirements. The method sets

pass-fail criteria, which, if not met by the bidder, results in disqualification. In accordance with

ITB 33 and ITB 35, no other methods, criteria and factors shall be used. The Bidder shall provide

all the information requested in the forms included in relevant section (Sample Forms).

Table of Criteria

1. Evaluation

1.1 Adequacy of Technical Proposal

1.2 Multiple Contracts

1.3 Completion Time

1.4 Alternative Technical Solutions

1.5 Quantifiable Nonconformities, Errors and Omissions

2. Qualification

2.1 Eligibility

2.1.1 Conflict of Interest

2.1.2 Government-owned Entity

2.1.4 Other Eligibility

2.2 Pending Litigation

2.2.1 Pending Litigation

2.3 Financial Situation

2.3.1 Historical Financial Performance

2.3.2 Average Annual Construction Turnover

2.4 Experience

2.4.1 General Construction Experience

2.4.2 Specific Construction Experience

(a) Contracts of Similar Size and Nature

(b) Construction Experience in Key Activities

2.5 Personnel

2.6 Equipment

Page 33: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

29

1. Evaluation In addition to the criteria listed in ITB 32.2 (a) – (e) the following criteria shall

apply:

1.1 Adequacy of Technical Proposal

Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's

technical capacity, to mobilize key equipment and personnel for the contract consistent

with its proposal regarding work methods, scheduling, and material sourcing in sufficient

detail and fully in accordance with the requirements stipulated in Section 5 (Works

Requirements).

1.2 Multiple Contracts

Pursuant to Sub-Clause 32.4 of the Instructions to Bidders, if Works are grouped in

multiple contracts, evaluation will be as follows:

Works are grouped in multiple contracts and pursuant to Sub-Clause 32.4 of the

Instructions to Bidders, the Employer will evaluate and compare Bids on the basis of a

contract, or a combination of contracts, or as a total of contracts in order to arrive at the

least cost combination for the Employer by taking into account discounts offered by

Bidders in case of award of multiple contracts.

If a bidder submits several successful (lowest evaluated substantially responsive) bids or

has been awarded a contract whose duration overlaps with the duration of contracts being

evaluated, the evaluation will also include an assessment of the Bidder's capacity to meet

the aggregated requirements regarding: - N/A

� Experience

� Financial situation

� Current contract commitments,

� Cash flow capacity,

� Equipment to be allocated, and

� Personnel to be fielded.

� Satisfactory Performance Certificate.

1.3 Completion Time

An alternative Completion Time is not permitted under ITB 13.2

1.4 Quantifiable Nonconformities, Errors and Omissions

[Insert project specific requirements]

The evaluated amount of quantifiable nonconformities, errors and/or omissions shall be

determined by ascertaining the price of such effect on an equal basis by adjusting the same

to the quoted price of the bid. A bid having minor deviations and having no material

deviation to cause any serious effect upon the scope, quality, characteristics, terms and

conditions, performance or any other requirements stated in the bidding documents and

acceptable to the Employer can be considered to be substantially responsive.

Page 34: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

30

2. Qualification 2.1 Eligibility

Criteria Compliance Requirements Documents

Criteria Compliance Requirements Documents

Requirement Single Entity Joint Venture Submission

Requirements All Partners

Combined

Each

Partner

One Partner

2.1.1 Conflict of Interest No conflicts of

interest in

accordance with

ITB 4.3

Must meet

requirement

Existing or

intended JV

must meet

requirement

Must meet

requirement

Not Applicable Letter of Bid

2.1.2 Government owned Entity Applicant

required to meet

conditions of ITB

4.5

Must meet

requirement Existing or

intended JV

must meet

requirement

Must meet

requirement Not applicable Forms ELI-1,

ELI-2 with

attachments

2.1.4 Other Eligibility

Copy of Firm Registration Certificate

Copy of Business Registration Certificate

Copy of VAT and PAN Registration Certificate

Copy of Tax Clearance Certificate for all the F/Y (single and JV projects both)

proving the sufficiency of meeting the average annual turnover as specified in

BDS / Tax Return Submission Evidence for the F/Y 068/69

A written declaration made by the bidder with a statement that s/he is not ineligible

to participate in the procurement proceedings, has n7o conflict of interest in the

proposed procurement proceedings, and has not been punished for a profession or

business related office

Copy of Satisfactory Performance Certificate from Nepal Telecom

2.2 Pending Litigation

Criteria Compliance Requirements Documents

Requirement Single Entity Joint Venture Submission

Requirements All Partners

Combined

Each

Partner

One Partner

2.2.1 Pending Litigation All pending

litigation shall be

treated as

resolved against

the Applicant and

so shall in total

not represent

more than 50%

of the

Applicant‟s net

worth.

Must meet

requirement by

itself or as

partner to past or

existing JV

Not applicable Must meet

requirement by

itself or as

partner to past or

existing JV

Not Applicable Form LIT-1

Page 35: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

31

2.3 Financial Situation

Criteria Compliance Requirements Documents

Requirement Single Entity Joint Venture Submission

Requirements All Partners

Combined

Each Partner One Partner

2.3.1 Historical Financial Performance Submission of

audited balance

sheets and income

statements, for the

last 5 years to

demonstrate the

current soundness of

the applicant‟s

financial position.

As a minimum, a

Bidder‟s net worth

calculated as the

difference between

total assets and total

liabilities should be

positive.

Must meet

requirement

Not applicable Must meet

requirement

Not applicable Form FIN-1 with

attachments

2.3.2 Average Annual Construction Turnover Minimum average

annual construction

turnover of NPR. 1.5

Times of Estimated

Amount (excluding

VAT) calculated as

total certified

payments received

for construction

contracts in progress

or completed, within

best three years out

of last Five years.

Must meet

requirement must meet

requirement Must meet 25%

of the

requirement

Must meet at

least 40% of the

requirement

Forms FIN-2

Page 36: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

32

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture Submission

Requirements All Partners

Combined

Each

Partner

One Partner

2.3.3 Financial Resources Using Forms FIN-3 and

FIN-4 in section (Sample

Forms) the Bidder must

demonstrate access to, or

availability of, financial

resources such as liquid

assets, unencumbered real

assets, lines of credit, and

other financial means,

other than any contractual

advance payments to meet:

The following cash-flow

requirement, [(7 *

Working Capital + Lines

of Credit) – 40% *

Current Contract

Commitments] >= Bid

Price, and

The overall cash flow

requirements for this

contract Commitment is

estimated amount

(excluding VAT)

Must meet

requirement

Must not meet

requirement

Must meet 25%

of the

requirement

Must meet at

least 40% of the

requirement

Form FIN-3 and

FIN-4

Page 37: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

33

2.4 Experience

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture Submission

Requirements All Partners

Combined

Each Partner One Partner

2.4.1 General Construction Experience Experience under

construction contracts in

the role of contractor, or

management contractor

for at least the last 5 (five)

years prior to the

applications submission

deadline.

Must

meet

requirem

ent

Not applicable Must meet

requirement

Not applicable Form EXP-1

Criteria Compliance Requirements Documents

Requirement Single

Entity

Joint Venture Submission

Requirements All Partners

Combined

Each Partner

One Partner

2.4.2 Specific Construction Experience

(a) Contracts of Similar Size and Nature – Trenching/Ducting, OFC Blowing or Both

Works The Bidder should have

successfully accomplished

as prime contractor, or

management contractor,

within the last 5 (Five)

years, with a value of at

least (80% of Estimate

Amt.) (Excluding VAT)

that have been

successfully or are

substantially completed

and that are similar to

the proposed works. The

similarity shall be based

on the physical size,

complexity, methods,

technology or other

characteristics as

described in relevant

section (works

Requirements).

Must meet

requirement

Must meet

requirement

Must meet 25%

of the

requirement

Must meet at

least 40% of the

requirement

Form EXP-2(a)

Note:

Only the Net amount worked out after deducting the amount for VAT shall be computed and such

amount shall be adjusted according to the updated price index of the Nepal Rastra Bank.

Page 38: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

34

2.5 Personnel

The Bidder must demonstrate that it has the personnel for the key positions that meet the

following requirements:

S.N. Position Nos Status

(Full/Part Time)

Total Work Experience

(in years)

1 Project In-Charge (Civil Engineer) 1 Full Time 5

2 Electronics & Telecommunications

Engineer or Equivalent Degree Holder Er.

1 Part Time 2

3 Overseer (IE ) 2 Full Time 3

4 Supervisor (Min.SLC) 5 Full Time 3

The Bidder shall provide details of the proposed personnel and their experience records in the

relevant Information Forms included in relevant section (Sample Forms). Bidders are required to

submit qualification certificate and signed bio-data (signed in blue ink) along with date of the

proposed personnel.

The minimum qualification of the above Engineer must be NEC registered graduate engineer.

2.6 Equipment

The Bidder must demonstrate that it has the key equipment listed below:

S.N. Equipment Type and Characteristics Minimum number required

1 Concrete mixer 2 Nos. (Eq. to 1 Bags or more capacity.)

2 Water pump (for dewatering) 2

3 Hand Roller, Monkey Jumper 2

4 Tripper / Trucks/Dumper 1

5 Needle Vibrator 4

6 GPS Equipment

1

7 Level Machine 1

8 OFC Blowing Machine, Compressor (Water

Blowing or Air Blowing)

1

9 Water Tanker 1

The Bidder shall provide further details of proposed items of equipment using the relevant form in

relevant section (Sample Forms).

The applicant shall provide certification for the working condition of the equipments from

Mechanical / Civil Engineer or Nepal Government registered workshop. Hired or leased

equipments may be considered for evaluation but the applicant shall submit the agreement

including ownership certificate, bills and invoice. Equipments shall not be older than 15 years

from the last date of bid submission.

Page 39: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

35

Section IV - General Conditions of Contract

Page 40: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

36

Section IV General Conditions of Contract

A. General

1. Definitions 1.1 Boldface type is used to identify defined terms.

(a) The Accepted Contract Amount means the amount accepted

in the Letter of Acceptance for the execution and completion

of the Works and the remedying of any defects.

(b) The Activity Schedule is a schedule of the activities

comprising the construction, installation, testing, and

commissioning of the Works in a lump sum contract. It

includes a lump sum price for each activity, which is used for

valuations and for assessing the effects of Variations and

Compensation Events.

(c) The Adjudicator is the person appointed jointly by the

Employer and the Contractor to resolve disputes in the first

instance, as provided for in GCOC 23.2 hereunder.

(d) Bill of Quantities means the priced and completed Bill of

Quantities forming part of the Bid.

(e) Compensation Events are those defined in GCOC 42

hereunder.

(f) The Completion Date is the date of completion of the Works

as certified by the Project Manager, in accordance with GCOC

53.1.

(g) The Contract is the Contract between the Employer and the

Contractor to execute, complete, and maintain the Works. It

consists of the documents listed in GCOC 2.3 below.

(h) The Contractor is the party whose Bid to carry out the Works

has been accepted by the Employer.

(i) The Contractor’s Bid is the completed bidding document

submitted by the Contractor to the Employer.

(j) The Contract Price is the Accepted Contract Amount stated

in the Letter of Acceptance and thereafter as adjusted in

accordance with the Contract.

(k) Days are calendar days; months are calendar months.

(l) Day works are varied work inputs subject to payment on a

time basis for the Contractor‟s employees and Equipment, in

addition to payments for associated Materials and Plant.

(m) A Defect is any part of the Works not completed in accordance

with the Contract.

(n) The Defects Liability Certificate is the certificate issued by

Project Manager upon correction of defects by the Contractor.

(o) The Defects Liability Period is the period calculated from the

Completion Date where the Contractor remains responsible for

remedying defects.

Page 41: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

37

(p) Drawings include calculations and other information provided

or approved by the Project Manager for the execution of the

Contract.

(q) The Employer is the party who employs the Contractor to

carry out the Works, as specified in the SCOC.

(r) Equipment is the Contractor‟s machinery and vehicles

brought temporarily to the Site to construct the Works.

(s) Force Majeure means an exceptional event or circumstance:

which is beyond a Party's control; which such Party could not

reasonably have provided against before entering into the

Contract; which, having arisen, such Party could not

reasonably have avoided or overcome; and, which is not

substantially attributable to the other Party.

(t) The Initial Contract Price is the Contract Price listed in the

Employer‟s Letter of Acceptance.

(u) The Intended Completion Date is the date on which it is

intended that the Contractor shall complete the Works. The

Intended Completion Date is specified in the SCOC. The

Intended Completion Date may be revised only by the Project

Manager by issuing an extension of time or an acceleration

order.

(v) Letter of Acceptance means the formal acceptance by the

Employer of the Bid and denotes the formation of the contract

at the date of acceptance.

(w) Materials are all supplies, including consumables, used by the

Contractor for incorporation in the Works.

(x) “Party” means the Employer or the Contractor, as the context

requires.

(y) SCOC means Special Conditions of Contract

(z) Plant is any integral part of the Works that shall have a

mechanical, electrical, chemical, or biological function.

(aa) The Project Manager is the person named in the SCOC (or

any other competent person appointed by the Employer and

notified to the Contractor, to act in replacement of the Project

Manager) who is responsible for supervising the execution of

the Works and administering the Contract.

(bb) Retention Money means the aggregate of all monies retained

by the Employer pursuant to GCOC 46.1.

(cc) The Site is the area defined as such in the SCOC.

(dd) Site Investigation Reports are those that were included in the

bidding documents and are factual and interpretative reports

about the surface and subsurface conditions at the Site.

(ee) Specification means the Specification of the Works included

Page 42: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

38

in the Contract and any modification or addition made or

approved by the Project Manager.

(ff) The Start Date is given in the SCOC. It is the latest date

when the Contractor shall commence execution of the Works.

It does not necessarily coincide with any of the Site Possession

Dates.

(gg) A Subcontractor is a person or corporate body who has a

Contract with the Contractor to carry out a part of the work in

the Contract, which includes work on the Site.

(hh) Temporary Works are works designed, constructed, installed,

and removed by the Contractor that are needed for construction

or installation of the Works.

(ii) A Variation is an instruction given by the Project Manager

which varies the Works.

(jj) The Works are what the Contract requires the Contractor to

construct, install, and turn over to the Employer, as defined in

the SCOC.

2. Interpretation 2.1 In interpreting these GCOC, singular also means plural, male also

means female or neuter, and the other way around. Headings have no

significance. Words have their normal meaning under the language of

the Contract unless specifically defined. The Project Manager shall

provide instructions clarifying queries about these GCOC.

2.2 If sectional completion is specified in the SCOC, references in the

GCOC to the Works, the Completion Date, and the Intended

Completion Date apply to any Section of the Works (other than

references to the Completion Date and Intended Completion Date for

the whole of the Works).

2.3 The documents forming the Contract shall be interpreted in the

following order of priority:

(a) This Contract Agreement,

(b) Letter of Acceptance,

(c) Contractor‟s Bid,

(d) Special Conditions of Contract,

(e) General Conditions of Contract,

(f) Specifications,

(g) Drawings,

(h) Bill of Quantities (or Schedules of Prices for lump sum

contracts), and

(i) Any other document listed in the SCOC as forming part of the

Contract.

3. Language and

Law 3.1 The language of the Contract and the law governing the Contract are

stated in the SCOC.

Page 43: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

39

4. Project

Manager’s

Decisions

4.1 Except where otherwise specifically stated, the Project Manager shall

decide contractual matters between the Employer and the Contractor in

the role representing the Employer.

5. Delegation 5.1 The Project Manager may delegate any of his duties and responsibilities

to other people, except to the Adjudicator, after notifying the Contractor,

and may cancel any delegation after notifying the Contractor.

6. Communica-

tions 6.1 Communications between parties that are referred to in the Conditions

shall be effective only when in writing. A notice shall be effective

only when it is delivered.

7. Subcontracting 7.1 The Contractor may subcontract with the approval of the Project

Manager, but may not assign the Contract without the approval of the

Employer in writing. Subcontracting shall not alter the Contractor‟s

obligations. – N/A

8. Other

Contractors 8.1 The Contractor shall cooperate and share the Site with other

contractors, public authorities, utilities, and the Employer between the

dates given in the Schedule of Other Contractors, as referred to in the

SCOC. The Contractor shall also provide facilities and services for

them as described in the Schedule. The Employer may modify the

Schedule of Other Contractors, and shall notify the Contractor of any

such modification.

9. Personnel and

Equipment 9.1 The Contractor shall employ the key personnel and use the equipment

identified in its Bid to carry out the Works, or other personnel and

equipment approved by the Project Manager. The Project Manager

shall approve any proposed replacement of key personnel and

equipment only if their relevant qualifications or characteristics are

substantially equal to or better than those proposed in the Bid.

9.2 If the Project Manager asks the Contractor to remove a person who is a

member of the Contractor‟s staff or work force, stating the reasons, the

Contractor shall ensure that the person leaves the Site within seven days

and has no further connection with the work in the Contract.

10. Employer’s and

Contractor’s

Risks

10.1 The Employer carries the risks which this Contract states are

Employer‟s risks, and the Contractor carries the risks which this

Contract states are Contractor‟s risks.

11. Employer’s

Risks 11.1 From the Start Date until the Defects Liability Certificate has been

issued, the following are Employer‟s risks:

(a) The risk of personal injury, death, or loss of or damage to

property (excluding the Works, Plant, Materials, and

Equipment), which are due to

(i) use or occupation of the Site by the Works or for the

purpose of the Works, which is the unavoidable result of

the Works or

(ii) negligence, breach of statutory duty, or interference with

any legal right by the Employer or by any person

Page 44: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

40

employed by or contracted to him except the Contractor.

(b) The risk of damage to the Works, Plant, Materials, and Equipment

to the extent that it is due to a fault of the Employer or in the

Employer‟s design, or due to war or radioactive

contamination directly affecting the country where the Works are to be

executed.

11.2 From the Completion Date until the Defects Liability Certificate has

been issued, the risk of loss of or damage to the Works, Plant, and

Materials is an Employer‟s risk except loss or damage due to

(a) a Defect which existed on the Completion Date,

(b) an event occurring before the Completion Date, which was not

itself an Employer‟s risk, or

(c) the activities of the Contractor on the Site after the Completion

Date.

12. Contractor’s

Risks 12.1 From the Starting Date until the Defects Liability Certificate has been

issued, the risks of personal injury, death, and loss of or damage to

property (including, without limitation, the Works, Plant, Materials,

and Equipment) which are not Employer‟s risks are Contractor‟s risks.

13. Insurance 13.1 The Contractor shall provide insurance in the joint names of the

Employer and the Contractor from the Start Date to the end of the

Defects Liability Period, in the amounts and deductibles stated in the

SCOC for the following events which are due to the Contractor‟s risks:

(a) loss of or damage to the Works, Plant, and Materials;

(b) loss of or damage to Equipment;

(c) loss of or damage to property (except the Works, Plant,

Materials, and Equipment) in connection with the Contract; and

(d) Personnel injury or death.

13.2 Policies and certificates for insurance shall be delivered by the

Contractor to the Project Manager for the Project Manager‟s approval

before the Start Date. All such insurance shall provide for

compensation to be payable in the proportions of Nepalese Rupees

required to rectify the loss or damage incurred.

13.3 If the Contractor does not provide any of the policies and certificates

required, the Employer may affect the insurance which the Contractor

should have provided and recover the premiums the Employer has paid

from payments otherwise due to the Contractor or, if no payment is

due, the payment of the premiums shall be a debt due.

13.4 Alterations to the terms of insurance shall not be made without the

approval of the Project Manager.

13.5 Both parties shall comply with any conditions of the insurance policies.

14. Site

Investigation

14.1 The Contractor, in preparing the Bid, shall rely on any Site

Investigation Reports referred to in the SCOC, supplemented by any

Page 45: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

41

Reports information available to the Bidder.

15. Contractor to

Construct the

Works

15.1 The Contractor shall construct and install the Works in accordance

with the Specifications and Drawings.

16. The Works to

Be Completed

within

Completion

Date

16.1 The Contractor may commence execution of the Works on the Start

Date and shall carry out the Works in accordance with the Program

submitted by the Contractor, as updated with the approval of the

Project Manager, and complete them within the Completion Date as

specified in the SCOC.

17. Approval by the

Project

Manager

17.1 The Contractor shall submit Specifications and Drawings showing the

proposed Temporary Works to the Project Manager, for his approval.

17.2 The Project Managers approval shall not alter the Contractors

responsibility for design of temporary works.

18. Safety, security

and protection

of the

environment

18.1 The Contractor shall be responsible throughout the execution and

completion of the works and the remedying of any defects for the

safety of all activities on the Site including security measures and

protection of the environment.

19. Discoveries 19.1 Anything of historical or other interest or of significant value

unexpectedly discovered on the Site shall be the property of the

Employer. The Contractor shall notify the Project Manager of such

discoveries and carry out the Project Manager‟s instructions for

dealing with them.

20. Possession of the

Site 20.1 The Employer shall give possession of all parts of the Site to the

Contractor. If possession of a part is not given by the date stated in the

SCOC, the Employer shall be deemed to have delayed the start of the

relevant activities, and this shall be a Compensation Event.

21. Access to the

Site 21.1 The Contractor shall allow the Project Manager and any person

authorized by the Project Manager access to the Site and to any place

where work in connection with the Contract is being carried out or is

intended to be carried out.

22. Instructions,

Inspections and

Audits

22.1 The Contractor shall carry out all instructions of the Project Manager

which comply with the applicable laws where the Site is located.

22.2 The Contractor shall permit Nepal Telecom and/or persons appointed

by Nepal Telecom to inspect the Site and/or the accounts and records

of the Contractor and its sub-contractors relating to the performance of

the Contract, and to have such accounts and records audited by

auditors appointed by Nepal Telecom if required by Nepal Telecom.

The Contractor‟s attention is drawn to Sub-Clause 58.1 which

provides, inter alia, that acts intended to materially impede the exercise

of Nepal Telecom‟s inspection and audit rights provided for under this

Sub-Clause constitute a prohibited practice subject to contract

termination.

Page 46: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

42

23. Dispute

Settlement 23.1 The Employer and the Contractor shall attempt to settle amicably by

direct negotiation any disagreement or dispute arising between them

under or in connection with the Contract.

23.2 Any dispute between the Parties as to matters arising pursuant to this

Contract which cannot be settled amicably within thirty (30) days after

receipt by one Party of the other Party‟s request for such amicable

settlement may be referred to the Adjudicator or Dispute Resolution

Committee (DRC) by either Party as specified in the SCOC within 15

days after the expiration of amicable settlement period.

24. Appointment of

the Adjudicator/

DRC Members

24.1 The Adjudicator if specified in the SCOC shall be appointed by the

consensus of the Client and the Contractor. If the parties cannot reach

an agreement on the appointment of the Adjudicator, the Client will

request the Appointing Authority designated in the SCOC, to appoint

the Adjudicator within 15 days of receipt of such request.

24.2 DRC shall be formed which comprise of three members. Each Party

shall appoint one member each and the third member who shall act as

the Chairman shall be appointed by the two members appointed by the

Parties.

25 Procedures for

Disputes 25.1 If a dispute is referred to the Adjudicator or the DRC then the

Adjudicator or the DRC shall give a decision in writing within 30 days

of receipt of a reference of the dispute.

25.2 The Adjudicator or the DRC Members shall be paid by the hour at the

rate specified in the SCOC, together with reimbursable expenses of the

types specified in the SCOC, and the cost shall be divided equally

between the Client and the Contractor, whatever decision is reached by

the Adjudicator or DRC. Either party may refer a decision of the

Adjudicator or DRC to an Arbitrator within 30 days of the

Adjudicator‟s or DRC‟s written decision. If neither party refers the

dispute to arbitration within the above 30 days, the Adjudicator‟s / the

DRC‟s decision will be final and binding.

25.3 In case of arbitration, the arbitration shall be conducted in accordance

with the arbitration procedures published by the institution named and

at the place given in the SCOC.

B. Time Control

26. Program 26.1 Within the time stated in the SCOC, after the date of the Letter of

Acceptance, the Contractor shall submit to the Project Manager for

approval a Program showing the general methods, arrangements, order,

and timing for all the activities in the Works. In the case of a lump sum

contract, the activities in the Program shall be consistent with those in

the Activity Schedule.

26.2 An update of the Program shall be a program showing the actual

progress achieved on each activity and the effect of the progress

achieved on the timing of the remaining work, including any changes

to the sequence of the activities.

26.3 The Contractor shall submit to the Project Manager for approval an

updated Program at intervals no longer than the period stated in the

Page 47: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

43

SCOC. If the Contractor does not submit an updated Program within

this period, the Project Manager may withhold the amount stated in the

SCOC from the next payment certificate and continue to withhold this

amount until the next payment after the date on which the overdue

Program has been submitted. In the case of a lump sum contract, the

Contractor shall provide an updated Activity Schedule within 15 days

of being instructed to by the Project Manager.

26.4 The Project Manager‟s approval of the Program shall not alter the

Contractor‟s obligations. The Contractor may revise the Program and

submit it to the Project Manager again at any time. A revised Program

shall show the effect of Variations and Compensation Events.

27. Extension of the

Intended

Completion

Date

27.1 The Project Manager shall extend the Intended Completion Date if a

Compensation Event occurs or a Variation is issued which makes it

impossible for Completion to be achieved by the Intended Completion

Date without the Contractor taking steps to accelerate the remaining

work, which would cause the Contractor to incur additional cost.

27.2 The Project Manager shall decide whether and by how much to extend

the Intended Completion Date within 21 days of the Contractor asking

the Project Manager for a decision upon the effect of a Compensation

Event or Variation and submitting full supporting information at least

7 days prior to the intended completion date. If the Contractor has

failed to give early warning of a delay or has failed to cooperate in

dealing with a delay, the delay by this failure shall not be considered in

assessing the new Intended Completion Date.

28. Acceleration 28.1 When the Employer wants the Contractor to finish before the Intended

Completion Date, the Project Manager shall obtain priced proposals for

achieving the necessary acceleration from the Contractor. If the

Employer accepts these proposals, the Intended Completion Date shall

be adjusted accordingly and confirmed by both the Employer and the

Contractor.

28.2 If the Contractor‟s priced proposals for acceleration are accepted by

the Employer, they are incorporated in the Contract Price and treated

as a Variation.

29. Delays Ordered

by the Project

Manager

29.1 The Project Manager may instruct the Contractor to delay the start or

progress of any activity within the Works.

30. Management

Meetings 30.1 Either the Project Manager or the Contractor may require the other to

attend a management meeting. The business of a management meeting

shall be to review the plans for remaining work and to deal with

matters raised in accordance with the early warning procedure.

30.2 The Project Manager shall record the business of management

meetings and provide copies of the record to those attending the

meeting and to the Employer. The responsibility of the parties for

actions to be taken shall be decided by the Project Manager either at

the management meeting or after the management meeting and stated

in writing to all who attended the meeting.

Page 48: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

44

31. Early Warning 31.1 The Contractor shall warn the Project Manager at the earliest

opportunity of specific likely future events or circumstances that may

adversely affect the quality of the work, increase the Contract Price, or

delay the execution of the Works. The Project Manager may require

the Contractor to provide an estimate of the expected effect of the

future event or circumstance on the Contract Price and Completion

Date. The estimate shall be provided by the Contractor as soon as

reasonably possible.

31.2 The Contractor shall cooperate with the Project Manager in making

and considering proposals for how the effect of such an event or

circumstance can be avoided or reduced by anyone involved in the

work and in carrying out any resulting instruction of the Project

Manager.

C. Quality Control

32. Identifying

Defects

32.1 The Project Manager shall check the Contractor‟s work and notify the

Contractor of any Defects that are found. Such checking shall not

affect the Contractor‟s responsibilities. The Project Manager may

instruct the Contractor to search for a Defect and to uncover and test

any work that the Project Manager considers may have a Defect.

33. Tests 33.1 If the Project Manager instructs the Contractor to carry out a test not

specified in the Specification to check whether any work has a Defect

and the test shows that it does, the Contractor shall pay for the test and

any samples. If there is no Defect, the test shall be a Compensation

Event.

34. Correction of

Defects 34.1 The Project Manager shall give notice to the Contractor of any Defects

before the end of the Defects Liability Period, which begins at

Completion, and is defined in the SCOC. The Defects Liability Period

shall be extended for as long as Defects remain to be corrected.

34.2 Every time notice of a Defect is given, the Contractor shall correct the

notified Defect within the length of time specified by the Project

Manager‟s notice.

35. Uncorrected

Defects 35.1 If the Contractor has not corrected a Defect within the time specified in

the Project Manager‟s notice, the Project Manager shall assess the cost

of having the Defect corrected, and the Contractor shall pay this

amount.

D. Cost Control

36. Contract Price 36.1 The total volume of Work Reflecting quantities (Quantities of All

Job) will be provided in the Bill of Quantities. Bidders are required to

quote rate of Individual Item . The Bidder may only quote unit rates for

items specified in BOQ and should fill all the necessary rows &

columns showing Total Bid Amount. The Bill of Quantities containing

quoted rate is used to calculate the Contract Price. The Contractor will

be paid for the quantity of the work accomplished at the unit rates of

the Bidder.

Page 49: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

45

36.2 In the case of a lump sum contract, the Activity Schedule shall contain

the priced activities for the Works to be performed by the Contractor.

The Activity Schedule is used to monitor and control the performance

of activities on which basis the Contractor will be paid. If payment for

Materials on Site shall be made separately, the Contractor shall show

delivery of Materials to the Site separately on the Activity Schedule.

37. Changes in the

Contract Price 37.1 In the case of an Unit Rate contract:

(a) The Contractor shall not be allowed to change any unit rates even

if the final quantities of the work done differ from the quantities in

the Bill of Quantities.

(b) The Project Manager shall not adjust any rates from changes in

quantities, except with the prior approval of the Employer.

(c) If requested by the Project Manager, the Contractor shall provide

the Project Manager with a detailed cost breakdown of rates not

included in the Bill of Quantities.

37.2 In the case of a lump sum contract, the Activity Schedule shall be

amended by the Contractor to accommodate changes of Program or

method of working made at the Contractor‟s own discretion. Prices in

the Activity Schedule shall not be altered when the Contractor makes

such changes to the Activity Schedule.

38. Variations 38.1 All Variations shall be included in updated Programs, and, in the case

of a lump sum contract, also in the Activity Schedule, produced by the

Contractor.

38.2 The Contractor shall provide the Project Manager with a quotation for

carrying out the Variation when requested to do so by the Project

Manager. The Project Manager shall assess the quotation, which shall

be given within seven (7) days of the request or within any longer period

stated by the Project Manager and before the Variation is ordered.

38.3 If the Contractor‟s quotation is unreasonable, the Project Manager may

order the Variation and make a change to the Contract Price, which

shall be based on the Project Manager‟s own forecast of the effects of

the Variation on the Contractor‟s costs.

38.4 If the Project Manager decides that the urgency of varying the work

would prevent a quotation being given and considered without

delaying the work, no quotation shall be given and the Variation shall

be treated as a Compensation Event.

38.5 The Contractor shall not be entitled to additional payment for costs that

could have been avoided by giving early warning.

38.6 In the case of an Unit Rate contract, if the work in the Variation

corresponds to an item description in the Bill of Quantities and if, in

the opinion of the Project Manager, the timing of its execution do not

cause the cost per unit of quantity to change, the rate in the Bill of

Quantities shall be used to calculate the value of the Variation. If the

nature or timing of the work in the Variation does not correspond with

items in the Bill of Quantities, the quotation by the Contractor shall be

Page 50: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

46

in the form of new rates for the relevant items of work. But the

assessment shall be based on the following :

If the contract value is „a‟ % less than the estimated amount, then the

rate of item which is not included in BOQ ("Extra Item") will be „a‟ %

less than the estimated unit rate of that item defined by Nepal Telecom.

If the contract amount is „b‟ % above than the estimated amount, then

the unit rate of item which is not included in BOQ will not in any case

be more than the estimated unit rate of that item defined by Nepal

Telecom.

39. Cash Flow

Forecasts 39.1 When the Program, or, in the case of a lump sum contract, the Activity

Schedule, is updated, the Contractor shall provide the Project Manager

with an updated cash flow forecast. The cash flow forecast shall

include as defined in the Contract in Nepalese Rupees.

40. Payment

Certificates 40.1 The Contractor shall submit to the Project Manager monthly

statements of the estimated value of the work executed less the

cumulative amount certified previously.

40.2 The Project Manager shall check the Contractor‟s monthly statement

and certify the amount to be paid to the Contractor.

40.3 The value of work executed shall be determined by the Project

Manager.

40.4 The value of work executed shall comprise:

(a) In the case of an Unit Rate contract, the value of the quantities of

work in the Bill of Quantities that have been completed; or

(b) In the case of a lump sum contract, the value of work executed

shall comprise the value of completed activities in the Activity

Schedule.

40.5 The value of work executed shall include the valuation of Variations

and Compensation Events.

40.6 The Project Manager may exclude any item certified in a previous

certificate or reduce the proportion of any item previously certified in

any certificate in the light of later information.

41. Payments 41.1 Payments shall be adjusted for deductions for advance payments and

retention. The Employer shall pay the Contractor the amounts certified

by the Project Manager within 30 days of the date of each certificate. If

the Employer makes a late payment, the Contractor shall be paid interest

as indicated in the SCOC on the late payment in the next payment.

Interest shall be calculated from the date by which the payment should

have been made up to the date when the late payment is made at the

prevailing rate of interest for commercial borrowing.

41.2 If an amount certified is increased in a later certificate or as a result of

an award by the Adjudicator or an Arbitrator, the Contractor shall be

paid interest upon the delayed payment as set out in this clause.

Interest shall be calculated from the date upon which the increased

Page 51: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

47

amount would have been certified in the absence of dispute.

41.3 Unless otherwise stated, all payments and deductions shall be paid or

charged comprising the Contract Price.

41.4 Items of the Works for which no rate or price has been entered in BOQ

shall not be paid for by the Employer and shall be deemed covered by

other rates and prices in the Contract.

41.5 The Contractor should complete the Route with Final testing of the

OFC. Payment will be done in the basis of Route wise completion of

the Job which should be approved by authorized NT Officer.

42. Compensation

Events 42.1 The following shall be Compensation Events:

(a) The Employer does not give access to a part of the Site by the

Site Possession Date pursuant to GCOC 20.1.

(b) The Employer modifies the Schedule of Other Contractors in a

way that affects the work of the Contractor under the Contract.

(c) The Project Manager orders a delay or does not issue Drawings,

Specifications, or instructions required for execution of the

Works on time.

(d) The Project Manager instructs the Contractor to uncover or to

carry out additional tests upon work, which is then found to have

no Defects.

(e) The Project Manager unreasonably does not approve a

subcontract to be let.

(f) Ground conditions are substantially more adverse than could

reasonably have been assumed before issuance of the Letter of

Acceptance from the information issued to bidders (including the

Site Investigation Reports), from information available publicly

and from a visual inspection of the Site.

(g) The Project Manager gives an instruction for dealing with an

unforeseen condition, caused by the Employer, or additional

work required for safety or other reasons.

(h) Other contractors, public authorities, utilities, or the Employer

does not work within the dates and other constraints stated in the

Contract, and they cause delay or extra cost to the Contractor.

(i) The advance payment is delayed.

(j) The effects on the Contractor of any of the Employer‟s Risks.

(k) The Project Manager unreasonably delays issuing a Certificate of

Completion.

42.2 If a Compensation Event would cause additional cost or would prevent

the work being completed before the Intended Completion Date, the

Contract Price shall be increased and/or the Intended Completion Date

shall be extended. The Project Manager shall decide whether and by

how much the Contract Price shall be increased and whether and by

how much the Intended Completion Date shall be extended.

43.3 As soon as information demonstrating the effect of each Compensation

Page 52: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

48

Event upon the Contractor‟s forecast cost has been provided by the

Contractor, it shall be assessed by the Project Manager, and the

Contract Price shall be adjusted accordingly. If the Contractor‟s

forecast is deemed unreasonable, the Project Manager shall adjust the

Contract Price based on the Project Manager‟s own forecast. The

Project Manager shall assume that the Contractor shall react

competently and promptly to the event.

42.4 The Contractor shall not be entitled to compensation to the extent that the

Employer‟s interests are adversely affected by the Contractor‟s not having

given early warning or not having cooperated with the Project Manager.

43. Tax 43.1 The Project Manager shall adjust the Contract Price if taxes, duties,

and other levies are changed between the date 30 days before the

submission of bids for the Contract and the date of the last Completion

certificate. The adjustment shall be the change in the amount of tax

payable by the Contractor, provided such changes are not already

reflected in the Contract Price or are a result of GCOC 45.

44. Currency 44.1 The currency of Contracts shall be Nepalese Rupees.

45. Price

Adjustment 45.1 Prices shall be adjusted for fluctuations in the cost of inputs only if

provided for in the SCC. If so provided, the amounts certified in each

payment certificate, before deducting for Advance Payment, shall be

adjusted by applying the respective price adjustment factor to the

payment amounts due.

45.2 Adjustment Formulate1: "The adjustment to the Interim Payment

Certificates in respect of changes in cost and legislation shall be

determined from separate formulae for each of the types of

construction work to be performed and Plant to be supplied. The

formulae will be of the following general type:

pn is a price adjustment factor to be applied to the amount for the

payment of the work carried out in the subject month, determined in

accordance with Sub-Clause 41;

A is a constant, specified in the Bidding Forms- Table of Price

Adjustment data,, representing the nonadjustable portion in

contractual payments;2

b, c, d, etc., coefficients representing the estimated proportion of each

1 For complex Works involving several types of construction work with different inputs, a family of formulae will be

necessary. The various items of Day work may also require different formulae, depending on the nature and source of the inputs.

2 Insert a figure for factor A only where there is a part of the Contractors’ expenditures which will not be subject to

fluctuation in cost or to compensate for the unreliability of some indices. A should normally be 0.15. The sum of A, b, c, d, etc., should be one.

Page 53: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

49

cost element (labour, materials, equipment usage, etc.) in the Works

or sections thereof, net of Provisional Sums, as specified in the SCC;

Ln, Mn, En, etc., are the current cost indices or reference prices of the

cost elements for month “n,” determined pursuant to Sub-Clause 45.4,

applicable to each cost element; and

Lo, Mo, Eo, etc., are the base cost indices or reference prices

corresponding to the above cost elements at the date specified in Sub-

Clause 45.4.

45.3 Sources of Indices and Weightings: The sources of indices shall be

those listed in the Bidding Forms- Table of Price Adjustment data, as

approved by the Project Manager. Indices shall be appropriate for

their purpose and shall relate to the Contractor‟s proposed source of

supply of inputs on the basis of which his Contract shall have been

computed. As the proposed basis for price adjustment, the Contractor

shall have submitted with his bid the tabulation of Weightings and

Source of Indices in the Bidding Forms, which shall be subject to

approval by the Project Manager.

45.4 Base, Current and Provisional Indices: The base cost indices or

prices shall be those prevailing on the day 30 days prior to the latest

date for submission of bids. Current indices or prices shall be those

prevailing on the day 30 days prior to the last day of the period to

which a particular Interim Payment Certificate is related. If at any

time the current indices are not available, provisional indices as

determined by the Project Manager will be used, subject to subsequent

correction of the amounts paid to the Contractor when the current

indices become available."

45.5 Adjustment after Completion: "If the Contractor fails to complete the

Works within the time for completion prescribed under Clause 1.1 (u),

adjustment of prices thereafter until the date of completion of the Works

shall be made using either the indices or prices relating to the prescribed

time for completion, or the current indices or prices, whichever is more

favorable to the Employer, provided that if an extension of time is

granted pursuant to Clause 27, the above provision shall apply only to

adjustments made after the expiry of such extension of time.

45.6 Weightings: The weightings for each of the factors of cost given in

the Bidding Forms shall be adjusted if, in the opinion of the Project

Manager, they have been rendered unreasonable, unbalanced or

inapplicable as a result of varied or additional work already executed

or instructed under Clause 38 or for any other reason.

45.7 Subsequent Legislation: If, after the date 30 days prior to the latest

date for submission of bids for the Contract, there occur changes to

any National Statute, Ordinance, Decree, or other Law or any

regulation or by-law of any local or other duly constituted authority,

or the introduction of any such Statute, Ordinance, Decree, Law,

regulation or by-law which causes additional or reduced cost to the

Contractor, other than under the preceding sub-clauses of this clause,

in the execution of the Contract, such additional or reduced cost shall,

after due consultation with the Employer and the Contractor, be

determined by the Project Manager and shall be added to or deducted

from the Contract Price and the Project Manager shall notify the

Page 54: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

50

Contractor accordingly, with a copy to the Employer. Notwithstanding

the foregoing, such additional or reduced cost shall not be separately

paid or credited if the same shall already have taken into account in

the indexing of any inputs to the Price Adjustment Formulae in

accordance with the provisions of Sub-Clauses 45.2.

45.8 Where, price adjustment provision is not applicable pursuant to Sub-

clause 45.1 then the Contract is subject to price adjustment only for

construction material in accordance with this clause. If the prices of the

construction materials stated in the contract increase or decrease in an

unexpected manner in excess of ten (10%) percent in comparison to

the base price stated in the Bidding Form, then the price adjustment for

the increase or decrease of price of the construction material beyond

10% shall be made by applying the following formulas:

For unexpected increase in price

P =[R1 –(R0 ×1.10)]× Q

For unexpected decrease in price

P =[R1 –(R0 ×0.90)]× Q

Where:

“P” is price adjustment amount

“R1” is the present price of the construction material (Source of indices

shall be those listed in the Bidding forms)

“R0” is the base price of the construction material

“Q” is quantity of the construction material consumed in construction

during the period of price adjustment consideration

45.9 The Price Adjustment amount shall be limited to a maximum of 25%

of the initial Contract Amount unless otherwise is specified in the

SCC.

45.10 The Price Adjustment provision shall not be applicable for delayed

period if the contract is not completed in time due to the delay caused

by the contractor or the contract is a Lump sum Contract or a Fixed

Budget Contract.

46. Retention 46.1 The Employer shall retain from each payment due to the Contractor the

proportion stated in the SCOC until Completion of the whole of the

Works.

46.2 Upon the issue of a Defects Liability Certificate by the Project

Manager, in accordance with GCOC 55.1, half the total amount

retained shall be repaid to the Contractor and half when the Contractor

has submitted the Tax Clearance Certificate and the Project Manager

has certified that all Defects notified by the Project Manager to the

Contractor before the end of this period have been corrected. The

Contractor may substitute retention money with an “on demand” bank

Page 55: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

51

guarantee.

47. Liquidated

Damages 47.1 The Contractor shall pay liquidated damages to the Employer at the rate

per day stated in the SCOC for each day that the Completion Date is later

than the Intended Completion Date. The total amount of liquidated

damages shall not exceed the amount defined in the SCOC. The

Employer may deduct liquidated damages from payments due to the

Contractor. Payment of liquidated damages shall not affect the

Contractor‟s liabilities.

47.2 If the Intended Completion Date is extended after liquidated damages

have been paid, the Project Manager shall correct any overpayment of

liquidated damages by the Contractor by adjusting the next payment

certificate. The Contractor shall be paid interest on the overpayment,

calculated from the date of payment to the date of repayment, at the

rates specified in GCOC 41.1.

48. Bonus 48.1 The Contractor shall be paid a Bonus calculated at the rate per calendar

day stated in the SCOC for each day (less any days for which the

Contractor is paid for acceleration) that the Completion is earlier than

the Intended Completion Date. The Project Manager shall certify that

the Works are complete, although they may not be due to be complete.

–N/A

49. Advance

Payment 49.1 The Employer shall make advance payment to the Contractor of the

amounts stated in the SCOC by the date stated in the SCOC, against

provision by the Contractor of an unconditional bank guarantee from 'A'

class commercial Bank in a form and by a bank acceptable to the

Employer in amounts equal to the advance payment. The guarantee

shall remain effective until the advance payment has been repaid, but the

amount of the guarantee shall be progressively reduced by the amounts

repaid by the Contractor. Interest shall not be charged on the advance

payment.

49.2 The Contractor is to use the advance payment only to pay for

Equipment, Plant, Materials, and mobilization expenses required

specifically for execution of the Contract. The Contractor shall

demonstrate that advance payment has been used in this way by

supplying copies of invoices or other documents to the Project Manager.

49.3 The advance payment shall be repaid by deducting proportionate

amounts from payments otherwise due to the Contractor, following the

schedule of completed percentages of the Works on a payment basis.

No account shall be taken of the advance payment or its repayment in

assessing valuations of work done, Variations, price adjustments,

Compensation Events, Bonuses, or Liquidated Damages.

50. Securities 50.1 The Performance Security shall be provided to the Employer no later

than the date specified in the Letter of Acceptance and shall be issued

in an amount specified in the SCOC, by a bank acceptable to the

Employer, and denominated in Nepalese Rupees.

50.2 The Performance Security shall be valid until a date 30 days from the

date of issue of the Certificate of Completion in the case of a bank

Page 56: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

52

guarantee.

51. Day works 51.1 If applicable, the Day works rates in the Contractor‟s Bid shall be used

for small additional amounts of work only when the Project Manager

has given written instructions in advance for additional work to be paid

for in that way.

51.2 All work to be paid for as Day works shall be recorded by the

Contractor on forms approved by the Project Manager. Each completed

form shall be verified and signed by the Project Manager within two

days of the work being done.

51.3 The Contractor shall be paid for Day works subject to obtaining signed

Day works forms.

52. Cost of Repairs 52.1 Loss or damage to the Works or Materials to be incorporated in the

Works between the Start Date and the end of the Defects Correction

periods shall be remedied by the Contractor at the Contractor‟s cost if

the loss or damage arises from the Contractor‟s acts or omissions.

E. Finishing the Contract

53. Completion 53.1 The Contractor shall request the Project Manager to issue a certificate

of Completion of the Works, and the Project Manager shall do so upon

deciding that the work is completed.

54. Taking Over 54.1 The Employer shall take over the Site and the Works within seven days

of the Project Manager‟s issuing a certificate of Completion.

55. Final Account 55.1 The Contractor shall supply the Project Manager with a detailed

account of the total amount that the Contractor considers payable under

the Contract before the end of the Defects Liability Period. The Project

Manager shall issue a Defects Liability Certificate and certify any final

payment that is due to the Contractor within 60 days of receiving the

Contractor‟s account if it is correct and complete. If it is not, the

Project Manager shall issue within 60 days a schedule that states the

scope of the corrections or additions that are necessary. If the Final

Account is still unsatisfactory after it has been resubmitted, the Project

Manager shall decide on the amount payable to the Contractor and

issue a payment certificate.

56. Operating and

Maintenance

Manuals

56.1 If “as built” Drawings and/or operating and maintenance manuals are

required, the Contractor shall supply them by the dates stated in the

SCOC.

56.2 If the Contractor does not supply the Drawings and/or manuals by the

dates stated in the SCOC pursuant to GCOC 55.1, or they do not

receive the Project Manager‟s approval, the Project Manager shall

withhold the amount stated in the SCOC from payments due to the

Contractor.

57. Termination 57.1 The Employer or the Contractor may terminate the Contract if the other

party causes a fundamental breach of the Contract.

57.2 Fundamental breaches of Contract shall include, but shall not be

Page 57: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

53

limited to, the following:

(a) the Contractor stops work for 30 days when no stoppage of work

is shown on the current Program and the stoppage has not been

authorized by the Project Manager;

(b) the Project Manager instructs the Contractor to delay the

progress of the Works, and the instruction is not withdrawn

within 30 days;

(c) the Employer or the Contractor is made bankrupt or goes into

liquidation other than for a reconstruction or amalgamation;

(d) a payment certified by the Project Manager is not paid by the

Employer to the Contractor within 84 days of the date of the

Project Manager‟s certificate;

(e) the Project Manager gives Notice that failure to correct a

particular Defect is a fundamental breach of Contract and the

Contractor fails to correct it within a reasonable period of time

determined by the Project Manager;

(f) the Contractor does not maintain a Security, which is required;

and

(g) the Contractor has delayed the completion of the Works by the

number of days for which the maximum amount of liquidated

damages can be paid, as defined in the SCOC.

(h) if the Contractor, in the judgment of the Employer has engaged

in corrupt or fraudulent practices in competing for or in

executing the Contract, pursuant to GCOC 58.1.

57.3 When either party to the Contract gives notice of a breach of Contract

to the Project Manager for a cause other than those listed under GCOC

57.2 above, the Project Manager shall decide whether the breach is

fundamental or not.

57.4 Notwithstanding the above, the Employer may terminate the Contract

for convenience.

57.5 If the Contract is terminated, the Contractor shall stop work

immediately, make the Site safe and secure, and leave the Site as soon

as reasonably possible.

58. Fraud and

Corruption 58.1 If the Employer determines that the Contractor has engaged in corrupt,

fraudulent, collusive, coercive or obstructive practices, in competing

for or in executing the Contract, then the Employer may, after giving

15 days notice to the Contractor, terminate the Contractor's

employment under the Contract and expel him from the Site, and the

provisions of Clause 56 shall apply as if such expulsion had been made

under Sub-Clause 57.5 [Termination by Employer].

58.2 Should any employee of the Contractor be determined to have engaged

in corrupt, fraudulent, collusive, coercive, or obstructive practice

during the execution of the Works, then that employee shall be

removed in accordance with Clause 9.

Page 58: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

54

For the purposes of this Sub-Clause:

(i) “corrupt practice” is the offering, giving, receiving or soliciting,

directly or indirectly, of anything of value to influence improperly

the actions of another party;

(ii) “fraudulent practice”3 is any act or omission, including a

misrepresentation, that knowingly or recklessly misleads, or

attempts to mislead, a party to obtain a financial or other benefit or

to avoid an obligation;

(iii) “collusive practice”4 is an arrangement between two or more

parties designed to achieve an improper purpose, including to

influence improperly the actions of another party;

(iv) “coercive practice”5 is impairing or harming, or threatening to

impair or harm, directly or indirectly, any party or the property of

the party to influence improperly the actions of a party;

(v) “obstructive practice” is

(aa) deliberately destroying, falsifying, altering or concealing of

evidence material to the investigation or making false

statements to investigators in order to materially impede a

investigation into allegations of a corrupt, fraudulent,

coercive or collusive practice; and/or threatening, harassing or

intimidating any party to prevent it from disclosing its

knowledge of matters relevant to the investigation or from

pursuing the investigation; or

(bb) acts intended to materially impede the exercise of the Bank‟s

inspection and audit rights provided for under Sub-Clause 22.2.

59. Black Listing 59.1 Without prejudice to any other rights of the Employer under this Contract,

GoN may blacklist a Bidder for its conduct one (1) to three (3) years on

the following grounds and seriousness of the act committed by the bidder:

(a) if it is established that the Contractor has committed substantial

defect in implementation of the contract or has not substantially

fulfilled its obligations under the contract or the completed work

is not of the specified quality as per the contract.

60. Payment upon

Termination

60.1 If the Contract is terminated because of a fundamental breach of

Contract by the Contractor, the Project Manager shall issue a certificate

for the value of the work done and Materials ordered less advance

payments received up to the date of the issue of the certificate and less

the percentage to apply to the value of the work not completed, as

indicated in the SCOC. Additional Liquidated Damages shall not apply.

If the total amount due to the Employer exceeds any payment due to the

Contractor, the difference shall be a debt payable to the Employer.

3 a “party” refers to a public official; the terms “benefit” and “obligation” relate to the procurement process or contract

execution; and the “act or omission” is intended to influence the procurement process or contract execution. 4 “parties” refers to participants in the procurement process (including public officials) attempting to establish bid

prices at artificial, non competitive levels. 5 a “party” refers to a participant in the procurement process or contract execution.

Page 59: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

55

60.2 If the Contract is terminated for the Employer‟s convenience or

because of a fundamental breach of Contract by the Employer, the

Project Manager shall issue a certificate for the value of the work done,

Materials ordered, the reasonable cost of removal of Equipment,

repatriation of the Contractor‟s personnel employed solely on the

Works, and the Contractor‟s costs of protecting and securing the

Works, and less advance payments received up to the date of the

certificate.

61. Property 61.1 All Materials on the Site, Plant, Equipment, Temporary Works, and

Works shall be deemed to be the property of the Employer if the

Contract is terminated because of the Contractor‟s default.

62. Release from

Performance

62.1 If the Contract is frustrated by the outbreak of war or by any other

event entirely outside the control of either the Employer or the

Contractor, the Project Manager shall certify that the Contract has been

frustrated. The Contractor shall make the Site safe and stop work as

quickly as possible after receiving this certificate and shall be paid for

all work carried out before receiving it and for any work carried out

afterwards to which a commitment was made.

63. Project

Manager’s

Duties and

Authorities

63.1 The Project Manager‟s duties and authorities are restricted to the extent

as stated in the SCOC.

Page 60: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

56

Section V - Special Conditions of Contract

Page 61: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

57

Section V - Special Conditions of Contract

The following Special Conditions of Contract shall supplement the GCC. Whenever there is a conflict,

the provisions herein shall prevail over those in the GCC.

A. General

GCC 1.1 (q) The Employer is Nepal Telecom, Optical Network Project, Harihar Bhawan,

Lalitpur

GCC 1.1 (u) The Intended Completion Date for the whole of the Works shall be 6 months from

the date of site possession / layout.

GCCs 1.1 (bb)

& 4.1 The Project Manager is Mr. Siddha Pratap Bharati.

GCC 1.1 (dd) The Site is located at Different parts of the Country.

GCC 1.1 (ff) The Start Date shall be as stated in the agreement.

GCC 1.1 (jj) As per the Section VI – Technical Specification & BOQ in the Tender Document.

GCC 2.2 Sectional Completions are - N/A

GCC 2.3(i) The following documents also form part of the Contract:

- Value Added Tax (VAT) certificate with declaration

- PAN certificate

- Tax clearance certificate

- firm registration certificate

- business registration certificate

GCC 3.1 The language of the contract is ENGLISH

The law that applies to the Contract is the law of Government of Nepal.

GCC 8.1 Schedule of other contractors: - N/A

GCC 13.1 The minimum insurance amounts shall be:

(a) For the Works, Plant and Materials: 100%

(b) For loss or damage to Equipment: 100%.

(c) for loss or damage to property (except the Works, Plant, Materials, and

Equipment) in connection with Contract 100%

(d) For personal injury or death(per person for 10 persons with unlimited number

of occurrences of the people including Third Party Liability-Bodily

Injury,Death,Property Damage ):

(i) of the Contractor‟s employees: .Rs 5 lakhs

(ii) of other people (including Employers staffs & Engineer staff): .5 Lakhs

Page 62: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

58

The maximum deductibles shall be:

(a) for the Works, Plant and Materials: NPR 15,00,000.00

(b) For loss or damage to Equipment: NPR 50,000.00

(c) For loss or damage to property (except the Works, Plant, Materials, and

Equipment) in connection with Contract.

GCC 14.1 Site Investigation Reports are: to be provided on request

GCC 16.1 The completion date shall be 6 (Six) months from the date of site possession / layout

GCC 17.1 The following shall be designed by the Contractor: Temporary Works

GCC 20.1 The Site Possession Date(s) shall be: two weeks from the date of agreement

GCC 23.2 A dispute of the procurement contract having contract price valuing up to one

hundred million Rupees shall be resolved by the adjudicator and a dispute of the

procurement contract having contract price more than that shall be resolved by a

three-member dispute resolution committee.

GCC 24.1 Appointing Authority for the Adjudicator: .......................................

GCC 24.2 Note: If the adjudicator is identified and agreed during the contract agreement, insert

the name of the Adjudicator or DRC Members. If not identified, the Adjudicator or

DRC Members shall have to be agreed and appointed whenever the dispute arises

GCC 25.2 The Adjudicator/DRC Members shall be paid by the hour at the rate of: ....................

GCC 25.3 Institution whose arbitration procedures shall be used: ………………….

Sub-Clause 25.3 – Any dispute between the Employer and Contractor arising in

connection with the present Contract shall be referred to arbitration in accordance

with the rule of Nepal Council of Arbitration.

The place of arbitration shall be: Kathmandu, Nepal

B. Time Control

GCC 26.1 The Contractor shall submit for approval a Program for the Works within 7 days

from the date of the Letter of Acceptance.

GCC 26.3 The period between Program updates is 30 days.

The amount to be withheld for late submission of an updated Program is NRs

…………..

C. Quality Control

GCC 34.1 The Defects Liability Period is: 365 days from date of acceptance of the Works

Page 63: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

59

D. Cost Control

GCC 41.1 The prevailing interest rate 10% per annum.

GCC 45.2 The Contract “is‟‟ subject to price adjustment in accordance with GCC Clause

45, and the following information regarding coefficients “does” apply.

The coefficients for adjustment of prices are:

(a) For currency [insert name of currency]: NRs.

(i) [15] percent non adjustable element (coefficient A).

(ii) [85] percent adjustable element (coefficient B).

(If not Mention on Price Adjustment Data Table Only.)

The Index I for local currency shall be of Nepal Rastra Bank‟s Index

The coefficients and indices for adjustment of prices in Nepalese Rupees shall be

as specified in the Table of Adjustment Data submitted together with the Letter of

Bid

GCC 45.9 Maximum 25% of the initial contract price

GCC 46.1 The total amount of payments retained for 1Yr. Period is: 10 % (TEN PERCENT)

GCC 47.1 The liquidated damages for the Works are 0.5% per week of the remaining works.

The maximum amount of liquidated damages for the whole of the Works is 10 % of

the final Contract Price.

GCC 48.1 The Bonus for the whole of the Works is 0.01% per day. The maximum amount of

Bonus for the whole of the Works is 5 % of the final Contract Price upon

satisfactory completion. – N/A

GCC 49.1 The Advance Payments shall be: 20 percent of Contract Amount which shall be

paid to the Contractor no later than 15 days.

GCC 49.3 Proportionate amounts to be repaid 25% of each payment.

GCC 50.1 The Performance Security amount is 5% (five percent) of bid amount (inclusive of

VAT)

E. Finishing the Contract

GCC 56.1 The date by which operating and maintenance manuals are required is two weeks

prior to the final bill payment. The date by which “as built” drawings are required is One month prior to the final

bill payment.

GCC 56.2 The amount to be withheld for failing to produce “as built” drawings and/or

operating and maintenance manuals by the date required in GCC 58.1

is NRP ……………..

Page 64: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

60

GCC 57.2 (g) The maximum number of days for Lq. D.: 140 Days (0.50 % per Week of cost of

Remaining Work Volume & Maximum Up to 10% of Total estimate amount.)

GCC 60.1 The percentage to apply to the value of the work not completed, representing the

Employer‟s additional cost for completing the Works, is 80%

Page 65: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

61

Section VI – TECHNICAL SPECIFICATIONS

Part I: General Specification

Part II: Particular Specification a) General Introduction b) Trenching/Ducting Spec. c) Specific Work Specification

Page 66: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

62

PART I: GENERAL SPECIFICATION (CIVIL WORK)

NOTE:

1. The work shall be carried out according to these specifications whether specifically mentioned

elsewhere or not. No extra in any form will be paid unless it is definitely stated as an item in the

Bill of Quantities.

Whenever the specifications are not given or when the specifications are ambiguous, the relevant

Indian Standards or British Standards and further amendments will be considered as final and

binding.

2. The work shall be related to the drawing which the Contractor is presumed to have studied.

Nothing extra will be paid for any item because of its shape, location or other difficult

circumstances, even if the schedule makes no distinction, as long as the item is shown in the

drawing.

3. The source of materials stated in the specifications are those from which materials are generally

available. However, materials not conforming to specifications shall be rejected even if they

come from the stated sources. The Contractor should satisfy himself that sufficient quantity of

materials of acceptable specification from the stated or other sources.

4. "Owner" shall mean Nepal Doorsanchar Company Ltd.

5. "Site Incharge" shall mean the employees deputed by the owner.

6. The requirements of the specifications under (A) GENERAL, (B) MATERIALS shall be fulfilled

by the Contractor without extra charge i.e. the item rates quoted shall be deemed to have taken

these specifications into account.

(A) GENERAL

1. Office Accommodation and WC for Contractor

The Contractor shall provide at his own expense adequate temporary accommodation and toilet

facilities for his workmen and keep the same in good order. This may be done to suit site

condition with the approval of Site Incharge. The above mentioned temporary structures shall be

removed on the completion of work at Contractor's own cost. All materials shall belong to the

contractor.

2. Boards

A board of size approximately 215cm x 200cm shall be made and put at an approved place on the

site. This board shall be painted in approved colour with names of (a) The proposed construction

and Owner (b) the Contractor. This shall be provided by the Contractor at his own expense.

3. Drawing, Instructions, Measurements:

All the work shall be done according to the drawing and instruction of the Site Incharge, and the

Contractor shall arrange to test materials and or portions of the work at his own cost in order to

prove their soundness and sufficiency. If after any work or position of work is found to be

Page 67: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

63

defective or unsound, the Contractor shall pull down and re execute the same at his own cost.

Defective materials shall be removed from the site.

4 Preparing & Clearing the Site

The site described and shown on the plans shall be cleared of all obstructions, loose stones and

materials, rubbish of all kinds as well as brushwood. All holes or hollows whether originally

existing or produced by removal of loose stone or brushwood shall be carefully filled up with

earth, well rammed and levelled off as directed. Also the Contractor shall dress the site 3m (10ft)

all round the building after completion, maximum cutting or filling being 30cms (12 inches). No

extra shall be paid for this.

5 Trees

No trees, saplings shall be removed/cut at Site without prior permission of the Owner. If any tree

has to be cut, this shall form an extra item. For the purpose of the specification, a tree shall be

defined as growth whose circumference of the trunk at 30cm (1'-0") from the base is not less than

90cm (3'-0").

6 Measuring Materials

Materials requiring measuring shall be measured separately in boxes of appropriate sizes before

being mixed.

7 Temporary Protection

All trenches, walls newly laid, concrete or other work requiring protection from weather or

accidental injury shall be protected by means of tarpaulin or in any other way so as to keep the

work immune from damage. Nothing extra shall be paid for on this matter.

8 Quality of Work

Materials, tools and plants, and workmanship shall be the best of several kinds obtainable in the

market and as approved by the Site Incharge.

9 Leave Clean:

On completion, all work must be cleaned down, rubbish removed and the works and land cleared

of rubbish, surplus materials. debris and other accumulations and everything left in a clean and

orderly condition.

10. Samples (of Pits & OFC related Job)

Samples of each class of work required shall be submitted by the Contractor for the approval of

the Site Incharge and after such approval these samples shall be deposited at a place chosen by

the Site Incharge. The Contractor will be required to perform all work under the contract in

accordance with these approved samples.

11. Provisional Items

Page 68: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

64

All provisional items in the schedule shall be carried out at the discretion of the Site Incharge,

and may or may not form part of the contract, the rates shall be settled as for extra items as

stated in the conditions of contract.

12. Storage

Safe, dry and proper storage shall be provided for all materials ( including of PLHDPE Pipes and

concerned tools) particularly cement. For cement storage capacity should be equal to at least one

fourth the total quantity to be used but may not exceed 40 tonne (i.e. 800 bags). If silosite is

installed at the site of work the site incharge may reduce the capacity of storage.

(B). MATERIALS

13. Water:

Water shall be clean and free from oil, waste, acid or other organic matter in solution or

suspension. Water shall be from municipal main or tank or well water. Storage for the water shall

be of sufficient size and as directed by the site incharge. The contractor shall make his own

arrangement for supply of water.

14. Earth

Earth for filling and terracing shall be free from all rubbish, organic or vegetable growth

including roots, weeds etc. All clods shall be first broken down.

15. Sand

The fine aggregate (sand) shall conform to either IS 383-1970 or, IS 515-1959. Sand shall be

clean river or pit sand of approved quality and free from salt, earth, dust or other impurities. Sand

containing more than 4 to 6% of clay, dust and silt shall be washed with clean water. Sand for all

cement concrete works must be coarse. Medium sand may be used in cement mortar for masonry,

plastering, pointing etc & bituminous work of road.Sand filling in plinth, where specified may be

done with fine sand. The fineness modulus of fine sand should not be less than one.

16. Portland Cement

Ordinary Portland cement shall conform to IS 269-1976. Cement should be fine. Its chemical

composition, consistency, tensile and compressive strength, soundless, setting time must be

according to I.S. It should be packed in gunny bags or waterproof paper bags and should be free

from lumps. It should be stored in a weatherproof building on a floor at least 30cm high from

floor level. It should be stacked 60 cm clear from the walls, and stored in such manner that

permits of easy access of inspection. It should also stacked in not more than 6 layers high to

prevent bursting of bottom bags.

17. Stone

Stone for rubble masonry shall be of the best of its kind. It shall be strong, angular, free from

flakes and must be of quality approved by the site incharge. No earthy or discoloured, weather or

water worm stone shall be used. Stone in foundations shall be from local quarries or from any

other place as approved by the site incharge. Stone for stone masonry shall be of the type

Page 69: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

65

specified. It shall be hard, sound, durable free from decay and weathering. Stone with round

surface shall not be used. Before starting of work, the contractor shall get the sample of stone

approved by the site in charge. Size of the stones shall be as specified.

18. Cement Mortar

Cement mortar shall be of proportions specified for each type of work in the schedule. It shall be

composed of Portland cement and sand. The ingredients shall be accurately gauged by measure

and shall be well and evenly mixed together in a mechanical pan mixer, care being taken not to

set shall be used. River sand shall be used unless otherwise specified. If hand is allowed then it

shall be done in brick tanks. The gauged materials shall put in the tank and mixed dry. Water will

then be added and the mixed again until it is homogeneous and of uniform colour. Required

quantity of cement shall be mixed at one time and shall not be such to exceed mortar amount that

can be consumed within half an hour of its mixing.

19. Coarse Aggregate

Coarse aggregate shall conform to IS 383-1970. Aggregate shall be crushed gravel or crushed

rock and shall be free from vegetable matter, loam, clay & soil. If required, aggregates shall be

thoroughly washed in clean water of concreting quality (potable water) to achieve the specified

freedom from contamination and to keep dust free before being used in concrete.

20. Bricks

All bricks shall be of good quality, approved by the site incharge. The bricks shall be free from

grit and other impurities such as lime, iron, and other deleterious salts, well burnt, copper

coloured, sound, hard, square with sharp edges and shall give ringing sound when struck with a

mallet. They shall be of uniform size. No brick after 24 hours immersion in water shall absorb

water more than 15% of its weight. Machine made bricks shall be of best quality and approved by

the site incharge before use. Chimney made local bricks shall be of best quality available,

satisfying above mentioned properties. Bricks shall have a minimum crushing strength of 105

kg/cm2.

23. Steel

The reinforcement shall be plain round bars of mild steel, deformed steel or ribbed steel as

specified. Mild steel and medium tensile steel bars shall conform to IS 432-1966 (part 1), cold

twisted bars shall conform to IS 1786-1979 & Hot rolled deformed bars shall conform to IS

1139-1966. The reinforcement shall be free from fillings, loose rust, mill scale, paint, oil, grease,

adhering earth, or any other material that, in the opinion of the site incharge may impair the bond

between the concrete and the reinforcement or that causes corrosion of the reinforcement or

disintegration of the concrete. The certificates shall be required from the suppliers, for each lot of

reinforcement produced, and in addition, the contractor must undertake tensile and bending tests

on random samples of the reinforcement delivered to the site. All steel, which is represented by a

sample, which fails to reach the minimum requirements as per schedule is to be removed from

the site immediately.

Page 70: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

66

SPECIFICATION OF ITEMS

1. EARTHWORK EXCAVATION

Earthwork in excavation in trenches, foundation etc. in all kinds of soil including timbering and

shoring, pumping out water from the trenches (if necessary), dressing of sides, ramming of

bottom, lift upto 2.5 m stacking of excavated materials at least 1.0 m from the edge of foundation

trench and then returning the stacked soil in 15cm layers when required in plinth, under floors,

sides of foundation trench, consolidating and depositing the layer by ramming and watering and

then disposing of all surplus excavated soil as directed within a lead of 5 km.

(a) EXCAVATION

The foundation trenches shall be dug to the dimensions shown on the drawings and to depth

at which in the opinion of the site incharge a stratum of good hard soil is met with. The

excavation shall be carefully dug out to the levels, shapes and dimensions as shown or

figured on the drawings or as directed by the site incharge to receive the concrete work.

Should any of the excavation be taken down below the proper levels, the contractor shall fill

in such excavation at his own expense with concrete well rammed in position until it is

brought up to the proper levels; filling in which excavated materials will not be allowed for

this purpose. No extra charge will be given for the lift of the excavated materials up to 2.5 m.

The excavated earth shall be stacked at least 1.0m from the edge of foundation trench. If the

trenches are made broader or longer than directed, the extra length and breadth shall be filled

in, after the foundation is built, with earth rammed hard, by the contractor at his own cost.

The contractor shall at his own expense make provision for all or extra excavation in slope,

working spaces, including spaces for pumping, dredging or bailing out water and these

trenches shall be kept free from water while the foundation work is in progress. The

contractor shall also at his own cost remove such portions of boulders or rocks, as are

required to make the bottom of the trench horizontal and level. Nothing extra shall be

admissible for pumping and/or bailing out water unless otherwise taken separately in the

schedule. The trenches or pits shall be inspected by the site in charge before the concrete is

laid there in, when the trench level shall be recorded. The filling in of side of trenches or pits

shall be done in not more than 15 cm layers. Each layer shall be flooded with water and

rammed hard before adding the next layer. Such fillings shall be brought upto the ground

level without extra charge and shall form part of the item of excavation.

(b) Timbering of Trenches

When the trenches are to be taken deep, the sides of the trenches shall be protected by

erecting timber shoring and strutting as directed by site incharge. Nothing extra on this

account shall be admissible unless otherwise taken separately in the schedule.

(c) Trimming and Levelling

The bottom of all excavation should be trimmed and levelled in accordance with the drawing.

Bottom of the trenches shall be rammed and watered before concrete is deposited.

(d) Classification of soil

All soils shall be taken as ordinary soil unless hard work or old masonry or concrete or block

kankar or running sand which requires special treatment for the purpose of excavation are

Page 71: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

67

met with when an additional item shall be formed. Ordinary pebbles or kankar shall be taken

under ordinary soil for which nothing extra will be paid.

(e) Disposal

Disposal of the surplus earth will be done within the area as directed by the owner.

Measurement

Measurement shall be the product of the exact length and width of the lowest step of the footings

according to the drawing or the site incharge's instructions and the depth measured vertically.

Where the ground is not level, average depth shall be taken.

2. EARTHWORK IN FILLING

Earthwork in filling in Trench in layers. This shall be done with good excavated earth, as per

article 14. The excavated earth shall be filled in 30 cm layers .

Measurement

Measurement shall be in cubic metre of actual work done. For earth brought from outside,

measurements shall be taken of the consolidated earth.

3. BRICK SOLING

Dry brick soling in foundation and floor with local chimney made bricks as specified under

specification (civil) article 20, and laid flat or on edge with close fine points & with frog upwards

on a cushion of 12mm to 25mm of sand. All bricks shall be laid closely with brake joints and the

small gaps between them shall be filling up with local fine sand.

4. PLAIN CEMENT CONCRETE WORK IN FOUNDATION AND FLOOR

Plain cement concrete in foundation of walls, at Trench and floors with cement, and stone ballast

including mixing, laying, finishing to approved level, lines and dimensions, curing, including

centring, shuttering all complete.

(a) Materials

(i) Aggregate

Broken hard stone as specified under the schedule of maximum size of 38 mm (1 1/2") in

specification (civil) article 19.

(ii) Cement

Portland cement as per specification (civil) article 16.

(iii) Sand

Sand as per specification (civil) article 15.

(b) Proportion

1 parts cement, 3 parts sand, 6 parts aggregates.

(c) Mixing

All proportions shall be by volume except cement which shall be proportioned by weight and as

specified. Mixing shall be in a mechanical mixer as per specifications of reinforced concrete

work. However, in special cases, hand mixing may be allowed by site incharge when the

Page 72: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

68

following procedure shall be adopted. The several materials shall be accurately gauged in boxes

and thoroughly mixed on a water tight platform of adequate size, being turned over at least thrice

till the colour is uniform and then twice wet. Water shall be added gradually and no more than

necessary to sufficiently wet the materials. Only that much concrete shall be mixed which can be

used within half an hour. Each stack shall however be not larger than consuming one bag of

cement. All such stacks shall be placed distinct from each other. In case hand mixing is allowed,

the contractor shall put in 10% more cement than specified without extra charge.

(d) Strength of Concrete

The compressive strength of the concrete at 28 days shall not be less than 100 kg/cm2 for (1:3:6)

mix or such other strength as described on the drawings. The compressive strength shall be

ascertained by standard tests, if descried by the site incharge.

(e) Laying

Concrete shall be laid in horizontal layers of not more than 15 cm (6") thick and gently rammed.

(f) Curing

After laying, the concrete shall be kept wet for fifteen days. If cast in hot weather, it shall be

covered with gunny bags which shall be kept constantly wet. Other work on concrete shall not

start until after three days of laying the concrete.

Measurement

Measurement shall be in cubic metre of exact length, breadth and depth as ordered by the owner.

This shall be inclusive of any centring or shuttering required to complete the items. Rate shall

include all materials and labour.

5. BRICKWORK IN FOUNDATION AND SUPERSTRUCTURE

Brickwork in foundation and superstructure with approved machine made/Chimney bricks in

perfect line and level, finishes including wetting the bricks, packing the joints and curing the

work complete in all types of walls, columns etc in m3

(i) In cement sand mortar (1:3)

(ii) In cement sand mortar (1:4)

(iii) In cement sand mortar (1:6)

(iv) In cement sand mortar (1:8)

(a) Materials

(i) Machine made bricks/ Chimney bricks

Machine made bricks, of approved quality as per specification (civil), article 20, from brick

& tile factory, Harisidhi or Bhaktapur brick & tile factory. Bricks to be used shall be

immersed in clean water in a tank of sufficient size for at least 12 hours. Chimney bricks as

per specification (Civil) article 20.

(ii) Cement Mortar

Page 73: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

69

As per specification (civil) article 18 and in the specified proportions.

(b) Laying

Beds of courses should be as nearly perpendicular as possible to the line of pressure. A

systematic bond must be maintained throughout the whole work and perpend must be continuous

in alternate courses. All bricks must be well bedded and all joints should be of uniform thickness

of 10cm. The owner reserves the right to reject any brick which may have an injurious effect. All

courses shall be in true level and in perfect bond and filled with mortar to provide a thoroughly

water resistant structure. All brickwork should be vertical and true to line and dimension level.

No chipping or rubbing of the face shall be allowed. Partitions wall of half brick shall be

reinforced with 6mm m.s bars laid vertical at every three bricks and horizontally at every six

layers. Brickwork, carried out shall be to true to level and in plumb. Steps left temporarily during

construction, should not exceed 8 courses in depth. When brickwork of any portion is to be

delayed, it must be raked back in regular steps of one course each at an angle not exceeding 45.

When work has been left off at night, fillets of mortar about 38mm high should be made round

the edges and water filled in. A brickwork must be kept wetted for at least 7 to 10 days. In

honeycomb brickwork all bricks should have a bearing of not less than 25mm. All brickwork

must be stopped during frosty weather. Newly built work should be kept well covered during

frost time.

(c) Fair faced brickwork

Where wall is to be finished with a fair face, the exposed surface of brick should be free from

defects and the joints should be finished flush as the works proceed. The fair faced brickwork

shall be kept perfectly clean and no rubbing down of brickwork shall be allowed. Where

brickwork is to be plastered, the joints shall be raked out as the work proceeds.

Measurement

The measurement of work shall be the product of length, height & thickness. All thickness of

brickwork shall be measured as per drawings. Deductions for doors, windows and other openings

including lintels shall be made to arrive at the net quantity of work. Nothing shall be paid extra

for forming such openings. However, no deduction shall be made for areas less than 1 sq. ft. over

all bearing of lintels, beams, girders and hold fasts blocks, but extra shall be paid for embedding

these. Similarly, no deductions shall be allowed for rendering the flue opening specified.

Brickwork covering R.C.C. structure and in continuation of the main wall, shall be measured in

thickness nearest to the figures shown in the drawings. Unless otherwise nothing extra shall be

admissible for cutting in brickwork to suit R.C.C. and other structures. Rate shall be inclusive of

all necessary scaffolding, material, labour, curing, and keeping fair faced brickwork free from

mortar at all times and cleaning the work at completion.

6. STONE BOULDER SOLING IN FOUNDATION AND FLOOR

Stone boulder soling in foundation and floor with stones of approved size and quality to specified

level, lines and dimensions, all complete, in m3.

Page 74: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

70

(a) Materials

The stone shall be hard, tough, sound and durable. No stone shall be more than 15cm in size. Size

and quality of stone should be as per specification (civil) article 17, and should be approved by

the owner.

(b) Laying

Stones should be laid on its natural bed to approved level.

Measurement

Measurement shall be in cubic metre of exact length, breadth and depth. Rate shall include all

materials, labour, etc, all complete.

7. PLAIN CEMENT CONCRETE IN FLOORING

Plain cement concrete (1:2:4) flooring with cement, sand and stone ballast, including laying in

panels (the side of the panels shall be bounded with teak wood batten or flat iron bars of same

size and fixed with weak mortar or with nails or hooks), providing proper slope for draining wash

water, all complete, in m2.

(i) 25 mm thick P.C.C. (1:2:4:) flooring.

(ii) 38 mm thick P.C.C. (1:2:4) flooring.

(iii) 50 mm thick P.C.C. (1:2:4) flooring.

(iv) 75 mm thick P.C.C. (1:2:4) flooring.

(v) 100mm thick P.C.C. (1:2:4) flooring.

(a) Materials

(i) Cement

Portland cement as per specification (civil) article 16.

(ii) Sand

as per specification (civil) article 15.

(iii) Aggregate

Broken stones 19mm maximum size graded down, or as specified in the schedule of

specification (civil) article 19.

(b) Preparation of sub-grade

The sub- grade shall be cleared of all loose earth, rubbing, and other foreign matter. If

necessary the sub- grade shall then be wetted with water thoroughly, but no water pool shall

be allowed. Necessary slope shall be given in the sub- grade itself. If the sub-grade is of lean

concrete the flooring shall be commenced within 48 hours.

Page 75: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

71

(c) Proportion

1 part cement; 2 parts sand; and 4 parts of stone aggregate by volume. The stone aggregate

shall be 19mm maximum size graded down or as specified in the schedule. Grading of

aggregate shall be as per reinforced concrete specification.

(d) Placing

The floors shall be laid to specified thickness in panels of uniform size not exceeding 1m 28

(one side not exceeding 1.2m). They shall be laid in alternate panels on different days. The

edges of the panels shall be protected by flat bars of iron or teak wood batten fixed with weak

mortar or with nails or hooks, their depth being equal to that of flooring. Proper slope for

draining wash water shall be provided as per instruction as specified.

(e) Finishing

Compact first with wood float. The blows shall be fairly heavy but as consolidation takes

place, light rapid strokes shall be given. Beating shall continue till all hollows in concrete are

filled with mortar cream. Then the surface shall be trowelled till the moisture disappears. Test

the surface with straight edge. The surface must be uniform in colour. Immediately after

trowelling, well mixed neat cement slurry (cement and water solution) shall be sprinkled in a

uniform layer at the rate of 2.2 kg. per sq.m. The cement slurry shall be trowelled smooth

with a steel float. The surface shall be rubbed with carborundum stone if required to remove

float mark and leave a clean smooth surface.

Measurement

It shall be measured in square metre measured from wall to wall exclusive of any finishing or

as per instructions of the owner. Unless otherwise stated in the schedule of quantities, nothing

extra shall be admissible for small areas and corners and work in any shape. No deductions

shall however, be made for protruding or independent columns occurring in the floors, door

frames embedded in floor or any other part out when the area does not exceed 0.1 m2 for

each. However, nothing extra shall be allowed for the cutting involved at such places.

8. G.I. SPECIALS (TEES, BENDS, ETC.)

G.I. pipe specials(tees, bends, etc.) for rainwater, fixing with necessary pipe nails, hooks,

offsets, adjustable clips, etc. as per drawing, all complete, in nos.

(i) G.I. pipe specials of 50 mm diameter.

(ii) G.I. pipe specials of 110 mm diameter.

(a) Materials

Galvanised iron pipe specials(tees, bends etc.) shall comply with Indian Standard

specifications.

(b) Construction

As per clause no. 22.

Page 76: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

72

Measurement Measurement shall be in metre.

9. PLAIN CEMENT CONCRETE FOR R.C.C. WORKS

Plain cement concrete for R.C.C. columns, beams, slabs, lintels, footings, D.P.C. band,

and for all kinds of R.C.C.works with approved quality of cement, sand and stone ballast

including mixing, laying, curing, finishing etc. excluding reinforcement, centring and

shuttering, all complete, in m3.

(i) Concrete of M 150 grade.

(ii) Concrete of M 200 grade.

(iii)Concrete of M 250 grade.

(a) Materials

Cement:-as per specification(civil) article no.16.

Sand:- as per specification(civil) article no. 15.

Course Aggregate:- as per specification(civil article no. 19.

Water:- as per specification(civil) article no.13.

(b) Preparation of Concrete

The aggregate shall be measured by weight or by equivalent volume in approved container

which shall be filled without compacting the aggregate, and accurate allowance being made

for bulking due to moisture in the fine aggregate. The cement shall also be weighed or

ascertained by predetermined volume. The proportion shall be as per the approved mix

design. Water shall also be added by weight or by equivalent volume(as per the approved

mix design) during mixing to produce a concrete having reasonable workability to enable it

to be well consolidated to be worked into the corners of the shuttering and around the

reinforcement to give the specified surface finish. When suitable amount of water has been

determined in the mix design, the resulting consistency shall be maintained through-out the

corresponding parts of the work and approved tests shall be conducted from time to time to

ensure the maintenance of this consistency.

(i) Machine Mixing:-Coarse aggregate sand and cement shall be serially put into the cement

concrete mixer to have the designed proportion. The machine shall then be revolved to

mix the materials dry and the water shall be thereafter added gradually to the designed

quantity. The mixing should be through to give a plastic mix of uniform colour.

It requires 1.5 to 2 minutes rotation for thorough mixing. Mixed concrete shall be

unloaded on a masonry platform or on a sheet tray.

(ii) Slump:-Regular slump test should be carried out to control the addition of water and to

maintain the required consistency. Concrete with water exceeding the approved water

cement ratio shall not be used in the work.

(c) Distribution of Concrete

Page 77: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

73

The concrete shall be distributed from the mixer to the placing-in position in the works by

approved means which do not cause segregation or otherwise impair the quality of the

concrete.

Mixing and distributing materials shall be clean before commencing mixing and distribution

of concrete, and such equipment shall be kept free from set concrete.

(d) Placing Concrete

The shuttering shall be realigned and rubbish shall be removed before placing concrete.

Shuttering shall have to be wetted by approved means. The interval of mixing water to

cement and aggregate to placing shall not be more than 30 minutes. Except where otherwise

approved, concrete shall not be dropped from a height or handled in a manner which shall

cause segregation. Accumulation of set concrete on reinforcement shall be avoided. Concrete

shall be placed on its permanent position and shall not be worked along the shuttering to that

position.

Each layer of concrete, while being placed, shall be consolidated by mechanical vibration to

form a dense material with all surfaces free from honeycombing and tolerably free from

water and air holes or other blemishes. Any water accumulating on the surface of newly

placed concrete shall be removed by approved means and no further concrete shall be placed

thereon until such water be removed. Unless otherwise stated, concrete shall be placed in a

single operation to the full thickness of slab, beam and similar members and shall be placed

in horizontal layers not exceeding 30cm(1.00 ft) deep in walls, columns and similar

members. Concrete shall be placed continuously until completion of the part of the work

between construction joints as specified. Vibration and consolidation shall be done within 1.5

hours of the mixing. All concrete shall be vibrated with a high frequency vibrator of

approved make, and excess vibration shall be avoided. Care shall be taken not to disturb the

reinforcement by the labourers during the works.

All holes, pockets and openings for various services, fittings, etc., shall be provided as

directed. All necessary inserts in concrete work for curb angles, holdfast, pipes, cable

supports, brackets, coiling, clamps for light and fans, etc., shall be fixed where necessary.

R.C.C. work shall have to be fixed with masonry by means of ties of 6mm bars, at intervals,

as directed by the Consultant.

g) Curing

After about 24 hours of laying when concrete has begun to harden it shall be kept damp by

covering with wet gunny bags or wet sand continuously for 28 days.

(h) Testing of Concrete

(i) Consistency Test:-

Regular slump test should be carried out to control the addition of water and to maintain

the required consistency. A rough guide of workability of concrete, in terms of slump

stated hereunder can be kept in mind while designing the concrete mixes.

Type of Work Slump Value

Page 78: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

74

Mass concrete work - 25 to 50mm

Retaining walls, thin vertical members, columns - 75 to 125mm

Beams, slabs(ordinary) - 50 to 100mm

(ii) Compression Test:-

Throughout the contract period, "work cube tests" are to be made from concrete drawn

from newly laid concrete or concrete about to be placed in position. Such cubes shall be

made in the presence of the Owner and as per the stated "Tests on Concrete".

Each cube shall be marked with the date of casting and a distinctive reference number, in

accordance with a system agreed by the Owner. A record shall be kept of the position

from which the concrete for each set of cubes was drawn, or to which it was about to be

placed.

(iii) Structural Test:-

If in the Owner's opinion, there is a doubt as to the strength of a structure, solely or in part

for the reason that the site made concrete cubes fail to attain the specified strength, or

because of other circumstances, attributable to alleged negligence on the part of the

Contractor, then the Consultant shall instruct of the Contractor to make a loading test on

the works or any part thereof. If the result of the test on the works satisfactory, except

where the test has been made because test cubes fail, the contractor shall reimburse for

the cost of the test. If the result of the test is not satisfactory, the contractor shall bear the

cost of the test and the cost of correcting any defect in accordance with the instructions of

the Owner.

No concrete in one precast piece shall be placed in one operation. No piece shall be

removed from the mould erected until matured sufficiently. The piece shall be raised by a

string only at the points mentioned. Cracked piece shall be rejected. Pieces shall be

bedded or fixed in position as instructed by the Consultant.

(i) Provision of Inserts & Prohibition of Cutting

All inserts shall be accurately fixed in position. All conduits and junction boxes and all

sanitary pipes, water pipes and down pipes, within the concrete shall be laid correctly in

position to the satisfaction of the Owner. No cutting of structural concrete shall be

permitted.

Measurement In calculating the contents of any R.C.C. member, for measurement purposes, the dimensions

adopted shall be of concrete members exclusive of any finish. Rate shall exclude

reinforcement.

(i) Columns:-

These shall be measured in cubic metre of work done according to the drawings from top

of the footing to the top of roof slab in case of ground floor and from top of slab to the

top of slab for all other floors. Unless specified otherwise, nothing extra shall be

admissible for any odd size and for any special section and shape of columns i.e. square,

rectangular, round, elliptical etc. and laid at any angle as may be shown on the drawings.

Page 79: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

75

(ii) Column Footings:-

These shall be measured in cubic meter of the concrete work done as per design/drawing.

Unless specified otherwise, nothing extra shall be admissible for any particular shape of

the footing.

10. STEEL REINFORCEMENT

Steel reinforcement bar tested including straightening, cleaning, cutting, bending, binding with

16-20 S.W.G. Annealed typing wire and fixing in position as per drawing, all complete, in tonne.

(i) Mild steel round bar of all sizes.

(ii) Deformed or ribbed bar of all size.

(a) Materials:-

With respect to manufacture, quality, physical properties, and related requirements,

reinforcement of the foregoing descriptions shall comply with appropriate parts if IS

standards Nos. 432-1966 and IS 1786-1966 for mild steel and torsteel respectively. Tested

Torsteel of M/S Himal Iron and Steel(P) Ltd. or of equivalent manufacture conforming to

above respective standard can be used. Tested "Torkari" deformed bar or of size & type as

specified by drawing can be used for distribution/links, stirrups etc.

(b) Certificates and Tests for Reinforcement

For each consignment of bar reinforcement used in the works, the contractor shall, if

required, supply a certificate giving the ultimate strength, yield stress and elongation and the

result of the bond test for each type and each size of bar wire. Tests for the purpose of

obtaining the information shall conform the Indian Standards, For each consignment of

twisted bars used in the works, the contractor shall supply the Consultant with a further

certificate warranting that all the bars in the consignment are made from mild steel

complying with Indian Standard specifications.

If reinforcement be supplied for which the makers' test sheets or other records are not

available, or where in the Owner's opinion the material has been subject to corrosion or other

deleterious effects, the Owner shall select as many test pieces as he thinks necessary, and the

contractor shall supply and deliver the test pieces, free of cost and without reimbursement

shall pay the cost of preparing and testing them.

(c) Dimensions & Weight of Reinforcement

The size of a reinforcement bar or wire described in the working drawings or elsewhere shall

be minimum and the rolling margin and other tolerance shall be above this size. The length of

a reinforcement bar shall not be less than the length on the drawing or elsewhere and shall

not be more than 5cm(2 in.) in excess of that length.

The unit weight of steel bars used shall not be less than the following figures:

6mm dia mild steel = 0.222 kg/MT

8mm dia steel bars = 0.395 kg/MT

10mm dia steel bars = 0.617 kg/MT

12mm dia steel bars = 0.890 kg/MT

Page 80: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

76

16mm dia steel bars = 1.578 kg/MT

20mm dia steel bars = 2.50 kg/MT

25mm dia steel bars = 3.854 kg/MT

32mm dia steel bars = 6.313 kg/MT

Rates shall be inclusive of wastage, chairs etc and variations in weight as per I.S.I.

Specifications.

(d) Bending Reinforcement

Reinforcement bars shall be bent by approved means producing gradual and even motion.

Bars shall comply with the dimensions described in the drawings. Overall dimensions of bent

or internal dimensions of bindings or the like shall be within a tolerance of 32mm (1 1/4").

Any discrepancy or inaccuracy found by the Contractor in the drawings or other documents

shall be immediately reported to the Owner, whose interpretation and requirements relating

thereto shall be accepted. The internal radius of bends shall not be less than twice the size of

the bars unless described to the contrary on the bending lists or elsewhere in the drawing.

Hooks and other end anchorage bends for mild steel shall be bent to an internal radius of

twice the size of the bars unless described to the contrary on the bending lists or elsewhere in

the drawing. Hooks and other end anchorage bends for mild steel shall be bent to an internal

radius of twice the diameter of the bar for bars up to 25mm dia & 3 times the dia of bars

above 25mm dia. This internal radius of the bends at corners of binders or stirrups of links

shall be half the size of the bar embraced by the binder stirrups or links.

(e) Reinforcement shall be accurately fixed and, by approved means, maintained in the position

described. Bars intended to be in contact shall be securely wired together at all such points

with no. 16 to 20 gauge annealed soft iron tying wire. Binders, stirrups and links shall tightly

embrace the bars with which they are intended to be in contact and shall be securely wired or,

if approved, spot-welded.

Reinforcement shall be lapped, joined or spliced only at the positions described. Splices and

the like found to be necessary elsewhere shall be formed only if and as instructed.

Where practicable, bars in each member shall be assembled and fixed in the form of a rigid

cage or skeleton before placing in the mould or shuttering.

Immediately before concreting, the reinforcement shall be checked for position, cleanliness,

freedom from rust, or retarding liquid. Means shall be taken to ensure that reinforcement

remains correctly in position with required cover during the placing and consolidating of the

concrete.

Reinforcement, projecting from work being concreted or already concreted, shall not be bent

out of its correct position for any reason unless approved, and shall be protected form

deformation or other damage. Reinforcement left projecting for bending with future

extensions shall be thoroughly coated with cement grout wash or encased in concrete or

otherwise protected from corrosion as instructed.

(f) Cover of Concrete and Spacing of Bars

Cover of concrete and spacing of bars shall be as per diagrams or as per IS 456-1978.

Page 81: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

77

Measurement and Rate for Reinforcement For the purpose of ascertaining payments due to the Contractor, the basis of measurements of

bar and wire reinforcement used in the works shall be the calculated weight in kg. which

shall be computed form the sizes and lengths of the bars and wires described in the working

drawings or elsewhere No allowance in the weight shall be made for cutting to waste, rolling

margin, extra length or other tolerances. Nothing extra whatsoever, shall be admissible on

bars 12mm and below, rolled in weights higher than the standard weights, even if purchased

by the contractor directly from the market on actual weight basis. The contractor is deemed to

have taken this factor into consideration and quoted accordingly in the tender. The

Contractor's rate for unit weight, of bar reinforcement shall be deemed to include all

allowances omitted in calculating the weight and for any other tolerance, and for providing

tying wire, spacer bars, and cover blocks as specified hereinafter for carriage and handling,

for bending, hooking, cranking, and for fixing and maintaining in the correct position in the

works.

Standard laps of the lengths as shown in the drawings or as instructed at site shall be

admissible. Standard hooks shall be added to the finished length to arrive at the length of

the bar for cutting and measurement. No hooks are required for ribbed or tor steel.

The details of reinforcement according to the drawings are to be prepared by the contractor. It

shall have to be approved by the Site Incharge before the execution of the work.

11. FORM WORK

Centring and shuttering with approved materials for all kinds of R.C.C.works, including all

necessary propping, scaffolding, staging supporting, cutting holes for utilisation works etc. all

complete, in m2.

(a) General Requirements

(i) The formwork should have sufficient strength to carry the dead weight of the

concrete and live loads which are likely to be present during the construction stage.

(ii) All joints in formwork should be stiff so that the deformation caused by the dead and live

loads shall be a minimum. All joints shall be watertight to prevent loss of liquid from the

concrete.

(iii) Surface of the formwork shall be plane or as per the requirements, so that after 0removal

of formwork, it should not prove costly to finish the surface concrete.

(iv) The formwork should be as light as possible.

(v) Vertical strutting shall be carried down to such construction as is sufficiently strong to

carry the required support without injury.

(vi) All rubbish, chipping, shavings and sawdust shall be removed from the interior of the

forms before the concrete is placed and suitable wash- out holes shall be provided to

facilitate this and the formwork in contact with the concrete shall be clean and thoroughly

wetted and treated with an approved mould oil. In normal circumstances, forms may be

struck off after expiry of 21 days for all structures or the shuttering shall have to be kept

for a period as per the written instruction of the Site Incharge. The designed live load

shall not be allowed on any structure before 23 days.

Page 82: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

78

Connections shall be constructed to permit easy removal of the shuttering and shall be

either nailed, screwed, bolted, clamped, wired or otherwise secured so as to be strong

enough to retain the correct shape during consolidation of the concrete. Holes shall be

made good after removal of the bolt. The deflection shall not exceed 3mm(1/8"). Bottom

of beams, boxes shall be built with an upward camber of 6mm(1/4") for every 3m(10ft.)

span. The design for shuttering shall be submitted for approval, when asked. The

shuttering for beams and slabs shall be erected so that the shuttering on the sides of

beams and of the soffits of slabs can be removed without disturbing the beam bottoms.

Repropping of beams shall not be done except when, with the approval of the Owner,

props be rein-stated in anticipation of loads in excess of the design load. Vertical props

shall be supported on wedges, or other measures shall be taken whereby the proper can be

gently lowered vertically when commencing the removal of the shuttering. Props for and

upper storey shall be placed directly over those in the storey immediately below and the

lowest prop shall be sufficiently strong to carry the load. The shuttering for a column is

erected to the full height of the column. Before placing the concrete, bolts and fixings

shall be in position and cores and other devices used for forming openings, holes,

pockets, recess and other cavities shall be fixed to the shuttering. No holes shall be cut in

any concrete unless approved.

The contractor shall install all shuttering and shall be entirely responsible for the design

and erection of adequate form work of sufficient strength necessary for construction.

(b) Removal of Shuttering

Shuttering shall be removed with the utmost care by gradual easing without jarring. Before

removal of shuttering, the concrete shall be properly examined by a competent supervisor,

care being taken to check props, necessary for additional incidental loads even after removal

of forms. The contractor shall record the date of concreting. The assessment of the period

elapsing between placing the concrete and removing the shuttering and consequences arising

thereof shall be the contractor's entire responsibility.

The shuttering for the part of structure suspended form concrete placed subsequently to that,

in or on the shuttering concerned shall not be removed until the supporting concrete has

matured and such shuttering shall be prominently marked as a warning against premature

removal.

(c) Finishes

Honeycombed surfaces shall be made good immediately upon removal of the shuttering, and

superficial water and holes shall be filled in. Unless instructed to the contrary, the blemishes

shall be rubbed down. All honeycombing shall be made good with cement mortar(1:2).

Cement mortar shall have to be done at surfaces when required to do so by the Owner.

Measurement

Measurement shall be in square metre, of work done. Rate shall include all materials and

labour, all complete.

Page 83: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

79

12. BRICKWORK FOR WALL

Brickwork for 100 mm thick wall with hollow concrete bricks in perfect line and level, finishes,

including wetting the bricks, packing the joints, curing the works all complete, in m2.

(i) Brick work in (1:4) cement sand mortar.

(ii) Brick work in (1:6) cement sand mortar.

(a) Materials

(i) Bricks: - Machine made bricks from Brick and Tile Factory as per specification.

(ii) Mortar: - Cement sand mortar of specified proportions (1:4) or (1:6) as per specification

(civil) article no.18.

(b) Laying, Curing, Finishing

Laying, curing, finishing of brickwork shall be as per clause no.6.

Measurement

Measurement shall be in square metre of work done. Rate shall include all materials, laying,

curing, finishing, scaffolding labour etc. all complete.

13. CEMENT SAND PLASTERING

Cement sand plastering on floor, wall, ceiling etc. of good finish including raking the joints,

wetting the surface and curing the work all complete, in m2.

(i) 12mm thick cement sand plaster (1:3)

(ii) 12mm thick cement sand plaster (1:4)

(iii) 12mm thick cement sand plaster (1:6)

(iv) 20mm thick cement sand plaster (1:3)

(v) 20mm thick cement sand plaster (1:4)

(vi) 20mm thick cement sand plaster (1:6)

(vii) 25mm thick cement sand plaster (1:4)

(viii) 25mm thick cement sand plaster (1:6)

(ix) 30mm thick cement sand plaster (1:4)

(x) 30mm thick cement sand plaster (1:6)

(a) Materials

(i) Cement:-

Portland cement as per specification (civil) article no. 16.

(ii) Sand:-

River or pit sand as per specification (civil) article no. 15.

(b) Proportion

As specified in the schedule.

Page 84: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

80

(c) Mixing

In specified proportion as per specification (civil) article no.18.

(d) Plastering

The joints in the brick work shall be raked out to a depth of 12mm (0.5") if it has not already

been done; and the surface watered and cleaned of all dust and dirt. Concrete surfaces shall

be properly hacked to get adequate key. The mixture shall be applied evenly with force on

the surface to be plastered. The plaster shall be of thickness as specified in the schedule. The

surface shall be finished at once by being rubbed over with trowel till the cement appears on

the surface. All corners, angles and junctions shall be truly vertical and horizontal as the case

may be and carefully and neatly finished. Rounding of corners and junctions where required

shall be done without extra charge. The finished plaster shall then be left to cure for 10 days.

Measurement

It shall be done in square metre of the surface over which the plaster has been done. The

thickness of the plaster shall not be taken into account except for independent columns where

the measurement shall be of finished surface allowing 12mm over the designed dimensions.

Opening shall be deducted in full, and jambs and soffits shall be allowed. Openings less than

1 sq.m.(10 sq.ft.) shall not be deducted and nothing extra shall be paid for finishing jambs,

soffits and the sides of such openings. Unless otherwise specified, nothing extra shall be

allowed for plaster on independent columns and beams, short width or on curved surfaces.

14. CEMENT SAND PUNNING

Element sand punning on floor, skirting, dado, etc. wetting the surface, mixing, laying and

rubbing with steel trowel to a hard, smooth and shining surface and curing for a quality finish

nett all complete in m2.

(i) 3mm thick cement sand punning (1:1)

(ii) 3mm thick cement sand punning (1:2)

(a) Materials

(i) Cement:-

Portland cement as per specifications (civil) article no.16.

(ii) Sand:-

River sand as per specification (civil) article no. 15.

(b) Proportion

As specified in the schedule.

(c) Mixing

in specified proportion as per specification(civil) article no.18.

(d) Punning

Page 85: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

81

Before applying cement sand punning, the first coat should be swept clean of any dust or

loose particles. The average thickness of punning shall not be less than 3mm. The pattern of

the surface should be as per instructions of the Owner. The coat shall be finished by rubbing

with a steel trowel and any depression shall be filled in and rubbed to a shining surface. All

corners and edges shall be rounded. The contractor shall prepare a sample square metre of the

punning as per instructions of the Owner until the quality, texture and finish required is

obtained and approved by the Consultant, after which all punning executed shall conform

with the respective approved sample. All punning shall be finished smooth, even and truly

level and as per instructions of the Consultant. The punning shall be kept wet for 7 days.

Measurement

The measurement shall be taken in square metre for the finished surface. The rate shall

include all the materials and labour, complete.

15. COLOURING/PAINTING

Inside and outside painting with approved colour and paints to give uniform colouring after

rendering the surface clean and moist.

Inside and outside colouring with water proof cement paint like super Snowcem, Durocem in

two coats, all complete, in m2.

(a) Materials

All the painting materials shall be only ready mixed type in sealed tins of approved makes.

Waterproofing cement paint shall be obtained from approved brand manufacturers as

specified.

(b) Delivery and Application of Paint

All materials required for the work are to be delivered to the site in their containers with seal,

etc., unbroken and are to be clearly marked with manufacturer's name and trade marks and a

description of contents and colour.

Paint shall be mixed and applied strictly in accordance with the manufacturer's instructions

and with the approval of the Owner. All materials shall be stored at the site of work. All

paints shall be applied by means of a brush.

(c) Addition to Paints

The only addition which will be allowed to be made locally will be liquid thinner supplied or

recommended according to the manufacturer's instructions and none shall be thinned more

than as approved by the Owner.

(d) Application

Before painting is commenced on surface, all dirt and foreign matter shall be completely

removed. The surface shall be sprayed several times with a few minutes interval between

each spraying, to allow the moisture to soak into the surface. Cement paint solution shall be

applied to the surface with hair brushes in a number of coats to get uniform finish. After the

first coat of the paint has hardened, it shall be cured with water at least for 24 hours before

the second coat is applied. Similarly, required number of coats(minimum two) or as specified

shall be given to get a uniform colour. It shall be kept damp at least for seven days.

Page 86: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

82

Measurement

Measurement shall be in square metre of the actual covered area. Nothing extra shall be

allowed for painting any rough surface e.g. external-sand-faced plaster or work in short width

or surfaces in any shape. Rate shall include scaffolding etc., and should include all materials

and labour, all complete. Paint shall be mixed and applied strictly in accordance with

the manufacturer's instructions and with the approval of the Owner. All materials shall be

stored at the site of work. All paints shall be applied by means of a brush.

(c) Addition to Paints

The only addition which will be allowed to be made locally will be liquid thinner supplied or

recommended according to the manufacturer's instructions and none shall be thinned more

than as approved by the Consultant.

(d) Application

Before painting is commenced on surface, all dirt and foreign matter shall be completely

removed. The surface shall be wetted by sprinkling of water with fine spray. The surface

shall be sprayed several times with a few minutes intervals between each spraying, to allow

the moisture to soak into the surface. Cement paint solution shall be applied to the surface

with hair brushes in a number of coats to get uniform finish. After the first coat of the paint

has hardened, it shall be cured with water at least for 24 hours before the second coat is

applied. Similarly, required number of coats(minimum two) or as specified shall be given to

get a uniform colour. It shall be kept damp at lease for seven days.

16. ENAMEL PAINTING ON CONCRETE SURFACE Painting with enamel (ready made) paint of approved colour in two coats over one coat of

primer for high class finish, all complete in m2.

(a) Materials

Primers and Paints :-

Primer and paints shall be of approved quality and of approved manufacture, as specified.

These materials shall be ready mixed and in sealed tins with required quantity stocked at site.

(b) Preparation of the Surface

All surfaces shall be thoroughly cleaned. The latter should consist of two parts of whiting

(powdered chalk), one part of white lead mixed together in double boiled linseed oil and well

kneaded. The surface thus treated shall be allowed to dry up and then sand papered.

Otherwise a readymade approved putty may be used.

(c) Application

After preparing the surface, the priming coat shall be applied with hair brushes. Thereafter a

top coat shall be applied. Another coat shall be applied after the previous coat is dry. Care

should be taken that dust or other foreign materials do not settle or otherwise disfigure the

various coats.

In following the above procedure, the materials to be used will depend upon the type of paint

specified and only such materials as are consistent with a particular type and brand shall be

Page 87: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

83

used. The same brand of materials will be used for various coats. All paints shall be used and

applied as per manufacturer's specification. The paints shall be applied with bristle brushes

and not horse hair ones. The paints shall be applied in the thinnest possible layers with

parallel drawings, no flowing down shall be allowed.

Measurement

The measurement shall be taken in square metre for the finished surface. The rate shall

include all the materials and labour, complete.

Rate shall include all materials primers and 2 coats of paints, necessary scaffolding, labour,

etc. complete.

17. GI pipe & Steel Angles

GI pipe: The Contractor has to supply GI pipes and other Steel related materials on his own ,

satisfying the spec of the NT.

Quality of GI Pipe: Medium, galvanized, 110 mm GI pipe

Supply of GI pipe, Brackets, Nails, Bolts

Specification of GI Pipe

G.I.Pipe, 110mm diameter shall comply to IS: 1239(Part-1) 2004/BS: 1387/85

Thickness is 3.6mmm. Pipe shall be hot dip galvanized.

Steel Angles:

The Contractor should supply all the Steel angle related materials (as per instruction) for

making frames to support GI/DWC pipe at Bridge/Culvert.

The steel angles should be hot dip galvanized and should comply with clause No 5.2.9.10

General Technical Specification Part I of Civil Specification NT.

18. GI Wire

Medium Quality Commercial GI Wire for making Gabion walls.

19. STONE MASONRY WORK

Providing & Laying stone masonry with Cement/sand mortar (1:4) including scaffolding,

curing, filling, cleaning & raking out of mortar joints making ducts, recesses where required

including all materials, labour, lead & lift all complete as per Drawing provided, specification

and Approval of Engineer.

Page 88: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

84

PART II: PARTICULAR SPECIFICATION

Chapter I: GENERAL INTRODUCTION

Nepal Telecom (NT) intends to establish a reliable optical network throughout the country by

laying underground Optical Fiber Cable and using existing Transmission and Distribution Line

Towers and Poles of various Electrical Power Companies in Nepal. For this, Nepal Telecom is

expanding massively its optical fiber network by laying U/G duct cables, by stringing All-

Dielectric Self Supporting cable (ADSS) in the transmission and distribution lines as well as Self-

Supporting Optical Fiber Cables. This tender enumerates the requirements of installation of U/G

duct cables by ducting or blowing fibers in the existing PL-HDPE duct pipes.

The aim of the project is to provide a reliable, failsafe and redundant national optical fiber cable

network, to provide a backbone network which is envisaged to be capable for use as a backbone

fiber network as well as fiber access network.

This tender is invited for the trenching, ducting, OFC blowing, preparation of as built drawing and

Handover of Network.

In general, the materials required will be provided by NT (unless and otherwise specified) and the

tools and equipments required for the construction of the network need to be provided by the

contractor.

1. Scope of Work

The tender is for laying optical fiber cable in the existing ducts of NT or blowing fiber with

trenching and ducting in different parts of the Central Development Region of Nepal. The

scope of work under this tender comprises of, but not limited to, the following major

components. Nepal Telecom has outlined and described the scope of works and the

components in general and incorporated the basic information only. However, the bidders

are requested to gather adequate information on each component and an overall scope of

work at their own cost prior to pricing and bidding. It shall be the contractor‟s

responsibility to provide any missing items/accessories, not mentioned in the tender

document, to make the project successful.

The Bidders are advised to perform preliminary survey of the sites covered under this

Contract to acquaint with detail requirement and site conditions before submitting the bids.

Bidders are requested to gather adequate information of the terrain and quote accordingly

in the bid. The required services including installation, testing, handover etc of the fibre

optic network shall be the responsibility of the contractor

2. Major Components of Work

i) Excavation Work (Trenching)

ii) Laying of PLHDPE Pipe & Warning Tape

iii) Earth Backfilling Work & Dressing the Trench

iv) Civil Structures

v) OFC Blowing Job as per Construction Specification.

vi) As Built Drawings and Other Documentations for Project Handover Process

Page 89: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

85

Chapter II: TRENCHING /DUCTING RELATED SPECIFICATION

i) Excavation Work (Trenching)

A) TRENCHING

Excavation of trench up to nominal depth of 130 cm according to Construction

Specifications along National Highways/other roads and also in city limits as mentioned in the

notice inviting tender.

Excavation of soil done to make a trench as per the design and drawing and laying of two

different colored 40/33 mm PL-HDPE pipe of 1000m long coil using de-coiler. Couplers and

other accessories shall be used to make the duct continuous. After laying the pipe in the trench

bed back filling work shall be done to certain level and below 600 mm from top warning tape

shall be spread along the trench for the future safety of the fiber. Backfilling and compassion need

to be done as directed by the engineer.

a) Trenching shall as far as possible be kept ahead of laying of pipes. Contractor shall

exercise due care that soil from trenching intended to be loose for back filling is not mixed with

loose debris. While trenching, Contractor should not cause damage to any underground

installations belonging to others agencies and any damage caused should be made good at his own

cost and expense.

b) The Contractor should provide sufficient width in the trench at all such places, where it

is likely to cave in due to soil conditions without any extra payment.

c) A minimum free clearance of 15 cm. should be maintained above or below any existing

underground installations. No extra payment will be made towards this.

d) In order to prevent damage to PLHDPE Pipe over a period of time, due to the growth of

trees, roots, bushes, etc, the contractor shall cut them if encountered in the path of alignment of

trench without any additional charges.

e) In large borrow pits, excavation shall be done not less than 130 cms. in depth and both

sides of borrow pit shall be excavated more than 130 cms in depth to keep gradient of bed less

than 15 degree with horizontal.

f) If not possible as stated in sub clause above, alignment of trench shall be changed to

avoid borrow pit completely.

The Contractor should undertake the following points before executing the trenching work:

Alignment shall be done as per ROW permission (15m or 25m sector from the existing Road

Centre line along the hill side)

Trench Boundaries shall be mark with rope and lime powder. Marking to be approved by

site engineer

Locate trench at lowest point of lower area. Avoid over mould, heap, and boundary.

Negotiate trees and roots.

Avoid sharp bend and steep change in level

Marking to be done by removing all the bushes and obstacles on the route, considering

straightness in mind and preserving trees.

B) DEPTH AND SIZE OF THE TRENCH:

a) Depth and size of trench mentioned in this clause are Standardized measurement and

applicable to normal site condition where surface is generally uniform. Site In charge shall be the

authority to decide the depth of trench.

b) The depth of the trench from top of the surface shall not be less than 130 cm unless

otherwise permitted. The width of the trench shall be sufficient to lay requisite number of PL

HDPE / GI and also concreting wherever required. (Refer To Drawings)

Page 90: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

86

c) When trenches are excavated in slopes, uneven ground, inclined portion, the lower edge

shall be treated as top surface of land and depth of trench measured accordingly.

d) In a certain locations, such as uneven ground, hilly areas and all other places due to any

reason whatsoever it can be ordered to excavate beyond standard depth of 130cm to keep the bed

of the trench as smooth as possible. Near the culverts, both ends of the culverts shall be excavated

as per instruction from site in charge to keep the gradient less than 15 degrees with horizontal.

e) If excavation is not possible to the minimum depth of 130cm, as detailed in sub clauses

above, full fact shall be brought to the notice of the Site-in-charge in writing giving details of

location and the stretch & reason for not able to excavate that particular portion. Approval may be

granted by Site Engineer in writing under certain genuine Circumstances only. The decision of

Site Engineer shall be final and binding on contractor. a. TRENCH DIMENSIONS

Width of Trench- Appropriate width to ensure depth of 1.3m

Top Width-0.5m

Bottom Width-0.4m

Width shall be more in case of soil condition at site.

b. DEPTH

Normal Soil-1.3m

Soft Rock-1.0m

Hard Rock-0.7m

C) TRENCHING NEAR CULVERTS/BRIDGES AND CAUSEWAYS

a) The PLHDPE shall be laid below the bed at the depth not less than 130 cms. Protected

by G.I. Pipes and bricks or concrete chamber as mentioned in the contract document.

b) Both ends of culverts shall be excavated as per instruction from Site In charge to keep

the gradient not less than 15 degree with horizon. The bed of trench should be as smooth as

possible.

D) LOCATION AND AUGMENTATION OF THE TRENCH:

a) In city areas the trench will normally follow the foot path of the road except where it

may have to come to the edge of the carriage way when cutting across road with specific

permissions from the authorities responsible for maintenance of that road (such permissions

will be obtained by the Contractor). Outside the City limits trench will normally follow the

boundary of the roadside land. However, where the road side land is full of borrow pits or a

forestation or when the cable has to cross culverts, bridges or streams, the trench may be closer to

the road edge or in some cases, over the embankment or shoulder of the road (Permissions for

such deviations for cutting the embankment as well as shoulder of the road will be obtained by the

Contractor).

b) The alignment of the trench will be decided by a responsible NT officer. While marking

the alignment only the centerline will be marked, and the Contractor shall set out all other work to

ensure that, the excavated trench is as straight as possible. Contractor shall remove all bushes,

undergrowth, stumps, rocks and other obstacles to facilitate marking the centerline without any

extra charges.

The contractor should follow the hill side of road section for trenching purpose but in case

if the prevailing of hill ends on one side and continues on the opposite side, the contractor should

enhance this problem by using the nearest crossing structure. The contractor should imply this

work as shown in the drawing. While Passing the OFC cables through the culverts, they are

usually placed below 1.2 m from the bed of dry culvert, encased within a RCC Hume pipe (NS

standard) or GI/corrugated duct whereas in case of wet culvert or bridge for crossing purpose

Page 91: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

87

OFC cables are placed within 100 mm GI pipe/DWC (Double Wall Corrugated Duct pipe) and

clamp at the rate of certain interval as per site situation along the bridge/ culvert as shown in the

Figure 9a,b. The GI Pipe/ DWC pipe (Double Wall Corrugated Duct pipe) used should be of

following specification.

E) METHOD OF EXCAVATION:

a) In city limits as well as in built up area, the Contractor shall resort to use of manual

labour only to ensure no damage is caused to any underground or surface installations belonging

to other public utility services and / or private parties.

b) Along the High ways and cross country there shall be no objection to the Contractor to

use manual labor or resort to mechanical means of excavation (provided that no underground

installation existing in the path of excavation), whichever the Contractor thinks appropriate for

the Site Condition. Contractor is considered to be familiar with the Site before submitting the Bid

documents.

c) There shall be no objection to resort to horizontal Directional Drilling to bore a hole of

required size and PLHDPE Pipe pushed through it at road crossing or small hillocks etc.

ii) Laying of PL-HDPE and Warning Tape

The Contractor shall trench and install two (2) numbers of PL-HDPE 40/33 mm size ducts

as per guidelines provided in this document. 24 /48 cores of Optical Fibre Cable is to be blown into

one of the PL-HDPE ducts. The bidder shall furnish all the relevant information and details on

carrying out and ensuring proper installation of ducts and the installation of the optical fibre cable

in the PL-HDPE.

. The ducts shall be checked visually for ensuring good workmanship, absence of defects like

flaking, chips, holes, out of shapes, scratches, roughness and non-uniform thickness of Permanent

Solid Lubricant Layer etc before laying. The duct shall be in round shape and without any coil set.

The major works to be carried out by the Successful Bidder (Contractor) is listed in the Route list

in annex ----- and the nature of the work is categorized as below:

a) The trenching and installation of two (2) numbers of PL-HDPE 40/33 mm size ducts as

per guidelines provided in this document and as instructed by the engineer.

b) Transportation of the of PL-HDPE 40/33 mm size ducts and accessories & OFC cable and

accessories from NT store to Site

c) Blowing of Underground Optical Fiber Cable (12/24/48 cores) in one of NT‟s existing PL-

HDPE ducts, using NT‟s existing manholes and hand-holes.

d) Blowing of Underground Optical Fiber Cable (12/24/48 cores) in one of the PL-HDPE

ducts and hand-holes constructed by the Contractor.

e) Preparation of as-built drawing of the civil construction work and OFC network with

detail GPS information.

f) It is the responsibility of the successful Contractor to blow/lay the fiber to complete the

route so that the network can be brought into operation.

Laying protection pipes on Bridges and Culverts

a) The work involves laying of PLHDPE through GI Pipes of not more than 4" dia or

DWC Pipe on the Bridges/Culverts.

b) In bridges/Culverts, where proper ducts (GI or DWC) are already provided, the

PLHDPE Pipe will be laid through the ducts.

c) Normally in the Culverts, where there are no ducts and where the cushion on the top of

the Arch is 0.5m or more thick the G.I. Pipe carrying PLHDPE Pipe & Cable may be

buried on the top of the Arch adjourning the parapet wall.

Page 92: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

88

d) Where the thickness of the Arch is less than 0.5m, the pipes must be laid under the

masonry.

e) If any of the above methods is not possible, the G.I. Pipe must be clamped outside the

parapet wall with the clamps. If necessary, the pipes may be taken through the parapet

wall at the ends where the wall diverges away from the road.

g) Methods cited in clauses above should be carried out under close supervision of the NT

personnel and restoration of any damages to the structures in any of the methods adopted

should satisfy NT Specification.

h) When PLHDPE Pipe are laid on bridges/culverts as per clause c to g above, except

when pipes are clamped outside of the bridge, cement concreting shall be provided over

the protection pipes.

iii) Earth Backfilling Work & Dressing the Trench :

a) Provided that the PLHDPE Pipes have been properly laid in the trench at the specified

depth, the back filling operation shall follow as closely as practicable. The back filling shall be

performed in such a manner as to provide firm support under & above the pipes and avoid bend or

deformation of the PLHDPE Pipe when the PLHDPE Pipe get loaded with the back filled earth.

In locations where the back filling is not done properly by the contractor or done unevenly

it shall be redressed and back filled properly by the NT at Contractor‟s expense. No debris shall

be allowed in the back fill at any time.

b) At locations where the back filled material contains hard clods, rock fragments and

other materials which may cause injury to PLHDPE Pipe & where excavated or rock fragment are

intended to refill the trench in whole or in part, the trench should be initially filled, with a layer of

ordinary soil or derocked loose earth of not less than 10 cms above pipes, without any extra cost.

c) Back filling on public, private roads, Highway crossings, and footpaths in city areas

shall be performed immediately after laying the PLHDPE Pipe. Back filling at such locations

shall be thoroughly rammed, so as to ensure original condition & made safe to traffic. All excess

soil/ material left out on road/footpath/Highway crossing shall be removed without any extra cost.

However, along the high ways and cross-country, the dug up material left out should be kept as

heap ( 15 Cm High) above the trench while refilling.

d) In city limits, no part of the trench should be kept open for more than 50 meters length

at any time and in all places where excavation has been done, no part of the trench should be kept

open over-night to prevent any mishap or accident in darkness.

Normally Backfilling work carried out as per follows; BACK FILLING IN NORMAL SOIL

Compaction of earth each 30 cm layer

Ditch bank shall be 15cm higher

Minimum depth of compaction shall be 1.0m

Stone free soils filling shall be done from the bottom up to 30cm depth.

BACK FILLING IN SOFT ROCK

Compaction each 30 cm layer

Ditch bank shall be 15cm higher

Minimum depth of compaction shall be 0.7m

Stone free soils filling shall be done from the bottom up to 30cm depth.

iv) Civil Structures

Page 93: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

89

Since the cable length is usually of 4 km, so chambers are provided at 3.8 km interval in

considering for the splicing of OFC cables. Chambers are providing at interval of around 1 km

and at turning/ bend portion of road section or at certain locations as per site condition for future

extension. Details of chambers are provided in Figure.

a) JOINT CHAMBER

The joint chamber is provided at every joint normally at a distance of 2 kms to keep the

O.F.C. joint well protected and also to keep extra length of cable which may be required in the

event of faults at a later date. The joint chambers are made at site using bricks and mortar or are

of pre-cast RCC type or Cast in Situ.

b) PRE CAST RCC CHAMBER

For fixing pre cast RCC chamber, first a pit of size 1.5 m x 1.5m x 1.3 m depth is required

to be dug. Pre cast RCC chamber consists of three parts (i) round base plate in two half of 140 cm

dia and 5 cm thickness (ii) full round RCC joint chamber with dia of 120 cm and height of 100

cm and thickness of 5 cm (iii) round top cover will be in two halves with dia of 140 cm and

thickness of 5 cm having one handle for each half in center and word „NT OFC‟ engraved on it.

After, fixing the pre cast RCC joint chamber, the joint chamber is filled with clean sand before

closing. Lastly, back filling of joint chamber pit with excavated soil is carried out.

c) ROUTE/JOINT INDICATOR

The route/ joint indicators are erected along the Trench route and at joint chambers. In

addition, route indicators are also to be placed where route changes direction like road crossings

etc. The route/joint indicators made of pre cast RCC should have the following dimensions:

Base - 300mm x 100 mm

Top - 100mm x 100mm

Height - 1200mm

The word „NT OFC‟ should be engraved on the route/joint indicators. The route indicators

are painted yellow and the same are placed at 2 ft. away from the center of the trench towards

jungle side. The joint indicators are placed at OFC joints and placed 1 ft. away from wall of the

joint chamber facing jungle side and are painted Yellow. The engraved word „NT OFC‟ should be

painted in Black, on route and Red on joint indicators. Numbering of route indicators/joint

indicators should also be done in white paint at the Top of it.

d) CONSTRUCTION OF RETAINING WALL:

Random Rubble Masonry Work of Retaining wall of suitable dimension (Normally 30cms

along the trench, 120 cms across the trench and 150 cms height)as per the site requirement will

have to be constructed by the Contractor as per the instructions of site In charge.

DEWATERING:

The Contractor shall be responsible for all necessary arrangements to remove or pump out

water from trench. The Contractor should survey the soil condition encountering the section and

make his own assessment about dewatering arrangements that may be necessary. No extra

payment shall be admissible for this and the tendered rate may take care of this aspect.

LINE-UP:

The line up of the trench must be such that PLHDPE Pipe shall be laid in a straight line

except at locations where it has to necessarily take a bend because of change in the alignment or

gradient of the trench, subject to the restrictions mentioned elsewhere.

BLASTING:

For excavation in hard rock, in hilly area where blasting operations are considered

necessary, the contractor shall obtain approval of NT in writing for resorting to blasting operation.

Page 94: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

90

The contractor shall obtain permission from the Local authority for undertaking blasting work as

well as for obtaining and storing the explosive.

The contractor shall purchase the explosives fuses, detonators, etc only from a licensed

dealer. Transportation and storage of explosive at site is responsibility of the Contractor. The

contractor shall be responsible for the safe custody and proper accounting of the explosive

materials. Fuses and detonators shall be stored separately and away from the explosives. The Site-

in-Charge has the right to check the contractor‟s store and account of explosives. The contractor

shall provide necessary facilities for this.

Page 95: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

91

Chapter III: SPECIFIC WORK SPECIFICATION

1. Background

The aim of the project is to provide a reliable, failsafe and redundant national optical fiber cable

network, to provide a backbone fiber network as well as fiber access network.

This tender is invited for the trenching, ducting, OFC blowing, preparation of as built drawing and

Handover of Network.

In general, the materials required will be provided by NT (unless and otherwise specified) and the

tools and equipments required for the construction of the network need to be provided by the

contractor.

This section explains the details of the work involved in cable installation, preparation of as built

drawing and Handover of Network.

Contractor need to work in parallel in different route. NT may send NT engineer/ inspector to site

during installation.

2. OFC Installation

Optical Fiber Cable having 24 /48 core is to be blown into one of the PL-HDPE ducts. The

contractor needs to clear any kind of blockade in the existing ducts to blow fiber.

The fiber can be blown either by using water blowing machine or using air compressor. About 4

Km long single piece fiber cable wounded in a wooden/ metallic drum has to be blown in the duct

without any damage to the cable. Handling of cable is very important as the fiber in the cable may

break if it is bent sharper than the cable bending radius provided by the manufacturer. The

breaking of fiber may lead to more joints, which means more attenuation. This is not acceptable to

NT. No payment shall be made for such joints work.

a.Cable loop in the chamber shall be 30 to 50 meters

b.The Position of cable loop, joint and termination of the fiber shall be as per the NT requirement

c.Bend radius

The short-term minimum bend radius, or dynamic bend radius, is the tightest recommended bend

while installing cable at the maximum rated tension. It is the larger of the two specified bend radii.

Throughout the pull, the minimum bend radius must be strictly followed. If a location exists in the

middle of a run where a relatively tight bend is unavoidable, the cable should be hand-fed around

the bend or a pulley can be used.

The long-term bend radius, or static bend radius, is the tightest recommended bend while the cable

is under a minimum tension. It is the smaller of the two specified bend radii. After the pull is

complete, the cable can be bent more tightly to fit into existing space, but not to exceed the long-

term minimum bend radius.

Short-term (Installation period bend) 30 times the Cable diameter

Long-term (static bend) 20 times the cable diameter

Always follow the manufacturer's guidelines for minimum bend radius and tension. Failure to do

so may result in high attenuation (macro bends) and possible damage to the cable and fiber. If the

bend radius specifications are unknown, the de facto standard is to maintain a minimum radius of

20x the diameter of the cable.

Page 96: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

92

d. The Contractor should manage the Safety related tools (Fiber Cones, Sign Boards, Light up during

Night Time) while working along the Highway or Road Side.

e. Contractor should depute a responsible Technical representative at the site all the time during

construction period & name Cell No and detail of the Technical representative should be provided

to the Company (NT).

3. Testing

It is necessary to perform a test to verify the quality of construction & installations .The

non breakage of Fiber and the continuity and non blockage of the spare duct shall be

ensured.

The test should be done in the presence of NT Officer & the cost incurred for the test shall

be borne by the Contractor.

4. Preparations of As-built drawing

All drawings shall be prepared in AutoCAD and the Contractor shall submit the drawings and data

to the Employer‟s Representative for approval in the following manner and in accordance with the

designated deadline. The drawings should be detailed span-wise route diagram including length of

cable and details of accessories used with the offset from the centre of the road. The contractor

shall locate and record all interfacing utility lines or other obstructions faced during

implementation in the as-built drawing.It should also include GPS co-ordinates including altitude

for the poles, network elements (Optical terminal boxes, manholes, hand holes, joint chambers,

outdoor, splice boxes), interfering utility lines or other obstructions, roadways, detail jointing

diagram etc.

As-built Drawings and Test Data Delivery: After the successful installation and testing of the

network, the contractor shall provide NT with 2 sets of all the as-built drawings and test data, both

in paper and electronic formats (hard as well as soft copies). Maximum no. of local reference

points must be included in the drawing to make the drawing more readable. Nepal Telecom shall

have full ownership and copyright for copying the documents for use within Nepal Telecom.

As-built drawing includes at least following details: (1:1000 scale of the drawing)

i) Duct route detail (with indicators and other civil structures with the appropriate

notations)

ii) Detailed span-wise Route Diagram of OFC cable

5. Project Report.

The contractor shall submit intermediate and final project status report as per the

requirement & up to the Satisfaction of Nepal Telecom..

Page 97: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

93

Section VII – Drawings of Trench

Page 98: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

94

Page 99: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

95

Page 100: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

96

Section VIII – Sample Forms of Bid, Bid Security,

Appendix to Bid

And

Qualification Information

Page 101: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

97

Letter of Bid

Date: ..................................................

Name of the contract: ..................................................

Invitation for Bid No.: ..................................................

To: ............................................................................................................................................................

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including Addenda

issued in accordance with Instructions to Bidders (ITB) Clause 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:

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

(c) The total price of our Bid, excluding any discounts offered in item (d) below is:

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

(d) The discounts offered and the methodology for their application are:

(e) Our bid shall be valid for a period of . . . .[insert validity period as specified in ITB 18.1]. . .

days from the date fixed for the bid submission deadline in accordance with the Bidding

Documents, and it shall remain binding upon us and may be accepted at any time before the

expiration of that period;

(f) If our bid is accepted, we commit to obtain a performance security in accordance with the

Bidding Document;

(g) Our firm, including any subcontractors or suppliers for any part of the Contract, have

nationalities from eligible countries or any countries [insert the nationality of the Bidder,

including that of all parties that comprise the Bidder if the Bidder is a consortium or

association, and the nationality of each Subcontractor and Supplier];

(h) We, including any subcontractors or suppliers for any part of the contract, do not have any

conflict of interest in accordance with ITB 4.3;

(i) We are not participating, as a Bidder or as a subcontractor, in more than one bid in this

bidding process in accordance with ITB 4.3, other than alternative offers submitted in

accordance with ITB 13;

The Bidder must accomplish the Letter of Bid in its letterhead clearly showing the Bidder’s complete name and address.

Page 102: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

98

(j) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for any part

of the contract, has not been declared ineligible, under the Employer‟s country laws or

official regulations or by an act of compliance with a decision of the United Nations Security

Council;

(k) We are not a government owned entity / We are a government owned entity but meet the

requirements of ITB 4.5;6

(l) We understand that this bid, together with your written acceptance thereof included in your

notification of award, shall constitute a binding contract between us, until a formal contract is

prepared and executed;

(m) We declare that, we have no conflict of interest in the proposed procurement proceedings and

we have not been punished for an offense relating to the concerned profession or business.

(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid that

you may receive; and

(o) If awarded the contract, the person named below shall act as Contractor‟s Representative:

________________________________________________________________________

(p) We agree to permit the Employer or its representative to inspect our accounts and records

and other documents relating to the bid submission and to have them audited by auditors

appointed by the Employer.

Name .......................................................................................................................................................

In the capacity of .....................................................................................................................................

Signed ......................................................................................................................................................

Duly authorized to sign the Bid for and on behalf of ..............................................................................

Date .........................................................................................................................................................

6 Use one of the two options as appropriate.

Page 103: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

99

Table of Price Adjustment Data

Index Code

Index

Description Source of

Index * Base Value and Date

Employer’s Proposed

Weighting Range

(coefficient)

Bidder's Proposed Weighting

(coefficient) **

1 2 3 4 5 6

Non-

adjustable

(A)

0.15 - 0.20

Labor (b) 0.13 – 0.125

Materials (c) 0.69 – 0.65

Equipment

usage (d) 0.03 – 0.025

Total 1.00 1.00

* Normally following source of index shall apply:

(b) Labor: "National Salary and Wage Rate Index"- "Construction Labor" of Nepal Rastra Bank

(c) Material:"National Wholesale Price Index" - Construction Materials" of Nepal Rastra Bank

(d) Equipment usage: Public Entity shall choose one of the following Index as per the nature of the

Construction Work and equipments to be used:

"National Wholesale Price Index" - "Transport Vehicles and Machinery Goods"

of Nepal Rastra Bank or

"Fuel" Price fixed by Nepal Oil Corporation.

** Bidders proposed weightings should be within the range specified by the Employer in column 5.

Page 104: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

100

Bid Security Bank Guarantee

Bank’s Name, and Address of Issuing Branch or Office

(On Letter head of the 'A' class Commercial Bank)

Ben`eficiary: ................................... name and address of Employer ...................................................

Date: .........................................................................................................................................................

Bid Security No.: ....................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called “the Bidder”) has

submitted to you its bid dated . . . . . . . . . (hereinafter called “the Bid”) for the execution of . . . . . . .

. name of Contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).

Furthermore, we understand that, according to your conditions, bids must be supported by a bid

guarantee.

At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to pay

you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . . . . . . . .

. (. . . . . . .amount in words . . . . . . . ) upon receipt by us of your first demand in writing

accompanied by a written statement stating that the Bidder is in breach of its obligation(s) under the

bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the Form of

Bid; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders

(hereinafter “the ITB”); or

(c) having been notified of the acceptance of its Bid by the Employer during the period of bid

validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses to

furnish the performance security, in accordance with the ITB.

This guarantee will remain in force up to and including the date ………number days after the

deadline for submission of Bids as such deadline is stated in the instructions to Bidders or as it may

be extended by the Employer, notice of which extension(s) to the Bank is hereby waived. Any

demand in respect of this guarantee should reach the Bank not letter than the above date.

This Bank guarantee shall not be withdrawn or released merely upon return of the original gurantee

by the Bidder unless notified by you for the release of the guarantee.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) . . . . . . . . . .

Note:

The bid security of ………..……………. has been counter guaranteed by the Bank

……..…………… on ………………..………. (Applicable for Bid Security of Foreign Banks).

Page 105: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

101

Technical Proposal Format

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

Page 106: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

102

Personnel

Form PER – 1: Proposed Personnel Bidders should provide the names of suitably qualified personnel to meet the specified requirements for

each of the positions listed in Section 3 (Evaluation and Qualification Criteria). The data on their experience should be supplied using the Form below for each candidate.

1. Title of position

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

*As listed in Section 3 (Evaluation and Qualification Criteria).

Page 107: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

103

Form PER – 2: Resume of Proposed Personnel The Bidder shall provide all the information requested below. Fields with asterisk (*) shall be used for

evaluation.

Position*

Personnel information

Name

Date of birth

Professional qualifications

Present employment

Name of employer

Address of employer

Telephone

Contact (manager / personnel officer)

Fax

E-mail

Job title

Years with present employer

Summarize professional experience over the last twenty years in reverse chronological order. Indicate

particular technical and managerial experience relevant to the project.

From* To* Company, Project, Position and Relevant Technical and Management

Experience*

Page 108: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

104

Equipment The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet

the requirements for the key equipment listed in Section 3 (Evaluation and Qualification Criteria). A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed by the Bidder. The Bidder shall provide all the information requested below, to the extent possible. Fields with asterisk (*) shall be used for evaluation.

Type of Equipment*

Equipment Information

Name of manufacturer

Model and power rating

Capacity*

Year of manufacture

Current Status

Current location

Details of current commitments

Source Indicate source of the equipment

Owned Rented Leased Specially manufactured

The following information shall be provided only for equipment not owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Note: attach all supportive documents

Page 109: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

105

Bidder’s Qualification

To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation and

Qualification Criteria) the Bidder shall provide the information requested in the corresponding

Information Sheets included hereunder.

Form ELI – 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of JV, legal

name of each partner

Bidder’s country of

constitution

Bidder’s year of

constitution

Bidder’s legal address

in country of

constitution

Bidder’s authorized

representative

(name, address,

telephone numbers, fax

numbers, e-mail

address)

Attached are copies of the following original documents.

1. In case of single entity, articles of incorporation or constitution of the legal entity named above,

in accordance with ITB 4.1 and 4.2.

2. Authorization to represent the firm or JV named in above, in accordance with ITB 20.2.

3. In case of JV, letter of intent to form JV or JV agreement, in accordance with ITB 4.1.

4. In case of a government-owned entity, any additional documents not covered under 1 above

required to comply with ITB 4.5.

Page 110: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

106

Form ELI - 2: JV Information Sheet

Each member of a JV must fill in this form

JV / Specialist Subcontractor Information

Bidder’s legal name

JV Partner’s or

Subcontractor’s legal

name

JV Partner’s or

Subcontractor’s

country of

constitution

JV Partner’s or

Subcontractor’s year

of constitution

JV Partner’s or

Subcontractor’s legal

address in country of

constitution

JV Partner’s or

Subcontractor’s

authorized

representative

information

(name, address,

telephone numbers, fax

numbers, e-mail

address)

Attached are copies of the following original documents.

1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB

4.1 and 4.2.

2. Authorization to represent the firm named above, in accordance with ITB 20.2.

3. In the case of government-owned entity, documents establishing legal and financial autonomy

and compliance with commercial law, in accordance with ITB 4.5.

Page 111: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

107

Form LIT - 1: Pending Litigation

Each Bidder or member of a JV must fill in this form

Pending Litigation

No pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and

Qualification Criteria)

Pending litigation in accordance with Criteria 2.2 of Section 3 (Evaluation and

Qualification Criteria)

Year Matter in Dispute

Value of

Pending

Claim in

NRS

Value of

Pending

Claim as a

Percentage

of Net

Worth

Page 112: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

108

Form FIN - 1: Financial Situation

Each Applicant or member of a JV must fill in this form

Financial Data for Previous 3 Years [in NRS]

Year 1: Year 2: Year 3:

Information from Balance Sheet

Total Assets

Total Liabilities

Net Worth

Current Assets

Current Liabilities

Information from Income Statement

Total Revenues

Profits Before Taxes

Profits After Taxes

Attached are copies of financial statements (balance sheets including all related notes, and income

statements) for the last three or above years, as indicated above, complying with the following

conditions.

All such documents reflect the financial situation of the Applicant or partner to a JV, and not sister

or parent companies.

Historic financial statements must be audited by a certified accountant.

Historic financial statements must be complete, including all notes to the financial statements.

Historic financial statements must correspond to accounting periods already completed and audited

(no statements for partial periods shall be requested or accepted).

Page 113: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

109

Form FIN - 2: Average Annual Construction Turnover

Each Bidder or member of a JV must fill in this form

The information supplied should be the Annual Turnover of the Bidder or each member of a

JV in terms of the amounts billed to clients for each year for work in

progress or completed to NRS at the end of the period reported.

Annual Turnover Data for the Last 10 Years

(Construction only)

Year Amount

Currency

.-Average Annual Construction Turnover

Page 114: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

110

Form FIN – 3: Financial Resources

Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit,

and other financial means, net of current commitments, available to meet the total construction cash

flow demands of the subject contract or contracts as indicated in Section 3 (Evaluation and

Qualification Criteria)

Financial Resources

No. Source of financing Amount (in NRS)

1

2

3

Note:

The letter from the Bank must be unconditional.

Form FIN- 4: Current Contract Commitments / Works in Progress

Bidders and each partner to a JV should provide information on their current commitments on all

contracts that have been awarded, or for which a letter of intent or acceptance has been received, or for

contracts approaching completion, but for which an unqualified, full completion certificate has yet to be

issued.

Current Contract Commitments

No

. Name of Contract

Employer’s

Contact Address, Tel, Fax

Value of Outstanding

Work [NRS]

Estimated Completio

n Date

Average Monthly

Invoicing Over Last Six Months

[NRS/month)]

1

2

3

4

5

Page 115: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

111

Form EXP – 1: General Construction Experience

Each Bidder or member of a JV must fill in this form

General Construction Experience

Starting

Month

Year

Ending

Month

Year

Years

Contract Identification and Name

Name and Address of Employer

Brief Description of the Works Executed by

the Bidder

Role of Bidder

Page 116: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

112

Form EXP – 2(a): Specific Construction Experience

Fill up one (1) form per contract.

Contract of Similar Size and Nature

Contract No . . . . . . of

. . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management

Contractor Subcontractor

Total Contract

Amount

NRS …………………..

If partner in a JV or

subcontractor, specify

participation of total

contract amount

Percent of Total Amount

Employer’s Name

Address

Telephone/Fax

Number

E-mail

Description of the similarity in accordance with Criteria 2.4.2(a) of Section 3

Page 117: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

113

Form EXP - 2(b): Specific Construction Experience in Key Activities

Fill up one (1) form per contract

Contract with Similar Key Activities

Contract No . . . . . . of

. . . . . Contract Identification

Award Date Completion Date

Role in Contract Contractor Management

Contractor Subcontractor

Total Contract

Amount

NRS …………….

If partner in a JV or

subcontractor, specify

participation of total

contract amount

Percent of Total Amount

Employer’s Name

Address

Telephone Number

Fax Number

E-mail

Description of the key activities in accordance with Criteria 2.4.2(b) of Section 3

Page 118: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

114

Section IX – Bill of Quantities

Page 119: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

115

Location: Shanti chowk - Jutpani - Jayamangala route

Route length - 16919 Mtrs. District: Chitwan

S. No Particulars Quantity Unit Rate/Unit Amount Remarks

1 Site preparation/clearance work (Preparation of the site

by clearing out all the debris, cleaning the surface, cutting

existing trees/bushes, cultivation etc. and relocation of of

the other existing disturbances /site diposited materials to

make site ready for trenching/ducting as per approval of

enginer) all complete. 845.95 Sq.m 24.15 20429.69

2 DEMOLISHING WORK

a Dismantling of cement mortar masonary wall/ PCC works

& removing dismantled materials upto 10 M away from the

site all complete as per drawing, specification and

approval of engineer.. 11.34 Cu.m 1610.00 18257.40

b Supplying and laying of one layer brick on edge soling with

first class chimneymade brick complete with true line and

level as per drawing, specification and approval of

Engineer 37.80 1050.30 39701.34

c Supply, mixing, transporting, placing, compaction,

protection, levelling and curing of M-15 concrete works

places as per requirement all complete as per drawing,

specification and approval of engineer. 5.67 8385.32 47544.76

d providing and laying First class chimneymade brickwork in

(1:4) cement and sand mortar including curing all

complete for maintenance of cross drain as per

specification and approval of engineer. 0.76 9398.69 7143.00

e Supplying and placing of 12.5mm thick cement and sand

plaster in (1:4) including curing etc, all complete as per

specification and approval of engineer 2.40 228.16 547.58

3 Pitch cutting works and disposal of excavated/

dismantled materials to the site up to specified distance

as per specification and Instruction of engineer all

complete. 10.00 Sq.m 402.50 4025.00

4 EARTH WORK

Earth work in excavation(Manually or using machine) on all

kinds of soil & disposal of excavated materials to out side

site limit as per drawing, specification and approval of

engineer all complete. 10056.93 Cu.m 112.56 1132008.04

5 Laying and fixing of I-way DWC duct pipe (including

transportation of Pl-HPDE duct pipe and accessories)

outside culvert in line and level with necessary fittings all

complete as per drawing, specification and approval of site

engineer. 140.00 Cu.m 12.46 1744.40

6 Laying and fixing of II-way 40/33 PL-HDPE duct pipe

(including transportation of Pl-HPDE duct pipe and

accessories) in line and level with necessary fittings all

complete as per drawing, specification and approval of

engineer. 16919.00 Rmt. 9.10 153962.90

7 Laying and fixing of warning tape in line and level all

complete as per drawing, specification and approval of

engineer. 16880.00 Rmt. 2.54 42875.20

8 Supplying, laying and compacting of stone for base(Stone

soling) of R.C.C. structure including filling of voids by

river/pit sand all complete as per drawing , specification

and approval of site Engineer. 2.52 Cu.m 3487.38 8788.20

Name of work:- Trenching /Ducting/Route indicator/Joint chamber/OFC blowing-pulling works.

NEPAL TELECOM(NEPAL DOORSANCHAR COMPANY LT.)

OPTICAL NETWORK PROJECTCIVIL-SECTION

HARIHARBHAWAN, LALITPUR

BILL OF QUANTITIES

Page 120: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

116

Location: Shanti chowk - Jutpani - Jayamangala route

Route length - 16919 Mtrs. District: Chitwan

S. No Particulars Quantity Unit Rate/Unit Amount Remarks

9 Providing and laying stone masonry with cement sand

mortar in 1:4 ratio including scaffolding,curing ,filling,

cleaning and raking out of mortar joints making ducts

recesses where required all materials,labour,lead and lift

all complete as per drawing,specification and approval of

engineer. 7.56 Cu.m 6899.66 52161.43

10 PCC FOR RCC WORKS (M15)

a. Supply,mixing, transporting, placing, compaction,

protection, levelling and curing of M-15 concrete for RCC

works for beam, slab, staircase and all other places as per

requirement all complete as per drawing, specification and

approval of engineer. 16.74 Cu.m 9771.07 163567.71

b. Supplying, making, fixing, protection & dismantling works

of 25mm thick wooden formworks for RCC/PCC works

with nails, staching, proping support and bracing all

complete all complete as per drawing, specification and

approval of engineer. 112.80 Sq.m 511.01 57641.93

c. Supplying, cutting, fabricating, transporting, placing, and

tie, ribbed reinforcement bars (Fe415) including

annealed binding wire, spacer bars, lapings, hooks etc.

and support all complete as per drawing, specification and

approval of engineer. 995.74 Kg 110.10 109630.97

11 Supplying, fixing, transporting,placing of 110 mm dia

medium class GI pipe with all necessary fittings all

complete as per drawing, specification and approval of

engineer. 39.00 Rmt.. 1767.55 68934.45

12 Disposal of excavated materials to designated disposal

site(outside at least 2 Km. from the construction site) as

per instruction of site engineer. 11.34 Cu.m 372.16 4220.29

13 Earthwork in filling in foundation trenches from

associated excavation including manual compaction in

15cm layers with ramming as per the specification and

approval of engineer all complete. 10018.59 Cu.m 100.63 1008170.71

14 Construction of RCC jointing chamber for OFC joint

(inner size 1mx1mx1m) including RCC M-25, plywood

formwork, reinforcement Fe415 and other necessary

materials all complete as per drawing, specification and

approval of engineer. 6.00 Nos. 25779.14 154674.84

15 Construction/transportation and fixing/laying of T-type

RCC Indicator (0.1x0.1x1M) including RCC M-25,

plywood formwork, reinforcement Fe415 and other

necessary materials all complete as per drawing,

specification and approval of engineer. 91.00 Nos. 1055.79 96076.89

16 Optical fiber cable blowing works (including

transportation of cable and accessories) as per

drawing, specification and instruction all complete with

approval of engineer including preparation of As Built

drawing. 19219.00 Rmt. 13.52 259840.88

3451947.61

Name of work:- Trenching /Ducting/Route indicator/Joint chamber/OFC blowing-pulling works.

OPTICAL NETWORK PROJECTCIVIL-SECTION

Total (A) (Rs.)

NEPAL TELECOM(NEPAL DOORSANCHAR COMPANY LT.)

HARIHARBHAWAN, LALITPUR

BILL OF QUANTITIES

Page 121: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

117

Location: Khurkhure chowk - Parsa exchange - Bachauli chowk (Sauraha)

Route length - 14600mtr. District: Chitwan

S. No Particulars Quantity Unit Rate/Unit Amount Remarks

1 Site preparation/clearance work (Preparation of the site

by clearing out all the debris, cleaning the surface, cutting

existing trees/bushes, cultivation etc. and relocation of of

the other existing disturbances /site diposited materials to

make site ready for trenching/ducting as per approval of

enginer) all complete. 730.00 Sq.m 24.15 17629.50

2 DEMOLISHING WORK

a Dismantling of cement mortar masonary wall/ PCC works

& removing dismantled materials upto 10 M away from the

site all complete as per drawing, specification and

approval of site engineer.. 5.04 Cu.m 1610.00 8114.40

b Supplying and laying of one layer brick on edge soling with

first class chimneymade brick complete with true line and

level as per drawing, specification and approval of

Engineer 16.80 Sq.m 1050.30 17645.04

c Supply, mixing, transporting, placing, compaction,

protection, levelling and curing of M-15 concrete works

places as per requirement all complete as per drawing,

specification and approval of engineer. 2.52 Cu.m 8385.32 21131.01

3 Pitch cutting works and disposal of excavated/

dismantled materials to the site up to specified distance

as per specification and Instruction of engineer all

complete. 10.00 Sq.m 402.50 4025.00

4 EARTH WORK

Earth work in excavation(Manually or using machine) on all

kinds of soil & disposal of excavated materials to out side

site limit as per drawing, specification and approval of

engineer all complete. 8478.99 Cu.m 112.56 954395.11

5 Laying and fixing of II-way 40/33 PL-HDPE duct pipe

(including transportation of Pl-HPDE duct pipe and

accessories) in line and level with necessary fittings all

complete as per drawing, specification and approval of

engineer. 14436.00 Rmt. 9.10 131367.60

6 Laying and fixing of warning tape in line and level all

complete as per drawing, specification and approval of

engineer. 14094.00 Rmt. 2.54 35798.76

7 Laying and fixing of 4" thick DWC pipe outside culvert in

line and level with necessary fittings all complete as per

drawing, specification and approval of engineer. 303.00 Rmt. 12.46 3775.38

8 Supplying, laying and compacting of stone for base(Stone

soling) of R.C.C. structure including filling of voids by

river/pit sand all complete as per drawing , specification

and approval of site Engineer. 8.72 Cu.m 3487.38 30409.95

9 Providing and laying stone masonry with cement sand

mortar in 1:4 ratio including scaffolding,curing ,filling,

cleaning and raking out of mortar joints making ducts

recesses where required all materials,labour,lead and lift

all complete as per drawing,specification and approval of

engineer. 26.15 Cu.m 6899.66 180426.11

10 Supply, mixing,placing and compacting PCC(Plain cement

concrete) 1:2:4 in foundation, floors, trench including

materials, labour, machine, carriage, curing etc., all

complete as per specification and approval of engineer. 0.27 Cu.m 8385.32 2264.04

Name of work:- Trenching /Ducting/Route indicator/Joint chamber/OFC blowing-pulling works.

NEPAL TELECOM(NEPAL DOORSANCHAR COMPANY LT.)

OPTICAL NETWORK PROJECTCIVIL-SECTION

HARIHARBHAWAN, LALITPUR

BILL OF QUANTITIES

Page 122: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

118

Location: Khurkhure chowk - Parsa exchange - Bachauli chowk (Sauraha)

Route length - 14600mtr. District: Chitwan

S. No Particulars Quantity Unit Rate/Unit Amount Remarks

11 PCC FOR RCC WORKS (M15)

a. Supply,mixing, transporting, placing, compaction,

protection, levelling and curing of M-15 concrete for RCC

works for beam, slab, staircase and all other places as per

requirement all complete as per drawing, specification and

approval of engineer. 14.94 Cu.m 9771.07 145979.79

b. Supplying, making, fixing, protection & dismantling works

of 25mm thick wooden formworks for RCC/PCC works

with nails, staching, proping support and bracing all

complete all complete as per drawing, specification and

approval of engineer. 99.60 Sq.m 511.01 50896.60

c. Supplying, cutting, fabricating, transporting, placing, and

tie, ribbed reinforcement bars (Fe415) including

annealed binding wire, spacer bars, lapings, hooks etc.

and support all complete as per drawing, specification and

approval of engineer. 879.22 Kg 110.10 96802.12

12 Supplying, fixing, transporting,placing of 110 mm dia

medium class GI pipe with all necessary fittings all

complete as per drawing, specification and approval of

engineer. 342.00 Rmt.. 1767.55 604502.10

13 GI/DWC pipe clamping, laying (including transportation of

DWC duct pipe and accessories) at bridge/culverts

(supplying/fabrication/fixing galvanized MS clamps,

expansion bolt with drilling on ceiling/edge of bridge slab

excluding of pipe cost) all complete as per drawing,

specification and approval of engineer. 243.00 Rmt.. 914.38 222194.34

14 Disposal of excavated materials to designated disposal

site(outside at least 2 Km. from the construction site) as

per instruction of site engineer. 5.04 Cu.m 372.16 1875.69

15 Earthwork in filling in foundation trenches from

associated excavation including manual compaction in

15cm layers with ramming as per the specification and

approval of engineer all complete. 8423.87 Cu.m 100.63 847694.04

16 Laying and fixing of II-way 40/33 PL-HDPE ducting by

Horizontal Directional Drilling(HDD)technology in line and

level with necessary fittings all complete as per drawing,

specification and approval of engineer. 164.00 Rmt.. 1377.32 225880.48

17 Construction of RCC jointing chamber for OFC joint

(inner size 1mx1mx1m) including RCC M-25, plywood

formwork, reinforcement Fe415 and other necessary

materials all complete as per drawing, specification and

approval of engineer. 6.00 Nos. 25779.14 154674.84

18 Construction/transportation and fixing/laying of T-type

RCC Indicator (0.1x0.1x1M) including RCC M-25,

plywood formwork, reinforcement Fe415 and other

necessary materials all complete as per drawing,

specification and approval of engineer. 79.00 Nos. 1055.79 83407.41

19 Optical fiber cable blowing works (including

transportation of cable and accessories) as per

drawing, specification and instruction all complete with

approval of engineer including preparation of As Built

drawing. 16400.00 Rmt. 13.52 221728.00

4062617.31Total (B) (Rs.)

Name of work:- Trenching /Ducting/Route indicator/Joint chamber/OFC blowing-pulling works.

NEPAL TELECOM(NEPAL DOORSANCHAR COMPANY LT.)

OPTICAL NETWORK PROJECTCIVIL-SECTION

HARIHARBHAWAN, LALITPUR

BILL OF QUANTITIES

Page 123: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

119

Location: Phuljhor - Malangwa

Route length - 24100mtr. District: Sarlahi

S. No Particulars Quantity Unit Rate/Unit Amount Remarks

1 Site preparation/clearance work (Preparation of the site

by clearing out all the debris, cleaning the surface, cutting

existing trees/bushes, cultivation etc. and relocation of of

the other existing disturbances /site diposited materials to

make site ready for trenching/ducting as per approval of

enginer) all complete. 1205.00 Sq.m 24.15 29100.75

2 DEMOLISHING WORK

Dismantling of cement mortar masonary wall/ PCC works

& removing dismantled materials upto 10 M away from the

site all complete as per drawing, specification and

approval of engineer.. 5.40 Cu.m 1610.00 8694.00

3 EARTH WORK

a. Earth work in excavation(Manually or using machine) on all

kinds of soil & disposal of excavated materials to out side

site limit as per drawing, specification and approval of

engineer all complete. 14243.58 Cu.m 112.56 1603257.36

4 Laying and fixing of I-way DWC duct pipe (including

transportation of Pl-HPDE duct pipe and accessories)

outside culvert in line and level with necessary fittings all

complete as per drawing, specification and approval of site

engineer. 96.00 Cu.m 11.91 1143.36

5 Laying and fixing of II-way 40/33 PL-HDPE duct pipe

(including transportation of Pl-HPDE duct pipe and

accessories) in line and level with necessary fittings all

complete as per drawing, specification and approval of

engineer. 24070.00 Rmt. 9.10 219037.00

6 Laying and fixing of warning tape in line and level all

complete as per drawing, specification and approval of

engineer. 23928.00 Rmt. 2.54 60777.12

7 Supplying, laying and compacting of stone for base(Stone

soling) of R.C.C. structure including filling of voids by

river/pit sand all complete as per drawing , specification

and approval of site Engineer. 1.79 Cu.m 4869.61 8716.60

8 Providing and laying stone masonry with cement sand

mortar in 1:4 ratio including scaffolding,curing ,filling,

cleaning and raking out of mortar joints making ducts

recesses where required all materials,labour,lead and lift

all complete as per drawing,specification and approval of

engineer. 9.18 Cu.m 8336.86 76532.37

9 PCC FOR RCC WORKS (M15)

a. Supply,mixing, transporting, placing, compaction,

protection, levelling and curing of M-15 concrete for RCC

works for beam, slab, staircase and all other places as per

requirement all complete as per drawing, specification and

approval of engineer. 11.58 Cu.m 10499.57 121585.02

b. Supplying, making, fixing, protection & dismantling works

of 25mm thick wooden formworks for RCC/PCC works

with nails, staching, proping support and bracing all

complete all complete as per drawing, specification and

approval of engineer. 78.00 Sq.m 585.98 45706.44

Name of work:- Trenching /Ducting/Route indicator/Joint chamber/OFC blowing-pulling works.

(NEPAL DOORSANCHAR COMPANY LT.)

OPTICAL NETWORK PROJECTCIVIL-SECTION

HARIHARBHAWAN, LALITPUR

BILL OF QUANTITIES

NEPAL TELECOM

Page 124: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

120

Location: Phuljhor - Malangwa

Route length - 24100mtr. District: Sarlahi

S. No Particulars Quantity Unit Rate/Unit Amount Remarks

c. Supplying, cutting, fabricating, transporting, placing, and

tie, ribbed reinforcement bars (Fe415) including

annealed binding wire, spacer bars, lapings, hooks etc.

and support all complete as per drawing, specification and

approval of engineer. 687.05 Kg 115.35 79251.22

10 Supplying, fixing, transporting,placing of 110 mm dia

medium class GI pipe with all necessary fittings all

complete as per drawing, specification and approval of

engineer. 142.00 Rmt.. 2399.13 340676.46

11 GI/DWC pipe clamping, laying (including transportation of

DWC duct pipe and accessories) at bridge/culverts

(supplying/fabrication/fixing galvanized MS clamps,

expansion bolt with drilling on ceiling/edge of bridge slab

excluding of pipe cost) all complete as per drawing,

specification and approval of engineer. 136.00 Rmt.. 914.38 124355.68

12 Disposal of excavated materials to designated disposal

site(outside at least 2 Km. from the construction site) as

per instruction of site engineer. 5.40 Cu.m 362.60 1958.04

13 Earthwork in filling in foundation trenches from

associated excavation including manual compaction in

15cm layers with ramming as per the specification and

approval of engineer all complete. 14215.63 Cu.m 100.63 1430518.85

14 Laying and fixing of II-way 40/33 PL-HDPE ducting by

Horizontal Directional Drilling(HDD)technology in line and

level with necessary fittings all complete as per drawing,

specification and approval of engineer.( East-West

Highway road crossing) 30.00 Rmt.. 1377.32 41319.60

15 Construction of RCC jointing chamber for OFC joint

(inner size 1mx1mx1m) including RCC M-25, plywood

formwork, reinforcement Fe415 and other necessary

materials all complete as per drawing, specification and

approval of engineer. 8.00 Nos. 27621.05 220968.40

16 Construction/transportation and fixing/laying of T-type

RCC Indicator (0.1x0.1x1M) including RCC M-25,

plywood formwork, reinforcement Fe415 and other

necessary materials all complete as per drawing,

specification and approval of engineer. 129.00 Nos. 1101.71 142120.59

17 Optical fiber cable blowing works (including

transportation of cable and accessories) as per

drawing, specification and instruction all complete with

approval of engineer including preparation of As Built

drawing. 24500.00 Rmt. 13.52 331240.00

4886958.86

12401523.78

1612198.09

14013721.87

Name of work:- Trenching /Ducting/Route indicator/Joint chamber/OFC blowing-pulling works.

Grand Total (Rs.)

Total (A)+(B)+(C) (Rs.)

VAT 13% (Rs.)

NEPAL TELECOM

OPTICAL NETWORK PROJECT

Total (C) (Rs.)

(NEPAL DOORSANCHAR COMPANY LT.)

BILL OF QUANTITIES

CIVIL-SECTION

HARIHARBHAWAN, LALITPUR

Page 125: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

121

I/We wish to work in ………..………% (In words……………………………………...……………..…………..less than/

more than the above mentioned Grand Total amount. If we fail to mention less than/more than in above

sentence, Nepal Telecom will consider the percentage quoted as less than for determining Grand Total

amount for the evaluation, approval and agreement process.

Total Amount before Discount (NRs.)

Discount on Total Amount from Contractor (NRs.)

Total Amount After Discount(NRs.)

(+) 13% VAT

Grand-total Amount Inclusive of VAT (NRs.)

( Grand-total Amount in Words (Inclusive of VAT) NRs. ………………………………………………

…………………………………………………………………………….…………………………………………………………)

Name of the Contractor (Company) :

Seal :

Signature (Authorised Person of the Company) :

Date:

Page 126: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

122

Section X – Sample Contract Forms

This Section contains forms which, once completed, will form part of the Contract. The forms for

Performance Security and Advance Payment Security, when required, shall only be

completed by the successful Bidder after contract award.

Page 127: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

123

Letter of Intent [on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

Notes on Letter of Intent

The issuance of Letter of Intent is the information of the selection of the bid of the successful bidder by

the Employer and for providing information to other unsuccessful bidders who participated in the bid

as regards to the outcome of the procurement process. This standard form of Letter of Intent to Award

should be filled in and sent to the successful Bidder only after evaluation and selection of substantially

responsible lowest evaluated bid.

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Issuance of letter of intent to award the contract . . . . . . . . . .

This is to notify you that, it is our intention to award the contract ………. dated …….…….. for

execution of the . . . . . . . . .name of the contract and identification number, as given in the

Contract Data/SCC to you as your bid price . . . . . . . . .amount in figures and words in Nepalese

Rupees ………………. as corrected and modified in accordance with the Instructions to Bidders is

hereby selected as substantially responsive lowest evaluated bid.

Authorized Signature: .........................................................................

Name: ..................................................................................................

Title: ....................................................................................................

CC:

[Insert name and address of all other Bidders, who submitted the bid]

Page 128: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

124

Letter of Acceptance [on letterhead paper of the Employer]

. . . . . . . date. . . . . . .

To: . . . . . . . . . . name and address of the Contractor . . . . . . . . . .

Subject: . . . . . . . . . . Notification of Award

This is to notify that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of the

contract and identification number, as given in the Contract Data/SCC . . . . . . . . . . for the

Contract price of Nepalese Rupees [insert amount in figures and words in Nepalese Rupees], as

corrected in accordance with the Instructions to Bidders is hereby accepted in accordance with the

Instruction to Bidders.

You are hereby instructed to contract this office to sign the formal contract agreement within 15

days. As per the Conditions of Contract, you are also required to submit Performance Security, as

specified in SCC, consisting of a Bank Guarantee in the format included in Section 9 (Contract

Forms) of the Bidding Document.

The Employer shall forfeit the bid security, in case you fail to furnish the Performance Security and

to sign the contract within specified period.

Authorized Signature: .........................................................................

Name and Title of Signatory: ..............................................................

Page 129: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

125

Contract Agreement

THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . . name

of the Employer. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . .

. . name of the Contractor. . . . .(hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . name of the Contract. . . .

.should be executed by the Contractor, and has accepted a Bid by the Contractor for the execution

and completion of these Works and the remedying of any defects therein,

The Employer and the Contractor agree as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively

assigned to them in the Contract documents referred to.

2. The following documents shall be deemed to form and be read and construed as part of this

Agreement.

(a) - the Letter of Acceptance;

(b) - the Letter of Bid;

(c) - the Addenda Nos . . . . . insert addenda numbers if any. . . . .

(d) - the Special Conditions;

(e) - the General Conditions;

(f) - Bills of Quantities (BOQ);

(g) - the Specification;

(h) - the Drawings;

(i) - the completed Schedules; and

(j) - Bidding Forms -Table of Price Adjustment Data

(k) Any other document

3. In consideration of the payments to be made by the Employer to the Contractor as indicated in this

Agreement, the Contractor hereby covenants with the Employer to execute the Works and to

remedy defects therein in conformity in all respects with the provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution and

completion of the Works and the remedying of defects therein, the Contract Price or such other

sum as may become payable under the provisions of the Contract at the times and in the manner

prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in accordance

with the laws of Nepal.on the day, month and year indicated above.

Signed by ......................................................... Signed by .............................................................

for and on behalf of the Employer for and on behalf the Contractor

in the presence of in the presence of

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address, Date

Page 130: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

126

Performance Security ( On letterhead paper of the 'A' class commercial Bank)

................................... Bank’s Name, and Address of Issuing Branch or Office ...................................

Beneficiary: .................................... Name and Address of Employer ..................................................

Date: .........................................................................................................................................................

Performance Guarantee No.: ...............................................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the

Contractor") has entered into Contract No. . . . . . reference number of the Contract. . . . . dated .

. . . . . . .with you, for the execution of . . . . . . name of contract and brief description of Works. . . .

. (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, a performance

guarantee is required.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to

pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and

amount in figures*. . . . . . (. . . . . amount in words. . . . . ) such sum being payable in Nepalese

Rupees, upon receipt by us of your first demand in writing accompanied by a written statement

stating that the Contractor is in breach of its obligation(s) under the Contract, without your needing

to prove or to show grounds for your demand or the sum specified therein.

This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . **, and any

demand for payment under it must be received by us at this office on or before that date.

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

Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be

deleted from the final document.

* The Guarantor shall insert an amount representing the percentage of the Contract Price

specified in the Contract in Nepalese Rupees.

** Insert the date one hundred eighty days after the date specified for the Defect Liability Period.

The Employer should note that in the event of an extension of the time for completion of the

Contract, the Employer would need to request an extension of this guarantee from the

Guarantor. Such request must be in writing and must be made prior to the expiration date

established in the guarantee. In preparing this guarantee, the Employer might consider adding

the following text to the form, at the end of the penultimate paragraph: “The Guarantor agrees

to a one-time extension of this guarantee for a period not to exceed [six months], in response to

the Employer’s written request for such extension, such request to be presented to the Guarantor

before the expiry of the guarantee”.

Page 131: Procurement of Workseproc.ntc.net.np/eligibility/29020_2141_-Bid-Doc.pdf · 2013-08-02 · 2 Section I: Instructions to Bidders A. General 1. Scope of Bid 1.1 The Employer, as defined

127

Advance Payment Security (On letterhead paper of the 'A' class commercial Bank)

................................... Bank’s Name, and Address of Issuing Branch or Office ...................................

Beneficiary: .................................... Name and Address of Employer ..................................................

Date: .........................................................................................................................................................

Advance Payment Guarantee No.: .......................................................................................................

We have been informed that . . . . . name of the Contractor. . . . . (hereinafter called "the

Contractor") has entered into Contract No. . . . . . reference number of the Contract. . . . . dated .

. . . . . . .with you, for the execution of . . . . . . name of contract and brief description of Works. . . .

. (hereinafter called "the Contract").

Furthermore, we understand that, according to the Conditions of the Contract, an advance payment

in the sum . . . . . name of the currency and amount in figures*. . . . . . (. . . . . amount in words. . .

. . ) is to be made against an advance payment guarantee.

At the request of the Contractor, we . . . . . name of the Bank. . . . . hereby irrevocably undertake to

pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and

amount in figures*. . . . . . (. . . . . amount in words. . . . . ) upon receipt by us of your first demand

in writing accompanied by a written statement stating that the Contractor is in breach of its

obligation under the Contract because the Contractor used the advance payment for purposes other

than the costs of mobilization in respect of the Works.

It is a condition for any claim and payment under this guarantee to be made that the advance

payment referred to above must have been received by the Contractor on its account number . . . . .

Contractor’s account number. . . . . at . . . . . name and address of the Bank. . . . . .

The maximum amount of this guarantee shall be progressively reduced by the amount of the

advance payment repaid by the Contractor as indicated in copies of interim statements or payment

certificates which shall be presented to us. This guarantee shall expire, at the latest, upon our

receipt of a copy of the interim payment certificate indicating that eighty (80) percent of the

Contract Price has been certified for payment, or on the . . . day of . . . . . . . , . . . . .**, whichever is

earlier. Consequently, any demand for payment under this guarantee must be received by us at this

office on or before that date.

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

Seal of Bank and Signature(s)

Note: All italicized text is for guidance on how to prepare this demand guarantee and shall be

deleted from the final document.

* The Guarantor shall insert an amount representing the amount of the advance payment in

Nepalese Rupees of the advance payment as specified in the Contract.

** Insert the date Thirty days after the expected completion date. The Employer should note that in

the event of an extension of the time for completion of the Contract, the Employer would need to

request an extension of this guarantee from the Guarantor. Such request must be in writing and

must be made prior to the expiration date established in the guarantee. In preparing this guarantee,

the Employer might consider adding the following text to the form, at the end of the penultimate

paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to

exceed [six months], in response to the Employer‟s written request for such extension, such request

to be presented to the Guarantor before the expiry of the guarantee”.