t e r m s o f r e f e r e n c e (tor · 1. analysis & design, supply and erection of light...
TRANSCRIPT
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
T E R M S O F R E F E R E N C E
(ToR)
“Design, Supply, Install, fabricate and finishing of Offices, Gates,
Railings, Electrical, Heating & Cooling systems, Plumbing &
Sanitation, Utility Services and other allied Civil works for ICPs
at Rinchending & Bumpagang, Chukha. (November 2019)
Department of Engineering Services
Ministry of Works and Human Settlement
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 2 of 29
I. BACKGROUND
In order to strengthen national security and maintain law and order, it is imperative that proper
mechanisms be put in place which are efficient and user friendly. With the concept approval from
His Majesty the king on 10th April, 2015, Department of Engineering Services is blessed to be
bestowed to undertake construction of two Integrated Check post at Rinchending and Bumpagang.
Rinchending is located approximately four kilometers from Phuentsholing main town and
Bumpagang is approximately 80 kilometers from Phuentsholing.
There is a temporary security arrangement set up at Rinchending but Bumpagang is an open
thoroughfare for the commuters. The existing infrastructures at Rinchending are not adequate for
efficient functioning of the checkpoints given the importance of its services. Further, different
government agencies have installed their respective counter randomly which is cumbersome to the
commuters. Therefore, the establishment of check point should not only for facilitate the
enhancement of security, but also enhance effective and efficient delivery of the services depicting
the country’s image and status to outsiders.
As of now, the construction of elevated flyover deck on which the gates and offices are proposed
is complete at Rinchending and the site clearance work for construction of offices and gates at
Bumpagang has been completed.
The Department of Engineering Services envisages constructing Offices and gates for Integrated
Check Points at both the locations which is functionally proficient and aesthetically very
presentable.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 3 of 29
II. ELIGIBILITY of BIDDERS:
The large construction companies in W1, W3 and W4 category, registered with Construction
Development Board (CDB) of Bhutan in association with consultancy firm (national or
international) is eligible to participate in the bidding process. The national consultant should be
registered under C1, C4, C5 and E7 category with CDB. If the association is with the national
consultancy firm, then either of the party can be the lead partner. However, if the association is
with international consultant, the lead partner should be the national construction company
registered with the CDB. The international consultancy firm should produce legal evidence of its
establishment in its country and registered with CDB. Further, the consultancy firm should have
the following experience:
1. Adequate in-house design capabilities to design the Light Gauge Steel Frame (LGSF)
structural frames, foundations, roof etc.
2. Should have experienced Design Engineer along licensed software appropriate for design
of structures defined in the present scope of work.
III. CLIENT/EXECUTING AGENCY:
The Department of Engineering Services, Ministry of Works and Human Settlement,
Thimphu is the Client/Executing Agency for this particular work.
IV. SCOPE OF WORK:
The Bidder is required to “Design, Supply, Install, fabricate and finishing of Offices, Gates,
Railings, Electrical, Heating & Cooling systems, Plumbing & Sanitation, Utility Services and
other allied civil works for ICPs at Rinchending & Bumpagang, Chukha”. In this context, the
following tasks shall be carried out by the Bidder:
Stage I:
1. Structural design of Light Gauge Steel Frame (LGSF) of proposed offices, gates and
railings for ICPs.
2. Electrical and utility services design of the offices and gates. The electrical design
shall also include street lighting indicated in architectural drawings.
3. Prepare and submit complete shop drawings of the proposed offices, gates and
railings, Plumbing (Outdoor & Indoor), Sanitation and Utility services with proposed materials.
4. Develop detailed Technical specifications for all works and materials included in the
scope and their cost estimates.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 4 of 29
5. All the designs and specifications prepared for this construction project shall be based
on the approved architectural drawings and layout provided by the Client.
6. Successful bidder shall present the designs and specifications to the client for necessary approval with samples of each.
Stage II:
1. Supply all the necessary materials required for the constructions and finishing within
the scope of works.
2. Construct, fabricate, install and finishing of all the components (Architectural, structural, civil, electrical & utility services, Plumbing & Sanitation ) as per the
approved design or as per the instruction of the client.
3. Supply, securing, installation and finishing of appropriate railing embodied with
traditional elements along designated footpath at ICP, Rinchending.
4. All allied civil works as per the Bill of Quantities (BoQ) attached.
***Note:
Refer Architectural drawings and layout provided by Client.
V. TECHNICAL SPECIFICATIONS:
Before quoting, the Bidder must inspect the site to fully acquaint himself about the condition
in regard to accessibility of the site, nature and extent of ground, working condition of site
and locality including stacking of materials, installations of tools and plants (T&P) etc.,
conditions affecting accommodations and movement of labour etc. required for the
satisfactory execution of the works. No claim what so ever on such account shall be
entertained by the Client in any circumstances.
1. Analysis & Design, supply and erection of Light Gauge Steel Frames (LGSF)
structural materials:
i. Analysis and Design of Light Gauge Steel Frames (LGSF) structural frames and
foundations;
The structure shall be designed for all loads, including the weight of structure, live load, crane load with impact, wind or earthquake. Due consideration shall be given to loading
during the construction/erection phase and accounted for in the design. The design to cater
for the proposed future expansion also.
The Loads to be considered for analysis and design of structure shall be as per the latest codes relevant to the context of the site conditions;
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 5 of 29
a. Dead Load - As per IS : 875 (Part 1)
b. Live Load - As per IS : 875 (Part 2)
c. Wind load - As per IS: 875 (Part 3). d. Earthquake load - As per IS : 1893 (Part 4)
ii. Purlins shall be capable of taking minor additional loads of fixtures like light fitting as
normally encountered in Industrial buildings unless specified elsewhere. iii. Following collateral or service loads shall be considered on LGSF structure, in addition to
the normal dead loads, live loads, gantry loads & wind loads; a. Utility racks to support piping and cable trays and other collateral loads – Load
considerations for LGSF shall be as per tender drawings.
b. PV solar panels - 25 kg/m² (on purlins) if proposed.
c. Fire Sprinkler - 25 kg/m² (on purlins & rafter). iv. The Bottom of Base plate level (BOBP level) of Steel columns i.e. junction between Steel
column and RCC pedestal shall be kept at FF Level. v. The foundations, pedestals etc. shall be designed appropriately and proposed depending on
the site conditions with minimum safe bearing capacity of 150KN/m2.
vi. Hooked anchor bolts (Either J-type or L-type) is not allowed. Straight type foundation bolts
with adequate sized end plate/end nut shall be provided. Bidder shall also specify the
minimum distance of Foundation bolts to be maintained from edge of RCC pedestal as per
design pull-out strength of anchor bolts. The bidder should consider RCC grade for
Pedestal as M-25 for anchor bolt design if required. (Note: Appropriate anchoring system
should be proposed as per the site conditions).
vii. All the columns of all frames shall be considered as Pinned at base (at junction of
structural steel column with RCC pedestal (where ever applicable).
viii. Tie beam/Strut pipe shall be provided at Top of each column along the full length of
the building.
ix. Details of Brackets and beams for support of cable trey or utility pipes shall be proposed
and approved by the client.
x. Roof slope/pitch of the building shall be as per the architectural drawings provided. This
slope has to be confirmed by the bidder in respect of the guarantee against leakages sought
vide a separate clause of this Document.
xi. Spacing of purlins to support roof and sheeting shall be appropriately designed and
proposed. The roofing materials shall be proposed to suit the project sites and shall be
approved by Client.
xii. Bidder shall supply the structural materials such as columns, rafters, beams, purlins,
struts, bracing members, tie rods, sheets, flooring, ceiling, eave lining, wall
cladding/roofing insulation, rain water gutter, hardware etc to the site as per the approved
architectural & structural drawings provided.
xiii. The framing section shall be cold form Lipped C-type channel having minimum web
depth 89 mm x39 mm flange x 11 mm lip (or 150 mm x 41 mm x 11 mm as required) with
thickness between 0.95mm to 1.60 mm in required length as per structural design
requirement duly punched with dimple/slot at required locations as per approved drawings.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 6 of 29
The slots will be along centre line of webs and shall be spaced minimum 250 mm away
from both ends of the member with 275 GSM zinc or AZ150 Galvalume/Zincalume (55%
aluminum and 45 % zinc alloy coating) of minimum yield strength of 550MPa for sections
less than 1.2 mm and minimum 300 Mpa for sections above 1.2 mm, for trusses and wall
frames and purlins conforming to IBC 2009 for cold formed steel framing and construction
and also as per IS: 875, ISO 800 and IS: 801.
xiv. Bidder shall supply, erect the LGSF structural items such as columns, rafters, beams,
purlins, struts, bracing members, tie rods, sheets, flooring, ceiling, eave lining, wall
cladding/roofing insulation, rain water gutter, hardware etc. as per the approved drawings.
xv. All LGSF structural members should be supplied from principal manufacturer, supplied
upon approval from client with necessary inspection done at factory of principal
manufacturer. The cost for the visit to the factory by the officials of the client should
included in the bid including all aspects of expenses related to the factory visit.
xvi. Design calculations, checked and certified by Structural Engineer shall be submitted to
client for approval. The design basis report should be submitted for approval from the client
prior taking up the detailed design work.
xvii. Complete responsibility of the structural design for these components shall remain with
the bidder.
xviii. For any LGSF structural items, authorization from Principal Manufacturer is important
and to be produced in original during the bidding process.
xix. Design should also include the loads from intermediate floor (mezzanine) indicated in
architectural drawings. Bid price also include these aspects as well.
2. Supply and erection of LGSF architectural items:
i. Plans, sections and elevations should be carefully studied and confirmed at site at their
own cost. The architectural plans are finalized after numerous consultative meetings
between stakeholders and bidders are invited to propose better treatment for elevations,
sections.
ii. Architectural proposal shall be given priority to address those issues reflected herein
by proposing appropriate materials.
iii. Openings like doors, windows, ventilators, louvers and it’s finishing with 6mm
glazing where ever applicable should be correctly fabricated and factory finished to
the accuracy of ± 5 mm. The bidder should also include the cost of supply and
installation of hardware for those openings.
iv. The Bhutanese elements like cornices as indicated in plans, sections and elevations
should be correctly fabricated, erected and finished at factory. These elements should
be given due importance and proposal should such that it blends with main structures
and lightweight as far possible.
v. After receipt of provisional acceptance by ESD, DES, bidder shall submit design basis
report to feature all these aspects along with BoQ (item-wise description, quantity,
make, model etc) of the architectural items.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 7 of 29
vi. The architectural items shall meet the requirements of various aspects of the room such
as electrical, illumination, ventilation, exhaust, thermal, safety, security etc.
vii. The architectural proposal shall include provisions of disabled friendly in offices, gates,
washrooms and other amenities. viii. Accordingly, this shall include all items such as windows with Canopy shades & Grill,
doors with shades/lock/key, rolling shutters with lock/key, ventilator provisions,
exhaust provisions, rain water gutters/ down comers/ pipes etc, Bidder shall take prior
approval from Client for the make prior to proceeding with procurement action. ix. Bidder shall carry out erection of the architectural items such as windows with shades,
doors with shades/lock/key, rolling shutters with lock/key, structural provisions for
ventilators / exhausts, rain water gutters/ down comers/ pipes etc as per the approved
drawings. x. Bidder shall also carry out necessary finishing activities such as painting as approved
by the client.
xi. Bidder shall deploy qualified/competent team at site to carry out the above erection
activities.
xii. All necessary labor, tools & tackles, shuttering materials, measuring instruments,
machinery shall be in bidder scope of supply. This shall include spanner sets, drilling
machines, welding machines, hydra, JCB, truck, trolley etc as required for the erection
work.
xiii. Bidder shall supply the items directly to the project site.
xiv. Relevant clauses of "Detailed specification of LGSF" & others shall be adopted.
xv. For every item included in the scope a sample each should be produced or fabricated
for approval prior to procurement of all materials required at site.
xvi. For any LGSF or any other architectural items, authorization from Principal
Manufacturer is important and to be produced in original during the bidding process.
3. Roof:
QUADCORE Technology or equivalent roof material should be proposed for roofing to suit
the different climatic conditions and aesthetics to showcase Bhutanese Architecture for project
sites. These proposed material should conform to international standards and be backed by
relevant test or specifications provided by principal manufacturer. The sample of these
proposed should be made available to project site and approved by the client before mass order
or fabrication is done. The roofing and ridge cover sheets to be of base material make-Pre-
Painted having ISI Mark, ISO approved with following minimum requirements;
i. Minimum thickness of sheeting should be 0.50mm (Thickness tolerance +0/-030mm)
and should be factory finished with necessary finishing.
ii. Profile Covered width 1090mm (Width tolerance +/-10mm).
iii. Length (ft) 8, 10, 12,14,16,18,20,22,24 to suit the profile and the pitch of roofing
deigned for specific sites.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 8 of 29
iv. Paint type-Top: SDP (Super Durable Polyester).
v. Paint type-Bottom RMP (Regular Modified Polyester).
vi. Roof projections: The roof projection shall be as per the architectural drawing and
should not be less than 1100mm.
vii. Overlapping roofing sheets should have minimum side overlap of one full pitch and
side end overlap of minimum 150mm.
viii. Light weight, insulating, premix, sand free, self-curing infill material for the
walls shall conform to the international standards in place. The sample should be
provided to client should indicate the technical specifications to seek approval from
client, before orders are placed. The proposed material should be supported by tests and
specifications for manufacturer.
ix. Same materials as that of wall and roofing should be proposed for ridge and hips,
flashing, trimming, closure for vertical and horizontal joints, capping etc.
x. Gutter size shall be adequately designed and same as that of wall and roof should be
proposed. Gutter shall be shot blasted on both inner and outer side. 1 coat of Epoxy
primer + 2 coat of PU paint shall be applied at both inner side and outer side of gutter
for anti-corrosion. After erection, all joints of gutter shall be coated with anti-corrosive
& waterproof paint (Kemper or approved equivalent) over primer as per paint
manufacturer’s specifications on the inner side.
xi. Downspouts shall be adequately sized, in adequate numbers and shall be made of same
material that of wall, roof and gutter. Each down spout shall have an elbow at the bottom
and shall be supported by attachment to the wall cladding at maximum 3 m. centers, if
required. Minimum dia of semi-circular gutter should not less than 8” (inches). The
gradient of gutter should be maintained at slope of 1:150.
4. LGSF infill walls and insulation:
i. Light weight, water proof, non-combustible wall panels both for external and internal
should be proposed to suit different site conditions. Thickness of these cladding
materials should not be less than 10mm for external and 6mm for internal. The wall
panels proposed should be able to accommodate insulation layer, conduits for electrical,
plumbing and other necessary utility services.
ii. The wall material proposed should be able to withstand the weights of tiles/stone
claddings finishes proposed.
iii. The insulating material between two wall panels should be such that the density is less
not less than 35kg/m3 and should possess good thermal, sound, moisture resistance. It
should be also be rigid insulating materials as well.
iv. The walls should be finished appropriately by putty with joints concealed. The proposal
should include finishing of walls with necessary paints.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 9 of 29
5. Floor material and finishes:
i. Providing and fixing antiskid vitrified floor tiles of size 2’x2’ (9-10mm thickness)
conforming to IS: 15622 of approved make in colors such as White, Ivory, Grey, Laid
on 12 mm thick bed of cement mortar 1:3 (1 cement: 3 sand) and jointed with grey
cement slurry @ 3.3 kg/sqm including pointing in white cement mixed with pigment of
matching shade complete.
ii. Providing and fixing ceramic glazed wall tiles (Up to 7’-0’’) of size 8”x12” conforming
to IS: 15622 (6-7mm thickness) of approved make in all colors, shades of any size as
approved by client in skirting and dados over 12 mm thick bed of cement Mortar 1:3 (1
cement: 3 sand) and jointing with grey cement slurry @ 3.3kg per sq.m including
pointing in white cement mixed with pigment of matching shade.
iii. The joints should be finished appropriately and should be approved by the client.
iv. The 18mm thick granite finished in matt should be proposed for verandahs, corridors,
common passage halls of the offices and gates for both ICP sites.
v. Counters of basins in toilets, pantry, and washrooms to be finished in granite upon
approval from client.
6. Ceiling material and finishes:
i. Suitable suspended grid ceiling are to be proposed to suit the climatic conditions of the
proposed offices and gates.
ii. The proposed ceiling should accommodate electrical, HVAC, sound, communication
lines in suitable concealed cable trays.
iii. The proposed ceiling should also be feasible to accommodate recessed ceiling lights as
proposed in electrical designs and layout.
iv. The proposal should include necessary finishing including color, shades as approved
by the client.
7. Gates:
i. Suitable automated gates should be proposed to function and cater the any kinds of
vehicle and person using the Integrated check Point.
ii. The proposal of gate shall meet the modern requirements of gates to function under
different security aspects.
iii. Proposal should also include provisions of vehicle plate reader, license reader of
drivers, scanners etc for future incorporation.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 10 of 29
8. Hand Rails:
i. Appropriate handrails for ICP Rinchending should be proposed to suit the climatic
conditions of the mentioned site giving due importance to enrich the aesthetic aspects
blending with traditional features and material finish.
ii. The bid should include anchoring of proposed handrails on already constructed
structure to address the safety of people using the facility.
iii. Existing length of RCC railing is 299m with a maximum height of 0.80m including
height of footpath. It is intended to increase height with suitable design to improve the
aesthetic and safety.
9. Door, window, ventilator:
i. LGSF door, window, ventilator frames should be proposed suitably where ever
applicable as indicated in architectural plans, sections and elevations.
ii. Appropriate flush door of thickness not less than 40mm finished with commercial
veneer should be proposed for both offices, gates, wash rooms and for other spaces
indicated.
iii. Suitable aluminum/metal/PVC sliding windows with 4mm thick glass finished with
commercial veneers should be proposed.
iv. Hardware for these openings shall be of standard brand and bid prices to be included
for all kinds of these fixtures. Type and brand to be approved by the client.
v. Shades of the veneer to be approved by the client.
10. Water Supply and Sanitations:
i. Design, laying and completion of main water supply line and system from the available
source to the proposed offices and gates on the flyover deck for ICP Rinchending.
ii. Layout and connections of Indoor water supply lines and outdoor & indoor sanitation
system for Bumpagang ICP.
iii. Descriptions of the size, capacity, type and their numbers, the system and the source of
supply;
a. Location, Size, Type, length of main and indoor pipes.
b. Pipe layout should be marked on site plan with measurements from main source
or any reservoir structures.
c. A proper set of drawings with all the necessary information should be submitted.
d. Specification of the materials must be submitted along with the drawings.
iv. Propose suitable treatment plants for waste and sewer for both ICPs. The bid should be
inclusive of all necessary connections from offices and gates to the location of treatment
plants at both ICP sites. Anchoring of soil and waste pipe, support system to be included
in the bid as well.
v. Appropriate plumbing, sanitation system should be provisioned for differently abled
person intended to avail services from checkpoint.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 11 of 29
Dimensional details and Pressure Rating of SDR-11 (Class 1) CPVC Pipes as per IS 15778
Size
(mm)
OD
(mm)
Tolera
nce
Wall
Thick
-ness
(mm)
Toler
ance
Pressure
Rating at
27◦c
kg/cm2
(MPA) Pressure
Rating
at 82◦c
(kg/cm2)
(MPA)
½ 15 15.90 ± 0.1 1.95 ± 0.25 28.14 2.76 6.93 0.68
¾ 20 22.20 ± 0.1 2.25 ± 0.25 28.14 2.76 6.93 0.68
1 25 28.60 ± 0.1 2.85 ± 0.25 28.14 2.76 6.93 0.68
1 1/4 32 34.90 ± 0.1 3.45 ± 0.25 28.14 2.76 6.93 0.68
1 1/2 40 41.30 ± 0.1 4.05 ± 0.25 28.14 2.76 6.93 0.68
2 50 54.00 ± 0.1 5.20 ± 0.30 28.14 2.76 6.93 0.68
Note: 1. The Bidder may not limit itself to the specification mentioned above. Any
specifications which deemed felt necessary can be specified by the bidder if it adds
value to the work.
2. Bidder will adhere to the minimum specifications during the execution of the works
if bids are successful. 3. Bidder will lose points during evaluation if the proposal is incomplete.
11. Drainage:
i. Propose suitable drainage systems to cater surface runoff collected from roofs of offices
and gates, pavement areas to drain out at suitable designated areas.
ii. Bid prices should include all aspects of this drainage works and anticipate drainage
works to channelize these surface collections of rain water.
iii. Finish all aspects of drainage as per the requirement and instructions from client.
iv. Suitable technology to harvest the rainwater, storage and to be used should be proposed
(if applicable) for the proposed offices and gates.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 12 of 29
12. Paintings and Finishing:
i. Include and propose suitable water proof paints to finish the wall, ceiling, floor surfaces
as per the instruction of client. Final coats of paint should be applied over necessary
primer over the leveled surfaces with application of putty and others.
ii. Traditional Bhutanese features should finished with Bhutanese paints to suit different
climatic conditions of exposed surfaces. The approval of Bhutanese paints should be
sought from client upon completion of mock up or a sample.
iii. Finishing of all works should be carried out with the approval from client upon
submission of sample or mock up done for every item of works covered in scope of this
ToR.
13. Mock Up:
For every item of work covered in the scope of this ToR Mock-Up should be done with prior
approval of the client. The bid prices should be inclusive of all aspects of mock up to be done
or samples to be provided before mass procurement or production.
14. Electrical & allied works and street lighting:
Scope:
This chapter covers all the electrical specification required to carry out Electrical & allied
works and street lighting for the work “Design, Supply, Install, fabricate and finishing of
Offices, Gates, Railings, Electrical, Plumbing & Sanitation, Utility Services and other
allied civil works for ICPs at Rinchending & Bumpagang, Chukha”.
i. GENERAL REQUIREMENTS
The installation shall generally be carried out in conforming to the requirements of the
Specifications of works - Electrical as amended up to date and the special specifications
listed herein.
Only the bidder having valid Electrical Bidder License of the State shall be eligible to
execute the same. The bidder shall be responsible for renewal of the same at the appropriate
time.
ii. SPECIAL SPECIFICATIONS
a. Before fixing all switches, fittings etc. these should be produced before Engineer-
in Charge and get approved.
b. All metal switch boards and switch/regulator boxes to be used in work shall be
painted with two coats of anti-rust primer (red oxide paint) prior to erection. After
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 13 of 29
erection these shall be again painted with two coats of enamel paint of approved
quality and shade.
c. Before execution of any portion of conduit work for wiring a neat proper layout
should be made out by the bidder and got approved from the Engineer-in Charge.
For this purpose bidder is advised to get acquainted with the layout drawings.
d. While laying the conduits for concealed wiring in the
ceilings/beams/columns/walls/ partitions/modular furniture etc, the bidder must
ensure that all the inlets and both ends of the conduits are plugged to stop entry of
foreign materials so that no difficulty arises during drawing of wires later.
e. Damage to any fitting during erection and before handing over the installation by
bidder shall be set right or replaced by the bidder at his own cost. f. Any repairs done to wall etc. should match with the surrounding surface otherwise
same will be got done through Building Bidder at the cost of the Electrical Bidder.
g. Earthing Installation shall be done in the presence of Client or his representative. h. The installations should not be energized without adequate earthing. i. Distribution Fuse Boards shall be provided with neat lettering in block letters with
paint and for the points connected to each fuse way of the D.B's for which no extra
payment will be admissible.
j. Completion Drawings: The bidder shall be required to submit along with Final bill,
the undernoted drawings in the form of soft and hard copy. k. Plan (as per Architectural drawing) of each floor showing:-
1. Electrical layout plan showing location of lights, fans, wall sockets, other
power consuming devices. 2. Electrical conduit layout plan showing distribution of circuits with proper
labeling of the circuits. The runs of mains and sub mains must be clearly
shown. 3. Power conduit layout plan showing the positions of the power sockets with
proper phase reference. 4. Telephone and Television point’s layout plan showing locations of
Telephone and Television points with proper conduit route and positions of
TVDB and TTC.
5. Location of Main Switch Board, Distribution boards (with the circuit
numbers controlled by them).
6. Technical Specification and legends specifying the make and types of
fittings and fixtures. 7. Position of Lightning Conductors and route of running conductor. 8. Position of Earthing Stations for light and power and Lightning Conductor
Installation. 9. Following information are to be given on all the drawings:
a) Name of work
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 14 of 29
b) Date of drawing c) Name of Place d) Name and Signature of designer engineer
e) Scale of Drawings. l. Schematic lines layout diagram of each floor showing
1. Layout and connections of Main and Sub-board, D.Bs. having descriptions
of the size, capacity, type and their numbers, the system and the source of
supply.
2. Location, Size, Type, length of main and sub main cables.
3. Loading of each MCPBs, D.Bs. & sub DBs indication of phases. The
drawings shall be very neatly drawn and submitted properly without folding
them.
4. Cable route should be marked on site plan with measurements from
permanent structures. iii. LAN network:
a. Layout plan of location of internet points and U-racks. b. Layout plan showing the location of server. c. A proper set of drawings with all the necessary information should be submitted. d. Specification of the materials must be submitted along with the drawings.
i. For every item of work covered in the scope of this ToR Mock-Up should be done with
prior approval of the client. The bid prices should be inclusive of all aspects of mock
up to be done or samples to be provided before mass procurement or production.
iv. Heating and cooling system:
a. The bidder must propose a suitable heating/cooling system as per the climatic
condition of the sites. b. A proper calculation should substantiate the proposal. c. A proper set of drawings with all the necessary information should be submitted. d. Specification of the materials must be submitted along with the drawings.
v. Fire fighting system.
a. The bidder must propose a suitable firefighting system for the proposed offices. b. A proper calculation must substantiate the proposal. c. A proper set of drawings with all the necessary information should be submitted. d. Specification of materials must be submitted along with the drawing.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 15 of 29
vi. Street lighting
a. The street light design must be as per the specification of works (Electrical)
published by DES.
b. A proper set of drawings with all the information must be submitted. c. The specification of materials must be submitted along with the drawings. d. All materials delivered to the job shall be new, best quality of their respective
grades, in accordance with the following specifications and packed in their
original sealed containers.
e. The bidder shall use materials mentioned in these specifications as standard,
and in no case will a substitute be allowed without written approval of the
Client. All work and material shall be protected at all times. Conduit openings
shall be closed with protective caps during installation and all materials shall
be covered and protected against dirt, water and mechanical or other injury.
All materials damaged during course of construction shall be replaced or
repaired to original condition by the Bidder.
f. The Bidder shall not allow or cause any of his work to be covered up or
enclosed until it has been inspected, and approved by the Engineer In-charge.
Should any of the work be enclosed or covered up before such inspection, the
Bidder shall, at his own expense, uncover the work and, after it has been
inspected and approved, make all repairs with such material as may be
necessary to restore all work to its original and proper condition.
g. The Bidder shall furnish and install the street lighting equipment in accordance
with the drawing approved by the competent authority.
vii. CCTV Camera
a. Providing and fixing of High definition CCTV surveillance camera which
operates during day and night.
b. Should have recording facilities.
c. Should have audio and face detection facilities.
d. Should be able to operate remotely.
e. Should have IR night vision.
f. Should be vandal resistant.
g. Should detect intruder up to minimum of 500m.
h. Should cover 360 degree angle.
15. Allied Civil Works:
The allied civil works shall be carried out in confirming to the specifications and
requirement as per the “Specification for Building and Road works” (SBRW)-2017.
And for those items which are not specified in SBRW, the bidders shall follow the
instructions of Client.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 16 of 29
15.1 Pavement Works
i. The paver blocks should be in color.
ii. The paver block should be minimum of 80mm thick with standards size and applicable
to carry the heavy traffic.
iii. The bidder shall provide the paver blocks as per the requirement of client.
iv. Marking on roads, parking and divider to be included in the bids where ever applicable
as per the instructions of the client.
v. Any materials to be used for the pavement works should be tested before the execution
of the work at bidders own cost as per the instruction of client.
VI. QUALITY ASSURANCE PLAN.
The Quality Assurance Plan shall specify the work methodology, quality control tests and
Intervals for such tests in accordance with the work specifications for each item of the works.
The Bidder shall strictly follow the QAP in the execution of the Works. All necessary tests
must be carried out for Road pavement works at bidder's own cost.
VII. MODE OF MEASUREMENT:
For pre-engineered offices and gates, the measurement shall be made from end to end of the
finished walls and shall exclude roof overhangs, open platform, corridor and common passages.
This shall be paid in built up area measured in square meter (sq.m). For other allied civil works,
unit indicated in each item shall be used for the payment. Bidders should carefully capture the
cost for all components to be covered in scope of works in this ToR.
VIII. FIELD OFFICE AND MISCELLANEOUS FACILITIES:
The bidder will have to make provision of bidder’s Field Offices for the Construction of ICPs
located within the project areas at its own cost at each site.
The size of the bidder’s Field office (office, meeting hall, pantry and toilet) shall be minimum
140 sq.m plinth areas having more than one room.
The bidder’s will have to provide full support for periodic cleaning and maintenance of the
bidder’s Office at its own cost to have clean and hygienic office environment.
The bidders shall provide communication facilities for the client’s Engineers by maintaining 2
(two) smart mobile phones at each site within one month of the start of the works.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 17 of 29
IX. COMMENCEMENT AND EXPIRY OF CONTRACT:
This contract shall come into effect from the date of signing contract for the duration specified
herein). The duration of the contract shall be Twelve (12) months from the date of signing
contract.
X. DELIVERY SCHEDULE:
The time line for deliverables shall be strictly as indicated in the table below:
Timeline for deliverables
Sl.
No Deliverables
Expected
date of
completion
Remarks
1
Submission of Design Basis Report: final design
proposal along with material specifications, cost
estimates, samples of each material to be
incorporated.
30 days From date of signing
the contract.
2
Submission of complete finalized shop drawings
for structural elements, architectural components,
electrical, Heating & Cooling system, CCTV,
LAN, Plumbing & Sanitation system, connection
details, door and window details, flooring,
ceiling, walls, joineries etc for offices, gates and
railings.
45 days From date of signing
the contract.
3
Submission of complete specifications of
materials for structural, architectural, electrical,
Heating & Cooling system, CCTV, LAN,
Plumbing & Sanitary system, roofing, walls,
flooring, ceiling, doors and windows, hardware,
glazing, insulation, complete set for Gate and
railings including with BoQ with Cost estimates
and samples of each to the client.
45 days From date of signing
the contract
4
Supply of all LGSF structural components to
sites including all structural, architectural,
electrical, Heating & Cooling systems, Plumbing
& Sanitary Fixtures, roofing materials and its
accessories, walls and its accessories, approved
ceiling and its accessories, doors and windows
and their components including all approved
hardware, glazing materials and its components,
insulations, all materials required for Offices and
Gates, all materials required for railings. Other
Necessary components within the scope of this
work.
120 days From date of signing
the contract
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 18 of 29
5
Construction and completion of railing and
footpath at both sides of approach on flyover
deck indicated in the plans
120 days From date of signing
the contract
6 Construction and completion of retaining walls at
ICP, Bumpagang as reflected in plan and BoQ 150 days
From date of signing
the contract
7
Construction and completion of all necessary
drainage works at ICP Bumpagang as reflected in
BoQ
180 days From date of signing
the contract
8
Completion of providing & Laying of base
course at ICP Bumpagang as per the BoQ and
ToR.
180 days From date of signing
the contract
9
Construction and completion of paver block
pavement at ICP Rinchending and Bumpagang
as per the provisions of BoQ and ToR..
270 days From date of signing
the contract
10
Construction and completion of DBM and AC
pavement works at ICP Rinchending as per the
provisions of BoQ and ToR.
270 days From date of signing
the contract
11
Install and construction of all approved LGSF
structural frames for offices, gates and railings at
sites
240 days From date of signing
the contract
12
Installation of all LGSF wall components and its
insulation, door and windows, roofing and
insulation, Heating & Cooling, plumbing &
sanitary, electrical, LAN, CCTV complete as per
ToR.
270 days From date of signing
the contract
13
Completion and finishing of ceiling and its
insulation, flooring in offices and gates,
electrification, Heating & Cooling, CCTV, LAN,
Plumbing& Sanitary, Utility services, Doors and
Windows for all Offices and Gates, railings at
sites as per the provisions of ToR and approved
brands.
360 days From date of signing
the contract
14 Completion and handing of facility to client in all
aspects included in the scope of the works. 365 days
From date of signing
the contract
1. The Bidder shall deliver all the required services as per the agreed TOR and Time Schedule
Flow Chart from the beginning of the award of the contract.
2. All payments shall be made as per the mode of payment upon furnishing of bills duly
verified by the Engineer In-charge of the client.
3. All Payments shall be made after deducting taxes as applicable under the Income Tax Act
of the Kingdom of Bhutan.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 19 of 29
XI. KEY TECHNICAL PERSONNEL:
All the experts who have a crucial role in implementing the contract are referred to as key experts
and profiles of these key experts required for this assignment are given below. Overall, the bidder
shall provide a suitably qualified team to carry out the detailed studies. The bids shall be
disqualified if bidder fails to submit required number of key experts and qualification of these
key experts don't meet the requirement as per this ToR
1. Key Experts:
The Bidder shall engage the following key personnel apart from other support staff to carry out
the services.
a. Architect
b. Structural Engineer ( Project Manager)
c. Electrical Engineer
d. Site Engineer-2 numbers;
2. Qualification and Experience Requirements:
The key personnel shall meet the following minimum qualification requirements. These
qualification requirement is requisite to qualify the bids for evaluation and shall not carry any
weightages;
a. Architect:
i. Bachelor Degree in Architecture from a recognized University with minimum of 2
years of professional experience.
ii. Should be familiar with CAD software like AutoCAD, Revit Architecture, and
Sketch up, etc.
iii. Should be able to prepare and finalize design concepts and design criteria and do
the presentation.
iv. Should be able to prepare detailed Architectural drawings for the proposed offices
and other ancillary structures.
v. Should be familiar with specifications of materials for construction of gates and
offices.
vi. Should have good presentation skill.
vii. Must be fluent in spoken & written English.
viii. CV should have at least of two referees.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 20 of 29
b. Structural Engineer (Project Manager):
i. Masters Degree in Civil Engineering with specialization in structures from a
recognized University with minimum five (5) years of professional experience.
ii. Should be familiar with structural analysis and design software like SAP2000,
MIDAS Civil, MIDAS Gen, STAAD, etc.
iii. Should have adequate knowledge and experience in material testing and result
interpretation.
iv. Should be familiar with specifications for Pre-Engineered Buildings and its related
components.
v. Prepare and finalize structural designs in close consultation with the
Client’s Architect.
vi. Prepare a final report and present to a forum of stakeholders.
vii. Must be fluent in spoken & written English.
viii. Should be able to lead the team and function as team leader for the construction of
LGSF structural components and Gates.
ix. Should also work as a project manager at site.
x. CV should have at least of two referees.
c. Electrical Engineer:
i. Bachelor Degree in Electrical Engineering from a recognized University with
minimum of 3 years of professional experience OR Diploma in Electrical
Engineering with a minimum of 5 years of professional experience in electrical,
HVAC/heating & cooling and firefighting mechanism.
ii. Should be familiar with CAD software like AutoCAD.
iii. Prepare and finalize design concepts and design criteria in close consultation with
the Team Leader.
iv. Prepare detailed engineering drawings for the proposed offices and other ancillary
structures.
v. Must be fluent in spoken & written English.
vi. CV should have at least of two referees.
d. Site Engineer (2 Numbers): i. Bachelor’s Degree in Civil engineering from a recognized University with
minimum of 3 years professional experience OR Diploma in Civil engineering with
minimum of 5 years of professional experience.
ii. The bidder should depute site engineer for each sites.
iii. Responsible for overall supervision of all the works.
iv. Review design drawings for completeness or consistency before commencement of
Contract works.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 21 of 29
v. Construction progress monitoring and evaluation.
vi. Material testing and certification of quality.
vii. Ensure safety working procedures and enforce them.
viii. Overall quality control and quality administration/ assurance.
ix. Work in close coordination with Project Manager/Engineers of client and bidder(s).
x. Prepare a final report and present to a forum of stakeholders.
xi. Must be fluent in spoken & written English.
xii. CV should have at least of two referees.
The task and responsibilities specified above are generic in nature and the experts will have to
undertake all the activities required for them to complete the project as defined in the detailed
scope of work. Preference shall be given to experts having experiences in similar works.
Supporting document for key personnel’s /training certificate(s) from the reputed training
institutions is required. Similarly, the qualifications/experiences shall be supported by
academic qualification and experience certificates (in English).
3. Mandatory documents required:
The bidder shall provide the following details of the proposed key personnel and equipment’s
for the evaluation purpose as per the SBD 2019 and Term of Reference (ToR).
a. For Proposed Key Personnel;
i. Original signed CVs of technical manpower committed with at least two referees.
ii. Copies of Citizenship ID Cards or work permit/ Passport/ Election/Voter ID cards
(for foreign workers) of all manpower committed.
iii. Copies of contract agreements (specific to the project) with all personnel if they
have been hired on contract by the contractor.
iv. Copies of Provident Fund Account Documents for all regular personnel or payrolls
or Copies of monthly remittance schedule of Health Contribution and Tax Deducted
at Source for all regular personnel committed for this project.
b. For Manufacturer’s Authorization Certificate;
i. Original copy of manufacturer’s authorization for LGSF and components, Roofing and
accessories, Automatic gate, heating and cooling and plumbing and sanitation systems.
c. For Equipment;
i. Copy of the registration certificate of each equipment committed.
ii. Copy of Insurance policy for each equipment where applicable.
iii. In case of hiring, copy of the lease agreement (specific to the project) in addition to
a) & b) above.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 22 of 29
iv. In case of equipment’s that do not require registration with RSTA copy of cash
memos stamped by RRCO if newly imported or copy of sale deeds or verification
letter issued by a Government Engineer.
d. For similar work experience
i. Copies of similar work experience certificates for both consultant/contractor carried
out within the last five (5) years.
Non submission of above supporting documents or evidence for key personnel, equipment’s and
similar work experience certificate by bidder shall affect the scoring of points in evaluation
purpose. Translations in English must be submitted along with the copy of original if the
certificates are not in English.
Note:
The proposal will be deemed non-responsive and lead to disqualification of bids if the bidders
fail to submit following documents;
a. If the proposal doesn't meet the eligibility criteria as reflected in Terms of Reference (ToR).
b. If the proposed key technical personnel do not meet the minimum qualification criteria as
reflected in Terms of Reference (ToR).
c. If the bidders doesn't have required number key technical personnel as reflected in Terms
of Reference (ToR).
d. Original copy of Manufacturer's authorization from Registered Principal Manufacturer for
the LGSF components and other major component such as roofing (Quad core), automatic
gates, Heating & Cooling and Plumbing & Sanitary fixtures.
XII. EVALUATION AND COMPARISION OF BIDS:
1. The evaluation will have two stages.
2. Stage one for evaluation of consultant which shall be only technical.
3. Stage two for evaluation of construction firm (contractor) which shall be both technical
and financial.
4. The tender will have two bids in separate envelope for services (Envelope A) and works
(Envelope B).
5. The bid of services and works is to evaluate the consultant and bidder respectively.
6. Envelope A will have technical proposal only.
7. Envelope B will have both the technical and financial proposal.
8. The financial will be quoted in lump sum for LGSF components & other allied
components and item rate for allied civil works.
9. The partners can share human resource.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 23 of 29
10. The consultant must score 75 points out of 100 points in stage one in order to qualify its
partner bidder for further evaluation in stage two.
11. The Financial Bids of only those Bidders obtaining a minimum score of 75% stage one
shall be opened & evaluated.
12. The financial bid of the Bidders failing to obtain the minimum score (75) will be returned
unopened in the presence of bidder.
13. The technical score of the consultant from the stage one will not be carried forward for
stage two of evaluation.
14. The Envelope B will be evaluated through revised point base system using e-tool.
15. The technical proposals would be evaluated out of 100 points. Criteria, sub-criteria and
the points system for the evaluation of Technical Proposals are as given in ToR, SRFP
and SBD.
16. The Financial proposal shall include all the expenses as per ToR and shall be opened in
presence of Bidders’ representative who chose to attend after the evaluation of technical
bid is complete.
17. The Financial proposal shall be evaluated for any arithmetical errors and for the purpose
of comparison, all the cost shall be converted to a single currency i.e. Ngultrum.
18. The bids shall be evaluated as per the ToR and evaluation and qualification criteria in
SBD 2019.
19. The lowest evaluated bidder (H1) will be given the letter of intent and if accepted, the
work will be awarded to it.
Evaluation sheet for Stage-I for Design, Supply, Install, fabricate and finishing of Offices,
Gates, Railings, Plumbing, Sanitation & Utility Services and other allied Civil works for
ICPs at Rinchending & Bumpagang, Chukha.
(November 2019)
Sl.No Evaluation Criteria/sub criteria Max.
Score
A Specific experience of the consultancy firm relevant to the assignment
within last five years 10.00
1 Above three numbers of similar work done within last five years (100% of
10) 10.0
2 Above two numbers of similar work done within last five years (50% of 10) 5.0
3 Above one number of similar work done within last five years (25% of 10) 2.5
4 No similar work experience (0% of 15) 0.0
Total for A 10.0
B Adequacy of the proposal with respect to design, material specifications,
methodology & completeness and work plan in responding to the Terms
of Reference
25.00
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 24 of 29
1 Design Proposal. 10.00
a Design proposal as per the client's requirement. 10.00
b Design proposal not as per the client's requirement. 0.00
2 Material Specifications. 10.00
a Material Specifications aligned as per provisions of ToR 10.00
b Material Specifications not as per provisions of ToR 0.00
3 Methodology and Completeness of the proposal 2.50
a Proposal complete and methodology aligned as per ToR 2.50
b Proposal complete and methodology not aligned as per ToR 0.00
4 Work plan 2.50
a Work plan aligned as per the delivery schedule 2.50
b Work plan not aligned as per the delivery schedule 0.00
Total (B) 25.00
C Key professional staff qualification, experience and competence for the
assignment. 45.00
Adequacy for the assignment
I Architect:- 10.00
1 Bachelor Degree in Architecture with more than 10 years of professional
experience in similar works (100% of 10) 10.00
2 Bachelor Degree in Architecture with 5-10 years of professional experience
in similar works (50% of 10) 5.00
3 Bachelor Degree in Architecture with 2-5 years of professional experience in
similar works ( 25% of 10) 2.50
4 Bachelor Degree in Architecture less than two years of professional
experience in similar works (0% of 10) 0.00
II Structural Engineer (Project Manager):- 15.00
1 Masters Degree in Civil Engineering with more than 15 years of professional
experience (100% of 15) 15.00
2 Masters Degree in Civil Engineering with 10-15 years of professional
experience (50% of 15) 7.50
3 Masters Degree in Civil Engineering with 5-10 years of professional
experience (25% of 15) 3.75
4 Masters Degree in Civil Engineering with less than 5 years of professional
experience (0% of 15) 0.00
III Electrical Engineer:- 7.50
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 25 of 29
1 Bachelors Degree in electrical engineering with more than seven (7) years of
professional experience OR Diploma in electrical engineering with more
than ten (10) years of professional experience. (100% of 7.5)
7.50
2 Bachelors Degree in electrical engineering with five to seven (5-7) years of
professional experience OR Diploma in electrical engineering with seven to
ten (7-10) years of professional experience. (50% of 7.5)
3.75
3 Bachelors Degree in electrical engineering with three to five (3-5) years of
professional experience OR Diploma in electrical engineering with five to
seven (5-7) years of professional experience. (25% of 7.5)
1.88
4 Bachelors Degree in electrical engineering with less than three(3) years of
professional experience OR Diploma in electrical engineering less than
five(5) years of professional experience. (0% of 7.5)
0.00
IV Site Engineer - 6.25 points each for site engineer 12.50 Adequacy for the assignment: 12.50
1 Bachelor in Civil engineering with more than seven (7) years of professional
experience OR Diploma in civil engineering with more than ten (10) years of
professional experience (100% of 12.5)
12.50
2 Bachelor in Civil engineering with five to seven (5-7) years of professional
experience OR Diploma in civil engineering with seven to ten (7-10) years
of professional experience (50% of 12.5)
6.25
3 Bachelor in Civil engineering with three to five (3-5) years of professional
experience OR Diploma in civil engineering with five to seven (5-7) years of
professional experience (25% of 12.5)
3.13
4 Bachelor in Civil engineering with less than three (3) years of professional
experience OR Diploma in civil engineering with less than five (5) years of
professional experience (0% of 12.5)
0.00
Note: For each site engineer the maximum point is 6.25
Total for C 45.00
D Participation by nationals among proposed key personnel 10.00
1 All key staff Nationals (100% of 10) 10.00
2 More than 50 % key staff Nationals (50% of 10) 5.00
3 Less than 50 % key staff national (25% of 10) 2.50
4 All key staff non-nationals 0.00
Total for D 10.00
E Presentation by proposed key personal for Proposal 10.00
Grand Total (A+B+C+D+E) 100.00
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 26 of 29
General guidelines for the Presentation by key technical personnel on proposal.
1. All firms shall be required to make a presentation on the technical proposal on a date, time
and venue that will be notified later by client.
2. The presentation shall be done by one of the proposed key technical personnel only.
3. The presentation shall only include what has been proposed and submitted in bids.
4. The presentation will be assessed as per the ToR.
5. The presentation shall be for a maximum of 25 minutes followed by 5 minutes Q&A.
6. This phase will carry a weight-age of 10% (Ten percent) from the technical evaluation of
consultancy services.
7. The presentation must be made by a lead partner but howsoever the presence of the JV
counterpart will also be required.
8. The client also reserves the right to reschedule the presentation with reasonable
justifications which may include one or all of changes in date, time and venue from earlier
notification from the client.
9. Both hard and soft copies of the presentation should be submitted to client for further
verification and evaluation after the presentation of proposal.
10. The Committee shall base their ratings on the overall presentation, theme and Q&A for the
criteria given below;
a. Research & study carried out.
b. Technical approach and methodology.
c. Specification of materials. (Confirmation to the specifications provided).
d. Design proposal;
i. Architecture and aesthetics.
ii. Structural and safety components.
iii. Electrical, Heating and cooling & Fire Suppression System.
iv. Other Services. (Plumbing, street lighting, sewerage, gate, hand rails etc).
e. Authorization/Dealership accorded from the principal manufacturer.
f. Periodic/annual maintenance methodology and plan.
g. Work plan.
h. Overall proposal framework.
XIII. FINANCIAL PROPOSAL:
The Financial proposal shall include all the expenses required to carry out the Services and works
as per the Terms of Reference & other relevant clauses in the Contract Agreement. The Bidder
shall submit a detailed break-up of all the expenses justifying the quoted amount in Standard
Bidding Document in Envelope (B) using appropriate forms.
Note: The bidders shouldn't submit their financial quotes in their technical proposal
(Envelope A)
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 27 of 29
XIV. MODE OF PAYMENTS:
The mode of payments shall be as per the current system practiced in RGoB for payment of any
bills in favor of the lead partner. The payments shall be made in local currency, that is, in
Bhutanese Ngultrum only. The Bidder shall submit bills in original while claiming for release of
payments. The Executing Agency shall properly scrutinize the bills, verify and submit for release
of payments. The client shall plan and release payment as per the payment schedule submitted by
the bidder depending on the progress of works achieved at site.
The payment schedule payable to the Bidder for performing the work within the scope of works
shall be released as follows;
Payment Schedule
Sl.No Description of activity
Percentage of
amount to be
released
Remarks
1
Submission of Design Basis Report and
acceptance of Final Design Proposal for all
items specified in this ToR. 10
Percentage of
initial quoted
amount for Pre-
Engineered
Works of the
particular sites
excluding allied
Civil Works.
2
Submission and acceptance of complete shop
drawings and specifications of materials for
all items covered in this ToR. 5
3
Supply, erection, install and completion of all
aspects of structural and architectural
components for offices, gates and railings. 20
4
Installation and completion of walls, roofing
& its accessories for offices & gates. Supply
of electrical fixtures for offices, gates and
street lighting, CCTV, LAN, Plumbing &
sanitation.
20
5
Completion and finishing of floors, ceilings,
Heating & cooling systems, electrification of
offices & gates, street lighting, plumbing &
sanitation, installation of LAN, CCTV,
drainage and all items covered in ToR.
20
6 Completion, finishing, painting and
over of the completed works. 25
7 For the allied civil works, the payments shall
be as per SBD As per SBD
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 28 of 29
Note:
Payment for the civil works shall be as per the contract clause and above payment schedule
is for the design, supply, build/fabricate and finishing offices and gates for the respective
sites. The payment schedule shall strictly implemented sequentially during the execution and
as per the progress for civil works.
XV. RETENTION MONEY:
From every bill, 10% (ten percent) shall be deducted as retention money. The retention money
would be released only after one year after the project is completed and taken over by the client.
However, the retention money may be re-funded upon submission of an unconditional bank
guarantee.
XVI. RESPONSIBILITY FOR THE ACCURACY OF THE WORK:
For the inaccuracies in the design for proposed pre-engineered offices and gates, shall indemnify
the Client as follows:
1. For major lapses or over sights in the analysis and/or design of the structures such that it
results in the part or total failure of the structure or that the structure is rendered
unserviceable during its intended service life and if it can be proven beyond sufficient
doubt that the failures are attributable to the design, the bidder shall be fully liable for the
repayment of all the costs and making good any other eventualities resulting from the
failure or un-serviceability of the structure(s).
2. The bidder shall be liable proportionately and as appropriate for the damages caused to
Client resulting from his/ her negligence or failure to discharge the stipulated duties and
responsibilities during the execution of the contract.
3. If the Project is not completed in time, the bidder as whole will be fully as appropriate if
the delay is attributable to the faulty designs or un-acceptable supply of materials as per
the terms of Contract and/ or if it becomes apparent that the bidder has deliberately
delayed the construction process.
ROYAL GOVERNMENT OF BHUTAN MINISTRY OF WORKS & HUMAN SETTLEMENT
DEPARTMENT OF ENGINEERING SERVICES THIMPHU: BHUTAN
Post Box No.129 “Construction Industry: Solutions through innovation and improved technology”
Page 29 of 29
XVII. INSURANCE OF THE WORK:
The bidders should ensure that supply of materials, construction of works covered in the scope of
works should be insured from Insurance Companies in Bhutan. Cost for such activity should borne
by the bidders. The client shall not entertain additional cost for lost of materials during
transportation, stored or during construction and it is the responsibility of the bidder. The insurance
of completed works till defect liability period should be included in the bids as well. Additional
requirement to be compiled with relevant clauses of Standard Bidding Documents (SBD) and
Standard Request For Proposal (SRFP).
XVIII. VALIDITY OF THE FINANCIAL OFFER:
The Bidder’s financial offer for this contract shall be valid for entire duration of the contract from
the date of signing the contract agreement. It is important to note that the contract shall begin from
the date of signing of the contract for the construction of the offices, gates and railings only after
acceptance of proposals but not immediately after submission of the final design report by the
Bidder. In other words, the date of contract shall be reckoned from the date of issue of “Notice to
Proceed” by the Client after acceptance of proposals and negotiations.
If the Client is not able to undertake the contract work due to certain unforeseen eventualities, the
contract shall be considered as cancelled and the Bidder shall not have the right to claim payments
in any form from the Client for the contract.