[go: up one dir, main page]

0% found this document useful (0 votes)
4K views193 pages

Subcontracting Plans for Tonga Contracts

This document summarizes bidding procedures for the SASEC Highway Improvement Project (SHIP) Contract No. SHIP/OCB/RSIW/02 for black spot elimination and road safety improvement works on two sections of the Mahakali Highway in Nepal. It consists of instructions to bidders on bid preparation and submission, including bid format and content, bid prices, currencies, qualifications, securities, submission deadline, and opening. The project will be procured following a single-stage, two-envelope bidding procedure.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
4K views193 pages

Subcontracting Plans for Tonga Contracts

This document summarizes bidding procedures for the SASEC Highway Improvement Project (SHIP) Contract No. SHIP/OCB/RSIW/02 for black spot elimination and road safety improvement works on two sections of the Mahakali Highway in Nepal. It consists of instructions to bidders on bid preparation and submission, including bid format and content, bid prices, currencies, qualifications, securities, submission deadline, and opening. The project will be procured following a single-stage, two-envelope bidding procedure.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

Government of Nepal

Ministry of Physical Infrastructure and Transport


Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal

SASEC Highway Improvement Project (SHIP)


(ADB Loan No. 3772-NEP)

Contract No. SHIP/OCB/RSIW/02

Black Spot Elimination


&
Road Safety Improvement Works of Sahajpur~Syaule (57+760 ~ 131+380) &
Satbanjh~Darchula (200+760~321+000) Section of Mahakali Highway

Bidding Document

Part I Bidding Procedures


Section1 Instruction to Bidders
Section2 Bid Data Sheet
Section3 Evaluation and Qualification Criteria Section
Section4 Bidding Forms including Bills of Quantities
Section5 Eligible Countries

February, 2024
Preface
This Bidding Document for the Procurement of Works (Single Stage – Two Envelope) has
been prepared by the Government of Nepal, Ministry of Physical Infrastructure and
Transport, Department of Roads, Project Directorate (ADB) and is based on the Standard
Bidding Document for the Procurement of Works (SBD Works) issued by the Asian
Development Bank dated May 2018.

ADB’s SBD Works has the structure and the provisions of the Master Procurement
Document entitled “Bidding Documents for the Procurement of Works”, prepared by
multilateral development banks and other public international financial institutions, except
where ADB-specific considerations have required a change.
Table of Contents - Summary Description

PART I BIDDING PROCEDURES


Section 1 - Instructions to Bidders (ITB) ------------------------------------------------ 1-1
This Section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening, and evaluation of bids and on the
award of contract.

Section 2 - Bid Data Sheet (BDS) ---------------------------------------------------------- 2-1


This Section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 - Instructions to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) -------------------------- 3-1


This Section contains the criteria to determine the lowest evaluated bid and the qualifications of the
Bidder to perform the contract.

Section 4 - Bidding Forms (BDF) --------------------------------------------------------- 4-1


This Section contains the forms which are to be completed by the Bidder and submitted as part of his
Bid.

Section 5 - Eligible Countries (ELC) ----------------------------------------------------- 5-1


This Section contains the list of eligible countries.

PART II WORKS REQUIREMENTS


Section 6 - Employer’s Requirements (ERQ) ------------------------------------------ 6-1
This Section contains the Specifications, Drawings, and Supplementary Information that describe the
Works to be procured, Personnel Requirements, and Equipment Requirements.

Section 6A – Summary of Description of Works


This Section contains the summary list of main works to be executed under the contract. Specification,
Special provisions and, the Drawings, that describe the Works to be procured.

Section 6B – Standard Specifications


This document has been issued under the authority of the Government of Nepal, Ministry of Physical
Planning and Works, Department of Roads (July 2001), it can be purchased from the Central Road
Laboratory, Kupandole, Lalitpur.

Section 6C – Special Provisions


This section contains amendments, supplements, etc. to the standard specifications to suit the
specific requirements of the project, including sections regarding Minor Bridges and PBM works

Section 6D – Drawings
The drawings are presented in a separate volume.

Section 6E – Personnel Requirements


This section provides the information on Personnel Requirements

Section 6F – Equipment Requirements


This section provides the information on Equipment Requirements
PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS
Section 7 - General Conditions of Contract (GCC) --------------------------------- 7-1
This Section contains the general clauses that govern the Contract. These General Conditions shall
be the Conditions of Contract for Construction, Multilateral Development Bank Harmonized Edition,
prepared by the Fédération Internationale des Ingénieurs-Conseil (FIDIC 2010 MDB version). These
Conditions are subject to the variations and additions set out in Section 8 (Particular Conditions of
Contract).

Section 8 - Particular Conditions of Contract (PCC) ------------------------------- 8-1


This Section contains provisions that are specific to each contract and that modify or supplement the
GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC

Section 9 - Contract Forms (COF) -------------------------------------------------------- 9-1


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.
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 1 - Instructions to Bidders

(Single – Stage, Two-Envelope Bidding Procedure)

Table of Clauses
[Link]…………………………………………………………………………………………………………..1-3

1. Scope of Bid .......................................................................................................................... 1-3


2. Source of Funds .................................................................................................................... 1-3
3. Fraud and Corruption ............................................................................................................ 1-3
4. Eligible Bidders ...................................................................................................................... 1-5
5. Eligible Materials, Equipment and Services .......................................................................... 1-7

[Link] of Bidding Document……………………………………………………………………………..1-7

6. Sections of Bidding Document .............................................................................................. 1-7


7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ............................................. 1-8
8. Amendment of Bidding Document ........................................................................................ 1-9

[Link] of Bids……………………………………………………………………………………………1-9

9. Cost of Bidding ...................................................................................................................... 1-9


10. Language of Bid .................................................................................................................... 1-9
11. Documents Comprising the Bid ............................................................................................. 1-9
12. Letters of Bid and Schedules .............................................................................................. 1-10
13. Alternative Bids ................................................................................................................... 1-10
14. Bid Prices and Discounts .................................................................................................... 1-10
15. Currencies of Bid and Payment .......................................................................................... 1-11
16. Documents Comprising the Technical Proposal ................................................................. 1-12
17. Documents Establishing the Qualifications of the Bidder ................................................... 1-12
18. Period of Validity of Bids ..................................................................................................... 1-12
19. Bid Security/Bid-Securing Declaration ................................................................................ 1-12
20. Format and Signing of Bid .................................................................................................. .1-14

[Link] and Opening of Bids…………………………………………………………………………1-14

21. Sealing and Marking of Bids ............................................................................................... 1-14


22. Deadline for Submission of Bids ......................................................................................... 1-15
23. Late Bids.............................................................................................................................. 1-15
24. Withdrawal, Substitution, and Modification of Bids ............................................................. 1-15
25. Bid Opening ......................................................................................................................... 1-15

E. Evaluation and Comparison of Bids……………………………………………………………………..1-17

26. Confidentiality ...................................................................................................................... 1-17


27. Clarification of Bids .............................................................................................................. 1-18
28. Deviations, Reservations, and Omissions ........................................................................... 1-18

1-1
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

29. Examination of Technical Bids ........................................................................................... 1-18


30. Responsiveness of Technical Bid ....................................................................................... 1-18
31. Nonmaterial Nonconformities .............................................................................................. 1-19
32. Qualification of the Bidder ................................................................................................... 1-19
33. Subcontractors .................................................................................................................... 1-19
34. Correction of Arithmetical Errors ......................................................................................... 1-20
35. Conversion to Single Currency ........................................................................................... 1-20
36. Domestic Preference ........................................................................................................... 1-20
37. Evaluation and Comparison of Price Bids ........................................................................... 1-20
38. Abnormally Low Bids ........................................................................................................... 1-21
39. Unbalanced or Front Loaded Bids ...................................................................................... 1-22
40. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids .................................... 1-22
41. Notice of Intention for Award of Contract ............................................................................ 1-22

`F. Award of Contract………………………………………………………………………………………….1-22

42. Award Criteria ...................................................................................................................... 1-22


43. Notification of Award ........................................................................................................... 1-22
44. Signing of Contract .............................................................................................................. 1-23
45. Performance Security .......................................................................................................... 1-23
46. Bidding-Related Complaints ................................................................................................ 1-23

1-2
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 1 - Instructions to Bidders


A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid
Data Sheet (BDS), the Employer, as indicated in the BDS, issues this
Bidding Document for the procurement of Works as specified in
Section 6 (Employer’s Requirements). The name, identification, and
number of contracts of the open competitive bidding (OCB) are
provided in the BDS.

1.2 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.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated
in the BDS has applied for or received financing (hereinafter called
“funds”) from the Asian Development Bank (hereinafter called “ADB”)
toward the cost of the project named in the BDS. The Borrower
intends to apply a portion of the funds to eligible payments under the
contract(s) for which this Bidding Document is issued.

2.2 Payments by the ADB will be made only at the request of the
Borrower and upon approval by ADB in accordance with the terms
and conditions of the Financing Agreement between the Borrower
and ADB (hereinafter called “Financing Agreement”), and will be
subject in all respects to the terms and conditions of that Financing
Agreement. No party other than the Borrower shall derive any rights
from the Financing Agreement or have any claim to the funds.

3. Fraud and 3.1 ADB’s Anticorruption Policy requires Borrowers (including


Corruption beneficiaries of ADB-financed activity), as well as Bidders, Suppliers,
and Contractors under ADB-financed contracts, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, ADB

(a) defines, for the purposes of this provision, the terms set forth below
as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means 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) “coercive practice” means 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;

1-3
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;
(v) abuse” means theft, waste or improper use of assets related
to ADB-related activity, either committed intentionally or
through reckless disregard;
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and
regulations;
(vii) “obstructive practice” means (a) deliberately destroying,
falsifying, altering or concealing of evidence material to an
ADB investigation, or deliberately making false statements to
investigators, with the intent to impede an ADB investigation;
(b) threatening, harassing or intimidating any party to prevent
it from disclosing its knowledge of matters relevant to a Bank
investigation or from pursuing the investigation; or (c)
deliberate acts intended to impede the exercise of ADB’s
contractual rights of audit or inspection or access to
information; and
(viii) “integrity violation" is any act which violates ADB’s
Anticorruption Policy, including (i) to (v) above and the
following: abuse, conflict of interest, violations of ADB
sanctions, retaliation against whistleblowers or witnesses,
and other violations of ADB's Anticorruption Policy, including
failure to adhere to the highest ethical standard
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practices or
other integrity violations in competing for the Contract;

(c) will cancel the portion of the financing allocated to a contract if it


determines at any time that representatives of the Borrower or of a
beneficiary of ADB-financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that contract,
without the Borrower having taken timely and appropriate action
satisfactory to ADB to remedy the situation;

(d) will impose remedial actions on a firm or an individual, at any time,


in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended from time to time),
including declaring ineligible, either indefinitely or for a stated period
of time, to participate 1 in ADB-financed, -administered, or -
supported activities or to benefit from an ADB-financed, -
administered, or -supported contract, financially or otherwise, if it at
any time determines that the firm or individual has, directly or
through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations; and

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed by ADB, requiring Bidders,
suppliers and contractors to permit ADB or its representative to
inspect their accounts and records and other documents relating to

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

1-4
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

3.2 All Bidders, consultants, contractors, suppliers, and other third


parties engaged or involved in ADB-related activities have a duty to
cooperate fully in any screening or investigation when requested by
ADB to do so. Such cooperation includes, but is not limited to, the
following:

(a) being available to be interviewed and replying fully and truthfully to


all questions asked;
(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(c) upon written request by ADB, authorizing other related entities to
release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
(d) cooperating with all reasonable requests to search or physically
inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s ICT resources or systems (including mobile phones,
personal electronic devices, and electronic storage devices such as
external disk drives);
(e) cooperating in any testing requested by ADB, including but not
limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and
(f) preserving and protecting confidentiality of all information discussed
with, and as required by, ADB.

3.3 All Bidders, consultants, contractors and suppliers shall ensure that,
in its contract with its sub-consultants, sub-contractors and other third
parties engaged or involved in ADB-related activities, such sub-
consultants, sub-contractors and other third parties similarly
undertake the foregoing duty to cooperate fully in any screening or
investigation when requested by ADB to do so.
3.4 The Employer hereby puts the Bidder on notice that the Bidder or any
joint venture partner of the Bidder (if any) may not be able to receive
any payments under the Contract if the Bidder or any of its joint
venture partners, as appropriate, is, or is owned (in whole or in part)
by a person or entity subject to applicable sanctions.
3.5 Furthermore, Bidders shall be aware of the provision stated in
Subclause 1.15 and 15.6 of the Conditions of Contract

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-
owned enterprise subject to ITB 4.5—or any combination of them
with a formal intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture. In the case of a Joint
Venture,
(a) all partners shall be jointly and severally liable; and
(b) the Joint Venture 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 Joint Venture during the bidding process and, in
the event the Joint Venture is awarded the Contract, during contract
execution.

1-5
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5 (Eligible
Countries). A Bidder shall be deemed to have the nationality of a country
if the Bidder is a citizen or is constituted, incorporated, or registered, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed subcontractors or suppliers for any part of the Contract
including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders 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 the bidding process
if any of, including but not limited to, the following apply:

(a) they have controlling shareholders 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 material
information about or improperly influence 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,
either individually or as a partner in a joint venture, except for
alternative offers permitted under ITB 13 of the Bidding Document.
This will result in the disqualification of all Bids in which it is involved.
However, subject to any finding of a conflict of interest in terms of
ITB 4.3(a)-(d) above, this does not limit the participation
of a Bidder as a Subcontractor in another Bid or of a firm as a
Subcontractor in more than one Bid; or
(f) a Bidder, joint venture partner, associates, parent company, or any
affiliated entity, participated as a Consultant in the preparation of the
design or technical specifications of the works that are the subject
of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or is
proposed to be hired) by the Employer or Borrower as Engineer for
the contract; or

(h) a Bidder would be providing goods, works, or non-consulting


services resulting from or directly related to consulting services for
the preparation or implementation of the project specified in the BDS
ITB 2.1 that it provided or were provided by any affiliate that directly
or indirectly controls, is controlled by, or is under common control
with that firm.

4.4 A firm shall not be eligible to participate in any procurement activities


under an ADB-financed, -administered, or -supported project while
under temporary suspension or debarment by ADB pursuant to its
Anticorruption Policy (see ITB 3), whether such debarment was
directly imposed by ADB, or enforced by ADB pursuant to the
Agreement for Mutual Enforcement of Debarment Decisions. A bid
from a temporary suspended or debarred firm will be rejected.

4.5 Government-owned enterprises in the Employer’s country shall be


eligible only if they can establish that they (i) are legally and

1-6
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02
financially autonomous, (ii) operate under commercial law, and (iii)
are not a dependent agency of the Employer.

4.6 A Bidder shall not be under suspension from bidding by the


Employer as the result of the execution of a Bid–Securing
Declaration.

4.7 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.8 Firms shall be excluded if by an act of compliance with a decision of


the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s country prohibits any
import of goods or contracting of works or services from that country
or any payments to persons or entities in that country.
4.9 In case a prequalification process has been conducted prior to the
bidding process, this bidding is open only to prequalified Bidders.

5. Eligible Materials, 5.1 The materials, equipment, and services to be supplied under the
Equipment and Contract shall have their origin in eligible source countries as defined
Services in 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.

B. Contents of Bidding Document

6. Sections of 6.1 The Bidding Document consist of Parts I, II, and III, which include all
Bidding Document the sections indicated below, and should be read in conjunction with
any addenda issued in accordance with ITB 8.

PART I Bidding Procedures


Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)
Section 4 - Bidding Forms (BDF)
Section 5 - Eligible Countries (ELC)
PART II Requirements
Section 6 - Employer’s Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions of Contract (GCC)
Section 8 - Particular Conditions of Contract (PCC)
Section 9 - Contract Forms (COF)

1-7
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

6.2 The IFB issued by the Employer is not part of the Bidding Document.

6.3 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 IFB.

6.4 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 7.1 A prospective Bidder requiring any clarification on the Bidding


Bidding Document shall contact the Employer in writing at the Employer’s
Document, Site address indicated in the BDS or raise his inquiries during the pre-bid
Visit, Pre-Bid meeting if provided for in accordance with ITB 7.4. The Employer will
Meeting respond in writing to any request for clarification, provided that such
request is received no later than 21 days prior to the deadline for
submission of bids. The Employer shall forward copies of its
response to all Bidders who have acquired the Bidding Document in
accordance with ITB 6.3, including a description of the inquiry 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 ITB 8 and
ITB 22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and entering
into a contract for construction of the Works. The costs 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 its premises and lands for the
purpose of such visit, but only upon the express 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 property, and any other loss, damage,
costs, and expenses incurred as a result of the 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 to submit any questions in writing, to reach


the Employer not later than 1 week before the meeting.

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 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 ITB 8 and not through the minutes
of the pre-bid meeting.

1-8
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

7.7 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer
Bidding Document may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.

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


addendum into account in preparing their Bids, the Employer may, at
its discretion, extend the deadline for the submission of Bids,
pursuant to ITB 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 shall 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 exchanged by the Bidder and the 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 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising the called the Technical Bid containing the documents listed in ITB 11.2
Bid and the other the Price Bid containing the documents listed in ITB
11.3, both envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:


(a) Letter of Technical Bid;
(b) Bid Security or Bid-Securing Declaration, in accordance with ITB 19;
(c) alternative Bids, if permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Any other document required in the BDS.

11.3 The Price Bid shall comprise the following:


(a) Letter of Price Bid;
(b) completed Price Schedules, in accordance with ITB 12 and ITB 14;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.

1-9
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

11.4 In addition to the requirements under ITB 11.2, Bids submitted by a


Joint Venture shall include a copy of the Joint Venture Agreement
entered into by all partners. Alternatively, a Letter of Intent to execute
a Joint Venture Agreement in the event of a successful Bid shall be
signed by all partners and submitted with the Bid, together with a
copy of the proposed agreement.

12. Letters of Bid and 12.1 The Letters of Technical Bid and Price Bid, and the Schedules,
Schedules including the Bill of Quantities, shall be prepared using the relevant
forms furnished in Section 4 (Bidding Forms). 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 and as required in the BDS.

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 Except as provided under ITB 13.4 below, Bidders wishing to offer
technical alternatives to the requirements of the Bidding Document
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 Section 6
(Employer’s Requirements). The method for their evaluation will be
stipulated in Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price
Discounts Bid and in the Bill of Quantities shall conform to the requirements
specified below.

14.2 The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or price
is entered by the Bidder will not be paid for by the Employer when
executed and shall be deemed covered by the rates for other items
and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid, in accordance with
ITB 12.1, shall be the total price of the Bid, excluding any discounts
offered. Absence of the total bid price in the Letter of Price Bid may
result in the rejection of the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 The prices shall be either fixed or adjustable as specified in the BDS.

(a) In the case of Fixed Price, prices quoted by the Bidder shall be
fixed during the Bidder’s performance of the contract and not

1-10
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

subject to variation on any account. A Bid submitted with an


adjustable price will be treated as nonresponsive and rejected.

(b) In the case of Adjustable Price, prices quoted by the Bidder shall
be subject to adjustment during performance of the contract to
reflect changes in the cost elements such as labor, material,
transport, and contractor’s equipment in accordance with the
provisions of the Conditions of Contract. A Bid submitted with a
fixed price will be treated as non-responsive and be rejected.
The Bidder shall furnish the indexes and weightings for the price
adjustment formulas in the Tables of Adjustment Data included
in Section 4 (Bidding Forms) and the Employer may require the
Bidder to justify its proposed indexes and weightings. Any bid
that omits indexes and weightings shall be subject to
clarification with the Bidder.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts
or for any combination of contracts (packages). Bidders wishing to offer
any price reduction for the award of more than one Contract shall specify
in their bid the price reductions applicable to each package, or
alternatively, to individual Contracts within the package. Price reductions
or discounts shall be submitted in accordance with ITB 14.4, provided
the Bids for all contracts are submitted and opened at the same time.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 28 days prior to the
deadline for submission of bids, shall be included in the rates and prices
and the total Bid Price submitted by the Bidder.

15. Currencies of Bid 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in the
and Payment currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in the currency of the Employer’s country in the
Schedule of Payment Currencies included in Section 4 (Bidding Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs to


the Works supplied from outside the Employer’s country and wishing to
be paid accordingly may indicate up to other currencies in the Schedule
of Payment Currencies included in Section 4 (Bidding Forms).

15.4 The rates of exchange to be used by the Bidder for currency conversion
during bid preparation shall be the selling rates for similar transactions
prevailing on the date 28 days prior to the deadline for submission of
bids published by the source specified in the BDS. If exchange rates are
not so published for certain currencies, the Bidder shall state the rates
used and the source. Bidders should note that for the purpose of
payments, the exchange rates confirmed by the source specified in the
BDS as the selling rates prevailing 28 days prior to the deadline for
submission of Bids shall apply for the duration of the Contract so that no
currency exchange risk is borne by the Bidder.

15.5 Foreign currency requirements indicated by the Bidders in the


Schedule of Payment Currencies shall include but not limited to the
specific requirements for

(a) expatriate staff and labor employed directly on the Works;


(b) social, insurance, medical and other charges relating to such
expatriate staff and labor, and foreign travel expenses;

1-11
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

(c) imported materials, both temporary and permanent, including fuels,


oil and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's
Equipment, including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant
and Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising
outside the Employer's country in connection with the Works.

15.6 Bidders may be required by the Employer to clarify their foreign currency
requirements, and to substantiate that the amounts included in the unit
rates and prices and shown in the Schedule of Payment Currencies are
reasonable and responsive to ITB 15.3 above, in which case a detailed
breakdown of its foreign currency requirements shall be provided by the
Bidder.

15.7 Bidders should note that during the progress of the Works, the
foreign currency requirements of the outstanding balance of the
Contract Price may be adjusted by agreement between the Employer
and the Contractor in order to reflect any changes in foreign currency
requirements for the Contract, in accordance with Sub clause 14.15
of the Conditions of Contract. Any such adjustment shall be effected
by comparing the percentages quoted in the bid with the amounts
already used in the Works and the Contractor's future needs for
imported items.
16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement
Comprising the of work methods, equipment, personnel, schedule, and any other
Technical information as stipulated in Section 4 (Bidding Forms), in sufficient
Proposal detail to demonstrate the adequacy of the Bidders’ proposal to meet
the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing the with Section 3 (Evaluation and Qualification Criteria) the Bidder shall
Qualifications of provide the information requested in the corresponding information
the Bidder sheets included in Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in joint ventures, applying for


eligibility for domestic preference shall supply all information required
to satisfy the criteria for eligibility as described in ITB 36.

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the bid
of Bids submission deadline date prescribed by the Employer. A bid valid for
a shorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the 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. If a bid security is requested in accordance with ITB 19, it shall
also be extended 28 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/Bid- 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as
Securing part of its Bid, in original form, either a Bid-Securing Declaration or a
Declaration bid security as specified in the BDS. In the case of a bid security, the
amount and currency shall be as specified in the BDS.

1-12
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

19.2 If a Bid-Securing Declaration is required pursuant to ITB 19.1, it shall


use the form included in Section 4 (Bidding Forms). The Employer
will declare a Bidder ineligible to be awarded a Contract for a
specified period of time, as indicated in the BDS, if the Bid-Securing
Declaration is executed.

19.3 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) an unconditional bank guarantee,


(b) an irrevocable letter of credit, or
(c) a cashier’s or certified check,
(d) swift message in the form of MT760.

all from a reputable source from an eligible country as described in


Section 5 (Eligible Countries). In the case of a bank guarantee, the
bid security shall be submitted either using the Bid Security Form
included in Section 4 (Bidding Forms) or another form acceptable to
the Employer. The form must include the complete name of the
Bidder. The bid security shall be valid for 28 days beyond the original
validity period of the bid, or beyond any period of extension if
requested under ITB 18.2.
19.4 Unless otherwise specified in the BDS, any Bid not accompanied by
a substantially compliant bid security or Bid-Securing Declaration, if
one is required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of
unsuccessful Bidders shall be returned promptly upon the successful
Bidder’s furnishing of the performance security pursuant to ITB 45.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of
the successful Bidder shall be returned promptly once the
successful Bidder has signed the Contract and furnished the
required performance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration
executed,
(a) if notwithstanding ITB 24.3, a Bidder withdraws its bid during the
period of bid validity specified by the Bidder on the Letters of
Technical Bid and Price Bid, except as provided in ITB 18.2; or
(b) if the successful Bidder fails to
(i) sign the Contract in accordance with ITB 44;
(ii) furnish a performance security in accordance with ITB 45;
(iii) accept the arithmetical correction of its Bid in accordance with
ITB 34; or
(iv) furnish a domestic preference security, if so required.

19.8 If the bid security is required as per ITB 19.1, the bid security of a
Joint Venture shall be in the name of the Joint Venture that submits
the Bid. If the Joint Venture has not been legally constituted at the
time of bidding, the bid security shall be in the name of any or all of
the Joint Venture partners. If the Bid-Securing Declaration is
required as per ITB 19.1, the Bid-Securing Declaration of a Joint
Venture shall be in the name of the Joint Venture that submits the
Bid. If the Joint Venture has not been legally constituted at the time

1-13
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

of bidding, the Bid-Securing Declaration shall be in the names of all


future partners as named in the letter of intent mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and
Signing of Bid one original set of the Price Bid comprising the Bid as described in
ITB 11 and clearly mark it “ORIGINAL - TECHNICAL BID” and
“ORIGINAL - PRICE BID.” Alternative Bids, if permitted in
accordance with ITB 13, shall be clearly marked “ALTERNATIVE.” In
addition, the Bidder shall submit copies of the Technical and Price
Bids, 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 in
indelible ink and shall be signed by a person 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. If a Bidder submits a
deficient authorization, the Bid shall not be rejected in the first
instance. The Employer shall request the Bidder to submit an
acceptable authorization within the number of days as specified in
the BDS. Failure to provide an acceptable authorization within the
prescribed period of receiving such a request shall cause the
rejection of the Bid. If either the Letter of Technical Bid or Letter of
Price Bid or Bid-Securing Declaration (if applicable) are not signed,
the Bid shall be rejected.
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 21.1 Bidders may always submit their Bids by mail or by hand. When so
Marking of Bids 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 or by hand shall enclose the original
of the Technical Bid, the original of the Price Bid, and each copy of
the Technical Bid and each copy of the Price Bid, in separate sealed
envelopes, duly marking the envelopes as “ORIGINAL -
TECHNICAL BID,” “ORIGINAL - PRICE BID,” and “COPY NO… -
TECHNICAL BID” and “COPY NO…. - PRICE BID.” These
envelopes, the first containing the originals and the others
containing copies, shall then be enclosed in one single envelope per
set. If permitted in accordance with ITB 13, alternative Bids shall be
similarly sealed, marked and included in the sets. The rest of the
procedure shall be in accordance with ITB 21.2 and ITB 21.5.
(b) Bidders submitting Bids electronically shall follow the electronic bid
submission procedures specified in the BDS.

21.2 The inner and outer envelopes shall


(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with BDS 22.1; and

1-14
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02
(c) bear the specific identification of this bidding process indicated in
the BDS 1.1.

21.3 The outer envelopes and the inner envelopes containing the
Technical Bid shall bear a warning not to open before the time and
date for the opening of Technical Bid, in accordance with ITB 25.1.

21.4 The inner envelopes containing the Price Bid shall bear a warning
not to open until advised by the Employer in accordance with ITB
25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the Bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of than the date and time indicated in the BDS.
Bids
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 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, 24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or
Substitution, and Price – after it has been submitted by sending a written notice, duly
Modification of signed by an authorized representative, and shall include a copy of
Bids the authorization in accordance with ITB 20.2, (except that
withdrawal notices do not require copies). The corresponding
substitution or 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 notices do not require copies), and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION”; and
(b) received by the Employer no later than 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.

24.3 No Bid may be withdrawn, substituted, or modified in the interval


between the deadline for submission of Bids and the expiration of the
period of bid validity specified by the Bidder on the Letters of
Technical Bid and Price Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives and anyone who chooses 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. The Price Bids will remain unopened and will
be held in custody of the Employer until the specified time of their
opening. If the Technical Bid and the Price Bid are submitted together
in one envelope, the Employer may reject the entire Bid.

1-15
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

Alternatively, the Price Bid may be immediately resealed for later


evaluation.

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


out and the envelope with the corresponding Bid 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.

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be


opened. The inner envelopes containing the Substitution Technical
Bid and/or Substitution Price Bid shall be exchanged for the
corresponding envelopes being substituted, which are to be returned
to the Bidder unopened. Only the Substitution Technical Bid, if any,
shall be opened, read out, and recorded. Substitution Price Bid will
remain unopened in accordance with ITB 25.1. No envelope shall be
substituted unless the corresponding substitution notice contains a
valid authorization to request the substitution and is read out and
recorded at bid opening.

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened.


No Technical Bid and/or Price Bid shall be modified unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out and recorded at the opening
of Technical Bids. Only the Technical Bids, both Original as well as
Modification, are to be opened, read out, and recorded at the
opening. Price Bids, both Original as well as Modification, will remain
unopened in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one
at a time, and the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the presence of a bid security or Bid-Securing Declaration, if
required; and
(d) any other details as the Employer may consider appropriate.
Only Technical Bids and alternative Technical Bids read out and
recorded at bid opening shall be considered for evaluation. Unless
otherwise specified in the BDS, all pages of the Letter of Technical
Bid are to be initialed by at least three representatives of the
Employer attending bid opening. No Bid shall be rejected at the
opening of Technical Bids except for late bids, in accordance with
ITB 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum, the name of the Bidder and whether
there is a withdrawal, substitution, or modification; alternative
proposals; and the presence or absence of a bid security or Bid-
Securing Declaration, if one was required. The Bidders’
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 Bidders who submitted Bids on time, and
posted online when electronic bidding is permitted.

1-16
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given reasonable notice of the opening of Price Bids.

25.8 The Employer will notify Bidders in writing who have been rejected
on the grounds of their Technical Bids being substantially
nonresponsive to the requirements of the Bidding Document and
return their Price Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The
Bidder’s representatives who are present shall be requested to sign
a register evidencing their attendance.

25.10All envelopes containing Price Bids shall be opened one at a time


and the following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.
Only Price Bids discounts, and alternative offers read out and recorded
during the opening of Price Bids shall be considered for evaluation.
Unless otherwise specified in the BDS, all pages of the Letter of Price
Bid and Bill of Quantities are to be initialed by at least three
representatives of the Employer attending bid opening. No Bid shall be
rejected at the opening of Price Bids.

25.11 The Employer shall prepare a record of the opening of Price Bids that
shall include, as a minimum, the name of the Bidder, the Bid Price (per
lot if applicable), any discounts, and alternative offers. The Bidders’
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 Bidders who submitted Bids on time, and posted online
when electronic bidding is permitted.

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 the 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.

1-17
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask
any Bidder for a 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 the
response shall be in writing. No change in the substance of the
Technical Bid or prices in the Price Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors
discovered by the Employer in the evaluation of the Price Bids, in
accordance with ITB 33.

27.2 If a Bidder does not provide clarifications of its Bid by the date and
time set in the Employer’s request for clarification, its Bid may be
rejected.

28. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
Reservations, and
(a) “Deviation” is a departure from the requirements specified in the
Omissions
Bidding Document;
(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. Examination 29.1 The Employer shall examine the Technical Bid to confirm that all
of Technical Bids documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each
document submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 16.

30. Responsivenessof 30.1 The Employer’s determination of a Bid’s responsiveness is to be


Technical Bid based on the contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical 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:
(i) affect 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 competitive position of
other Bidders presenting substantially responsive Bids.

1-18
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

30.3 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 Section 6 (Employer’s
Requirements) have been met without any material deviation,
reservation, or reservation.

30.4 If a Bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.

31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid that do not constitute a material
deviation, reservation, or omission.

31.2 Provided that a Technical 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 Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the
request may result in the rejection of its Bid.

31.3 Provided that a Technical Bidis substantially responsive, the


Employer shall rectify quantifiable nonmaterial nonconformities
related to the Bid Price. To this effect, the Bid Price shall be adjusted,
for comparison purposes only, to reflect the price of a missing or non-
conforming item or component. The adjustment shall be made using
the method indicated in Section 3 (Evaluation and Qualification
Criteria).

32. Qualification of 32.1 The Employer shall determine to its satisfaction during the evaluation
the Bidder of Technical Bids whether Bidders meet the qualifying criteria
specified in Section 3 (Evaluation and Qualification Criteria).

32.2 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. Unless permitted in the BDS, the
determination shall not take into consideration the qualifications of
other firms such as the Bidder’s subsidiaries, parent entities,
affiliates, subcontractors (other than Specialist Subcontractors if
permitted in ITB 33.2 of the Bidding document), or any other firm(s)
different from the Bidder.

32.3 An affirmative determination shall be a prerequisite for the opening


and evaluation of a Bidder’s Price Bid. The Employer reserves the
right to reject the bid of any bidder found to be in circumstances
described in GCC 15.2(e). A negative determination shall result into
the disqualification of the Bid, in which event the Employer shall
return the unopened Price Bid to the Bidder.

33. Subcontractors 33.1 Unless otherwise stated in the BDS, the Employer does not intend
for the contractor to execute any specific elements of the Works
through nominated subcontractors.

33.2 If subcontractors are proposed for any of the key activities listed in
Section 3 – Evaluation and Qualification Criteria 2.4.2, they shall be

1-19
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

considered as “Specialist Subcontractors” and shall meet


qualification requirements for the relevant key activities.

34. Correction of 34.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical arithmetical errors on the following basis:
Errors
(a) 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 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.
(c) If there is a discrepancy between the bid price in the Summary
of Bill of Quantities and the bid amount in item (c) of the Letter of
Price Bid, the bid price in the Summary of Bill of Quantities will
prevail and the bid amount in item (c) of the Letter of Price Bid
will be corrected.
(d) If there is a discrepancy between words and figures, the amount
in words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a), (b) and (c) above.

34.2 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 or its Bid-Securing Declaration executed.

35. Conversion to 35.1 For evaluation and comparison purposes, the currency(ies) of the Bid
Single Currency shall be converted into a single currency as specified in the BDS.

36. Domestic 36.1 Unless otherwise specified in the BDS, domestic preference shall not
Preference apply.

37. Evaluation and 37.1 The Employer shall use the criteria and methodologies listed in this
Comparison of Clause. No other evaluation criteria or methodologies shall be
Price Bids permitted.

37.2 To evaluate the Price 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, but
including Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance
with ITB 34.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 34;
(e) adjustment for nonconformities in accordance with ITB 31.3;
(f) assessment whether the bid is abnormally low in accordance
with ITB 38; and
(g) application of all the evaluation factors indicated in Section 3
(Evaluation and Qualification Criteria).

1-20
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

37.3 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.

37.4 If this Bidding Document allows Bidders to quote separate prices for
different contracts, and the award to a single Bidder of multiple
contracts, the methodology to determine the lowest evaluated price
of the contract combinations, including any discounts offered in the
Letter of Price Bid, is specified in Section 3 (Evaluation and
Qualification Criteria).

37.5 The Employer shall compare all substantially responsive Bids to


determine the lowest evaluated Bid price, in accordance with ITB
37.2.

38. Abnormally Low 38.1 An abnormally low bid is one where the bid price, in combination with
Bids other elements of the bid, appears to be so low that it raises concerns
as to the capability of the Bidder to perform the contract for the
offered bid price.

38.2 When the bid price appears to be abnormally low, the Employer shall
undertake a three-step process as follows:
(a) identify abnormally low costs and unit rates by comparing them
with the engineer’s estimates , other substantially responsive
bids, or recently awarded similar contracts;
(b) clarify and analyze the bidder’s resource inputs and pricing
,including overheads ,contingency and profit margin; and
(c) decide on whether to accept or reject the bid.

38.3 With regard to ITB 38.2 (b) above, the Employer will seek a written
explanation from the bidder of the reasons for the offered bid price,
including a detailed analysis of costs and unit prices, by reference to
the scope, proposed methodology, schedule, and allocation of risks
and responsibilities. This may also include information regarding the
economy of the manufacturing process; the services to be provided,
or the construction method to be used; the technical solutions to be
adopted; and any exceptionally favorable conditions available to the
bidder for the works, equipment or services proposed.

38.4 After examining the explanation given and the detailed price
analyses presented by the bidder, the Employer may:
(a) accept the bid , if the evidence provided satisfactorily accounts
for the low bid price and costs, in which case the bid is not
considered abnormally low;
(b) accept the bid, but require that the amount of the performance
security be increased at the expenses of the bidder to a level
sufficient to protect the Employer against financial loss .The
amount of the performance security shall generally be not more
than 20% of the contract price; or
(c) reject the bid if the evidence provided does not satisfactorily
account for the low bid price, and make a similar determination
for the next ranked bid, if required.

1-21
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

39. Unbalanced or
39.1 If the Bid, which results in the lowest evaluated Bid Price, is seriously
Front-Loaded Bids
unbalanced or front loaded in the opinion of the Employer, the
Employer may require the Bidder to produce detailed price analyses
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, as well as the pricing and sources of materials,
equipment and labor.

39.2 After the evaluation of the information and detailed price analyses
presented by the Bidder, the Employer may as appropriate:

(a) accept the Bid; or

(b) accept the Bid, but require that the total amount of the
Performance Security be increased at the expense of the
Bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful Bidder
under the Contract subject to ITB 45.2; or

(c) reject the Bid and make a similar determination for the next
ranked bid.

40. Employer’s Right 40.1 The Employer reserves the right to accept or reject any Bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any contract award, without thereby incurring any liability to Bidders. In
or All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

41. Notice of Intention


41.1 If Standstill provisions apply as specified in the BDS, the standstill
for Award of
period shall be defined in the BDS to specify the duration subsequent
Contract
to notification of intention for award of contract (before making the
actual contract award) within which any unsuccessful bidder can
challenge the proposed award.

F. Award of Contract
42. Award Criteria
42.1 The Employer shall award the Contract to the Bidder whose offer has
been determined in line with ITB 37 to 39 above to be the lowest
evaluated Bid and is substantially responsive to the Bidding
Document, provided further that the Bidder is determined to be
qualified to perform the Contract satisfactorily.

43. Notification of
43.1 Prior to the expiration of the period of bid validity and upon expiry of
Award
the standstill period specified in ITB 41.1, or upon satisfactory
resolution of a complaint filed within standstill period, if applicable,
the Employer shall transmit the Notification of Award (using the form
included in Section 9 (Contract Forms)) to the successful Bidder, in
writing, that its Bid has been accepted.

43.2 Unless standstill period applies, upon notification of award,


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
and/or in a debriefing meeting to any unsuccessful Bidder who, after
publication of contract award, requests a debriefing.

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


award shall constitute a binding Contract.

1-22
SASEC Highway Improvement Project (SHIP) Part I, Section 1- Instructions to Bidders (ITB)
Bidding Document Contract No. SHIP/OCB/RSIW/02

43.4 Within 2 weeks of the award of contract or expiry of the standstill


period, where such period applies, or, if a complaint has been filed
within the standstill period, upon receipt of ADB’s confirmation of
satisfactory resolution of the complaint, the borrower shall publish in
an English language newspaper or widely known and freely
accessible website the results identifying the bid and lot or package
numbers, as applicable and the following information:

(a) name of each Bidder who submitted a Bid;

(b) bid prices as read out at bid opening;

(c) name and evaluated prices of each Bid that was evaluated;

(d) name of bidders whose bids were rejected and the reasons for
their rejection; and

(e) name of the winning Bidder, and the price it offered, as well as
the duration and summary scope of the contract awarded.

44. Signing of 44.1 Promptly after notification, the Employer shall send the successful
Contract Bidder the Contract Agreement.

44.2 Within 28 days of receipt of the Contract Agreement, the successful


Bidder shall sign, date, and return it to the Employer.

45. Performance
45.1 Within 28 days of the receipt of notification of award from the
Security
Employer, the successful Bidder shall furnish the performance
security in accordance with the conditions of contract, subject to ITB
38 and 39, using for that purpose the Performance Security Form
included in Section 9 (Contract Forms), or another form acceptable
to the Employer. If the institution issuing the performance security is
located outside the country of the employer, it shall have a
correspondent financial institution located in the country of the
employer to make it enforceable.

45.2 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 or execution of the Bid-Securing
Declaration. 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.

45.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required.

46. Bidding-Related 46.1 The procedures for dealing with Bidding-related Complaints arising
Complaints out of this bidding process are specified in the BDS.

1-23
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 2 - Bid Data Sheet


A. General

ITB 1.1 The number of the Invitation for Bids (IFB) is: SHIP/2024-01

ITB 1.1 The Employer is:


Project Director, Project Directorate (ADB) of Department of Roads under Ministry of
Physical Infrastructure and Transport, Kathmandu, Nepal.

The Authorized Representative is:


Project Director,
The Project Directorate (ADB)
ITB 1.1 The name of the open competitive bidding (OCB) is: SHIP/OCB/RSIW/02
Road Safety Improvement Works of Sahajpur~Syaule (57+760 ~ 131+380) &
Satbanjh~Darchula (200+760~321+000) Section of Mahakali Highway
The identification number of the OCB is: SHIP/OCB/RSIW
The contract identification number of this package is:
I- SHIP/OCB/RSIW/01
II- SHIP/OCB/RSIW/02
ITB 2.1 The Borrower is: Nepal
ITB 2.1 The name of the Project is SASEC Highway Improvement Project (SHIP)

B. Contents of Bidding Documents


ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: The Project Director
Project Directorate (ADB), Department of Roads, Bishalnagar,
Kathmandu
Tel No.: +977 1 4437492/4437493
Fax. No.: +977 1 4437488
E-mail: pdadb@[Link]

ITB 7.4 A Pre-Bid meeting shall take place. It will be at the following date, time and place:
Date : March 10,2024
Time : 13:00 hours (Nepal Standard Time)
Place: Project Directorate (ADB), Bishalnagar, Kathmandu
A site visit conducted by the Employer will not be organized.

C. Preparation of Bids
ITB 10.1 The language of the Bid is English.

2-1
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

ITB 11.2 (g) The Bidder shall submit with its Technical Bid the following additional documents:
• Up-to-date Firm/Company Registration Certificate (by all Firms in case of
Joint Venture)
• In case a Bidder is a Joint Venture, the Bidder shall submit a JV
Undertaking document, as follows:
• JV Undertaking, setting out the legal undertaking between the two or
more partner as a JV. This document shall be signed by all the partners
who are members of the JV, and shall be addressed to the Employer and
shall include:
(a)each such member’s undertaking to be jointly and severally
liable to the Employer for the performance of the Contractor’s
obligations under the Contract;
(b)identification and authorization of the leader of the JV; and
(c) identification of the separate scope or part of the Works (if any)
to be carried out by each member of the JV.
The Undertaking shall indicate precisely the role of each partner of the JV,
indicating distribution of responsibilities of each partner in execution of the Works,
in respect of works execution and resource mobilization (construction equipment,
key personnel, financing), and percentage share of responsibility, in the following
format:
Role of each
Partner Distribution of
Name of the (Identify Lead responsibilitie %
Sl. No.
Partner Partner / s in execution Participation
Each of the Works
Partner)

While distributing the roles and responsibilities among/between the partners the
irresponsibility distribution shall corresponds to the qualification requirement under
Section 3: EQC 2.4 Construction Experience.
ITB 12.1 The units and rates in figures entered into the Bill of Quantities and Day-work Schedule
should be typewritten or if written by hand, must be in print form Bill of Quantities and
Day-work Schedule not presented accordingly may be considered nonresponsive.
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:
Not Applicable
ITB 14.4 Add the following at the end of ITB 14.4: -
The Bidder shall quote any unconditional discounts and the methodology for their
application, on prices quoted in the bid so that the discounts can be evaluated by
simple arithmetic calculation during financial evaluation of the bids, to arrive at the net
total price of the bid. If the net total price cannot be calculated after application of the
methodology of the discount(s) quoted, the bid shall be considered without taking into
account the discount offered by the bidder in the Letter of Price Bid, in accordance with
ITB 12.1.
The prices quoted by the Bidder shall not be adjustable
ITB 14.5
The unit rates and the prices shall be quoted by the Bidder entirely in: Nepalese
ITB 15.1
Rupees (NRs.)

2-2
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

The rates of exchange shall be the selling rates 28 days prior to the deadline for
ITB 15.4
submission of bids published by: Not Applicable
ITB 18.1 The bid validity period shall be 150 days.
The Bidder shall furnish a bid security in the amount of NRs. 13.77 Million issued
ITB 19.1
by commercial bank of Nepal.

Add the following at the end of the Sub-Clause:


The Bidder shall upload scanned copy of bid security at the time of electronic submission
of the bid. If a bidder does not submit scanned copy of bid security at the time of bid
submission, its bid shall be rejected by the Employer as nonresponsive.
If the submitted bid security in original form is different from the scanned copy, the
bidder’s bid shall be rejected by the Employer.
In case, however, that the Employer requests the Bidder to submit a compliant bid
security as per ITB 19.4 below, the original form of the compliant one, not the scanned
one initially uploaded, shall be submitted within 7 days of receiving such a request.

ITB 19.2 The ineligibility period will be: Not Applicable


Subject to the succeeding sentences, any bid not accompanied by an irrevocable
ITB 19.4
and callable bid security shall be rejected by the Employer as nonresponsive. If a
bidder submits a bid security that (i) deviates in form, amount, and/or period of
validity, or (ii) does not provide sufficient identification of the Bidder (including,
without limitation, failure to indicate the name of all future Joint Venture or, where
the Joint Venture has not yet been constituted, the names of the all future Joint
Venture Partners), the Employer shall request the Bidder to submit a compliant bid
security within Fourteen (14) days of receiving such a request. Failure to provide
a compliant bid security within the prescribed period of receiving such a request
shall cause the rejection of the Bid.
Add the following at the end of the Sub Clause:
ITB 20.1
In case of e-submission of bid, the Bidder shall submit its Bid electronically in PDF
or web forms files as specified in ITB Sub Clause 21.1 (b).

ITB 20.2 The written confirmation of authorization to sign on behalf of the Bidder shall
consist of:
An organizational document, board resolution or its equivalent, or power of
attorney specifying the representative’s authority to sign the Bid on behalf of, and
to legally bind, the Bidder. If the Bidder is an intended or an existing joint venture,
the power of attorney should be signed by all partners and specify the authority
of the named representative of the joint venture to sign on behalf of, and legally
bind, the intended or existing joint venture. If the joint venture has not yet been
formed, also include evidence from all proposed joint venture partners of their
intent to enter into a joint venture in the event of a contract award in accordance
with ITB 11.4.
ITB 20.2 The Bidder shall submit an acceptable authorization within Seven (7) days.

D. Submission and Opening of Bids

2-3
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

Bidders shall submit their Bids electronically. Paper submission of Bid is not
ITB 21.1
permitted, except as indicated below. Only electronically submitted bids will be
considered for evaluation.

Bidders shall submit the originals of Bid Security document and all the relevant
documents required by BDS ref. ITB 11.2(g), in the address stated in BDS ref. ITB
22.1.

In case, if bidders face issues registering or submitting its bid through the e-GP
system, the e-GP Help Desk information is:
Phone: 977-1-5300516, 977-1-4282639
Email: helpdeskppmo@[Link]

Bidders submitting Bids electronically shall follow the following electronic bid
ITB 21.1 (b)
submission procedures:

The electronic bidding submission procedure shall be:


i. The bidder is required to register in the e-GP system
[Link] following the procedure specified in e-GP
guideline.
ii. Interested bidders may download the IFB and bidding document from e-GP
system.
iii. The registered bidders need to maintain their profile data required during
preparation of bids.
iv. In order to submit their bids the cost of the bidding document, i.e. NRs.
20000.00 can be deposited as follow.

Name of Bank Revenue Office Revenu


Name of Office
Account No. Code e
Headin
g
No.
Rastriya Banijya Department of
100010020 337013518 14229
Bank, Roads, Project
0010000
Thamel Branch Directorate (ADB)

In addition, electronic scanned copy (.pdf format) of the bank deposit


voucher/remit voucher/ cash receipt/wire transfer document should also be
submitted along with the technical bid.

v. The bidder can prepare their technical and price bids using data and documents
maintained in bidder’s profile and forms/format provided in bidding document by
Employer. The bidder may submit bids as a single entity or as a joint venture. The
bidder submitting bid in joint venture shall have to upload joint venture agreement
along with partner(s) Bolpatra ID provided during bidder’s registration.

vi. Bidders (all partners in case of JV) should update their profile data and documents
required during preparation and submission of their technical bids.

vii. In case of bid submission in JV, the consent of the partners shall be obtained
through the confirmation link sent to the registered email address and the partners
shall have to acknowledge their confirmation.

2-4
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

The following required forms and documents shall be part of technical bids:
S. N. Document Requirement Remarks
1 Letter of Technical Bid Mandatory PDF/Web Forms
2 Bid Security (Bank
Mandatory PDF
Guarantee)
3 Company/Firm Mandatory (equivalent
PDF
Registration Certificate documents for Foreign
Bidders)
4 VAT registration Mandatory (for
PDF
Certificate Nepalese Bidders)
5 Tax Clearance Mandatory (for
PDF
Certificate/Tax return Nepalese Bidders)
submission
evidence/evidence of
time extension
6 Power of Attorney of Bid
Mandatory PDF
signatory
7 Business Registration Mandatory, Applicable
PDF
(Licence) Certificate (equivalent documents
for Foreign Bidders)
8 Bank Voucher/Cash
Mandatory PDF
Receipt for cost of bid
document
9 Joint venture agreement Mandatory in case of
PDF
JV Bids Only
10 Qualification Documents Mandatory PDF/Web forms (Form
FLI-1, ELI-2, CON-1,
LIT-1, Fin-1, FIN-2,
FIN-3, FIN-4, FIN-5,
EXP-1, EXP-2 as
mentioned in “Section
4-Bidding Forms”)
11 Technical Proposal PDF (Technical
Mandatory
proposal as mentioned
in “Section 4-Bidding
Forms” including Form
PER-1, PER-2,EQU
12 Additional Documents
If applicable PDF
specified in ITB 11.2 (g)
Price Bid:
S. N. Document Requiremen Remarks
t
1 Letter of Price Bid Mandatory PDF
2 Completed Bill of Quantities (BOQ) Mandatory Online Forms
3 Additional Documents specified in ITB 11.3 If applicable PDF
(d)
Note: The documents specified as “Mandatory” should be included in e-
submission.

viii. After providing all the details and documents, two separate bid response
documents i.e. technical bids and price bids will be generated from the system.
Bidders are advised to download and verify the response documents prior to bid
submission.
ix. For verifying the authentic user, the system will send one-time password (OTP)
in the registered e-mail address of the bidder. System will validate the OTP and
allow bidder to submit their bid.
x. Electronically submitted bids can be modified and/or withdrawn through system.
The bidder may modify their bids multiple times online within bid submission date

2-5
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

and time specified in e-GP system. Once a Bid is withdrawn, bidder will not be
able to submit another bid response for the same bid.
xi. The Bidder / Bid shall meet the following requirements and conditions for e-
submission of bids;
a) The e-submitted bids must be readable through PDF reader.
b) The facility for submission of bid electronically through e-submission is to
promote transparency, non-discrimination, equality of access, and open
competition in the bidding process. The Bidders are fully responsible to use
the e- submission facility properly in e-GP system as per specified procedures
and in no case the Employer shall be held liable for Bidder’s inability to use
this facility.
c) When a bidder submits electronic bid through the PPMO e-GP portal, it is
assumed that the bidder has prepared the bid by studying and examining the
complete set of the Bidding documents including specifications, drawings,
supplementary information regarding works to be procured, personnel
requirements, equipment requirements, conditions of contract and contract
forms.
For the electronic bid submission, the address is:
ITB 22.1
[Link]
The deadline for bid submission is:
Date: March 27, 2024
Time: 12:00 hours (Nepal Standard Time)
Fore-submitted bids:
(i) The standard time for submission is Nepalese Standard Time as set out in the
server of Public Procurement Monitoring Office, Nepal
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 for Sealed hard copy Bids.
For the physical submission of only following original documents:
(a) Bid Security, and
(b) Items stated in BDS ref ITB 11.2(g),

the Employer’s Address is as follows:


Attention: The Project Director
Project Directorate (ADB), Department of Roads,
Bishalnagar, Kathmandu, Nepal.
For electronically submitted bids, the bids may be withdrawn, substituted or modified
ITB 24.1
electronically only and shall be done no later than the deadline prescribed for
submission of Bids, in accordance with ITB22. Paper submission will not be valid.
For electronically submitted bids which are requested to be withdrawn, bids will not
ITB 24.2
be returned to the Bidders.
The opening of the Technical Bid shall take place at:
ITB 25.1
Street address: Bishalnagar Kathmandu
City: Kathmandu
Country: Nepal
Date: March 27, 2024
Time: 13.00 hrs.

For electronically submitted bids in accordance with ITB 21.1(b), the specific bid
ITB 25.1
opening procedures shall be:

i. The employer may download the technical bids only after technical bid opening
date and time and thereafter. Simultaneous login of two members of the
opening committee is required for bid opening.

2-6
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

ii. The Employer shall conduct the opening of technical bid at the address on the
same date and time as specified in bidding document in the presence of
Bidders’ representatives who choose to attend.
iii. The e-GP does not open the bids marked by “WITHDRAWAL”.
iv. Electronic Bids shall be opened one by one, read out as per ITB 25. The e-
submitted technical bids must be readable through open standards interfaces.
Unreadable and or partially submitted bid files shall be considered incomplete.

ITB 25.5 The letter of Technical Bid shall be initialed by Three (3) representatives of
the Employer attending Bid opening.
For electronically submitted bids in accordance with ITB 21.1(b), the specific price
ITB 25.9
bid opening procedures shall be:

i. The e-GP system will send the email notification for price bids opening to all
bidder(s) who have submitted substantially responsive technical bids and are
qualified for opening of price bids.

ii. The Employer shall conduct the opening of Price Bids in the presence of
Bidders` representatives who choose to attend at the address, on the date, and
time specified by the Employer. Simultaneous login of two members of the
opening committee is required for price bid opening.

iii. The Employer shall download the e-submitted Price Bid files. The e-GP allows
the Employer to download the e-submitted price bid files (report) only after price
bid opening date and time after login simultaneously by at least two members of
the Bid opening committee.

iv. Electronic Bids shall be opened one by one and read out. The electronically
submitted price bids must be readable through open standards interfaces.
Unreadable and or partially submitted bid files shall be considered incomplete.

The letter of Price Bid and Bill of Quantities shall be initialed by Three (3)
ITB 25.10
representatives of the Employer attending Bid opening.

E. Evaluation and Comparison of Bids


ITB 32.2 Qualifications of other firms such as the Bidder’s subsidiaries, parent entities,
affiliates, subcontractors shall not be permitted.
ITB 33.1 The Employer does not intend for the contractor to execute any specific elements
of the Works through nominated subcontractors.
ITB 35.1 The currency that shall be used for bid evaluation and comparison
purposes to convert all bid prices expressed in various currencies into a
single currency is: Nepalese Rupees
The source of the selling exchange rate shall be: Nepal Rastra Bank,
Kathmandu, Nepal
The date for the selling exchange rate shall be: 28 days prior to the deadline
for submission of bids.
Domestic preference shall not apply
ITB 36.1

ITB 38.4 (b) Add the following in ITB 38.4(b):


If the bid price of the lowest evaluated bidder is lower than 15% of the “reference
price” defined below, the bidder shall be required to increase the amount of
performance security as follows:
(i) Performance security of 15% will apply in case the arithmetically corrected price
of the lowest evaluated bidder is within the range of lower than - 15% up to - 25%
of the reference price.

2-7
SASEC Highway Improvement Project (SHIP) Part I, Section 2- Bid Data Sheet
Bidding Document Contract No. SHIP/OCB/RSIW/02

(ii) Performance security of 20% will apply in case the arithmetically corrected price
of the lowest evaluated bidder is lower than - 25% of the reference price.
The “reference price” to be used for increasing the performance security shall be the
average of all the arithmetically corrected, substantially responsive bid prices,
together with the Employer’s estimate (treated as one of the substantively responsive
bids).

ITB 41.1 The Standstill period shall apply. The duration of standstill period will be Seven
(7) days from the date of notice of Intention for award of contract.
The Employer shall, at the start of the Standstill period, notify in writing each
bidder that submitted a bid, of its intention to award a contract to the successful
bidder at the end of Standstill period. The notification (using the form included in
Section 9 (Contract Forms) shall include the following information:
(a) the name of each Bidder who submitted the Bid;
(b) the bid prices as read out at bid opening;
(c) the name and evaluated prices of each bid that was evaluated;
(d) the name of bidders whose bids were rejected and the reasons for their
rejection;
(e) the name of the winning bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded; and
(f) a statement of the reason(s) the bid of the unsuccessful bidder to whom
the notification is addressed was unsuccessful, unless the price
information under (e) of this paragraph already reveals the reason.

G. Award of Contracts
The procedures for Bidding-related Complaints are referenced in the
ITB 46.1 “Procurement Regulations for ADB Borrowers (Appendix 7).” The Bidder
should submit its complaint following these procedures, in writing, to:
For the attention: The Project Director
Title/position: Project Directorate (ADB),
Employer: Project Directorate (ADB), Department of Roads, Bishalnagar,
Kathmandu
Email address: pdadb@[Link]
Fax number: +977 1 4437488

2-8
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 3 - Evaluation and Qualification


Criteria
- Without Prequalification -
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders. In
accordance with ITB 32 and ITB 36, no other methods, criteria and factors shall be used. The Bidder shall
provide all the information requested in the forms included in Section 4 (Bidding Forms).

Table of Criteria

1. Evaluation ............................................................................................................ 3-2


1.1 Adequacy of Technical Proposal ............................................................................................... 3-2
1.2 Completion Time ........................................................................................................................ 3-2
1.3 Technical Alternatives ................................................................................................................ 3-2
1.4 Specialist Subcontractors .......................................................................................................... 3-2
1.5 Quantifiable Nonconformities and Ommissions......................................................................... 3-2
1.6 Domestic Preference ................................................................................................................. 3-2
1.7 Other Criteria ............................................................................................................................. 3-4
1.8 Multiple Contracts ...................................................................................................................... 3-4

2. Qualification ......................................................................................................... 3-5


2.1 Eligibility ..................................................................................................................................... 3-5
2.1.1 Nationality ......................................................................................................................... 3-5
2.1.2 Conflict of Interest ............................................................................................................ 3-5
2.1.3 ADB Eligibility ................................................................................................................... 3-5
2.1.4 Government-Owned Enterprise ....................................................................................... 3-5
2.1.5 United Nations Eligibility ................................................................................................... 3-5

2.2 Historical Contract Non-Performance ..................................................................................... 3-6


2.2.1 History of Non-Performing Contracts .............................................................................. 3-6
2.2.2 Suspension Based on Bid-Securing Declaration ............................................................. 3-6
2.2.3 PendingLitigation and Arbitration ..................................................................................... 3-6

2.3 Financial Situation ..................................................................................................................... 3-7


2.3.1 Historical Financial Performance ..................................................................................... 3-7
2.3.2 Average Annual Construction Turnover ........................................................................... 3-8
2.3.3 Financial Resources ......................................................................................................... 3-9

2.4 Construction Experience ........................................................................................................ 3-10


2.4.1 Contracts of Similar Size and Nature ............................................................................. 3-10
2.4.2 Construction Experience in Key Activities ...................................................................... 3-11

3-1
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

b. Evaluation
In addition to the criteria listed in ITB 37.2 (a) – (f), other relevant factors are as follows:

(a) Adequacy of Technical Proposal


Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s
technical capacity to successfully implement the contract considering its proposed site
organization, method statement, mobilization, and construction schedule (to be described by
the Bidder in sufficient detail to demonstrate the adequacy of its work methods, scheduling, and
material sourcing) including the extent to which they are presented in a consistent manner and
comply with requirements stipulated in Section 6 (Employer’s Requirements) without material
deviation, reservation, or omission.
Noncompliance with equipment and personnel requirements described in Section 6
(Employer’s Requirements) shall not normally be a ground for bid rejection, and such
noncompliance will be subject to clarification during bid evaluation and rectification prior to
contract award
(b) Completion Time
An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Not Applicable

(c) Technical Alternatives


Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows:
Not Applicable

(d) Specialist Subcontractors


Only the specific experience of Specialist Subcontractors for key activities specified in criterion
2.4.2 Construction Experience in Key Activities will be considered. The experience of similar
size and nature and financial resources of the Specialist Subcontractors shall not be added to
those of the Bidder for purposes of qualification of the Bidder..

(e) Quantifiable Nonconformities and Omissions


Subject to ITB 14.2 and ITB 37.2, the evaluated cost of quantifiable nonconformities
including omissions, is determined as follows:
“Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be
evaluated, including omissions in Daywork where competitively priced but excluding
omission of prices in the Bill of Quantities. The Employer will make its own assessment
of the cost of any nonmaterial nonconformities and omissions for the purpose of ensuring
fair comparison of Bids.”

(f) Domestic Preference : Not Applicable

(g) Other Criteria


Add any other relevant criteria to take into account in bid evaluation and specify the evaluation
methodologies:
Not Applicable

(h) Multiple Contracts


Works are grouped in multiple contracts and pursuant to ITB 37.4, the Employer shall
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 as defined in ITB 4.1 submits several successful (lowest evaluated
substantially responsive) bids, the evaluation will also include an assessment of the
Bidder’s capacity to meet the following aggregated requirements as presented in the bid:

3-2
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

• Average annual construction turnover,


• Financial resources,
• Construction Experience

3-3
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

2.1.1 Nationality

Nationality in accordance must meet must meet must meet not Forms
with ITB Sub clause 4.2. requirement requirement requirement applicable ELI - 1; ELI - 2
with
attachments

2.1.2 Conflict of Interest

No conflicts of interest in must meet must meet must meet not Letter of
accordance with ITB Sub requirement requirement requirement applicable Technical Bid
clause 4.3.

2.1.3 ADB Eligibility

Not having been declared must meet must meet must meet not Letter of
ineligible by ADB, as requirement requirement requirement applicable Technical Bid
described in ITB Sub clause
4.4.

2.1.4 Government-Owned Entity

Bidder required to meet must meet must meet must meet not Forms
conditions of ITB Sub clause requirement requirement requirement applicable ELI - 1; ELI - 2
4.5. with
attachments

2.1.5 United Nations Eligibility

Not having been excluded by must meet must meet must meet not Letter of
an act of compliance with a requirement requirement requirement applicable Technical Bid
United Nations Security
Council resolution in
accordance with ITB Sub
clause 4.8

3-4
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2.2 Historical Contract Non-Performance

2.2.1 History of Non-Performing Contracts

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Non-performance of a contract a Must meet Must meet Must meet N/A Form CON-1
requirement requirement requirement
did not occur as a result of b
contractor default since 1st
January 2019.

2.2.2 Suspension Based on Execution of Bid-Securing Declaration

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Not under suspension based on must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
execution of a Bid-Securing
Declaration pursuant to ITB 4.6.

2.2.3 Pending Litigation and Arbitration


Pending litigation and arbitration criterion shall not apply.

a Nonperformance, as decided by the Employer, shall include all contracts where (i) nonperformance was not challenged by
the contractor, including through referral to the dispute resolution mechanism under the respective contract; and (ii)
contracts that were so challenged but fully settled against the contractor. Nonperformance shall not include contracts
where the Employer’s decision was overruled by the dispute resolution mechanism. Nonperformance must be based on all
information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the
dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have
been exhausted.

b This requirement also applies to contracts executed by the Bidder as Joint Venture member.

3-5
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2.3 Financial Situation


2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each One Requirements
Combined Partner Partner
Submission of audited must meet not must meet not Form FIN - 1
financial statements or, if not requirement applicable requirement applicable with
required by the law of the attachments
Bidder’s country, other
financial statements
acceptable to the Employer,
for the last Five (5) years to
demonstrate the current
soundness of the Bidder’s
financial position. As a
minimum, (i) the Bidder’s net
worth for the last year
calculated as the difference
between total assets and
total liabilities should be
positive, and (ii) the Bidder’s
working capital for the last
year calculated as the
difference between current
assets and current liabilities
should be positive.

3-6
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2.3.2 Average Annual Construction Turnover

Criteria Compliance Requirements Documents


Joint Venture
Submission
Requirement Single Entity All Partners Each One Requirements
Combined Partner Partner
Minimum average must meet must meet must meet must meet Form FIN - 2
annual construction requirement requirement 25% 40%
turnover of NRs.
of the of the
1101.36 Million
requirement requirement
calculated as total
certified payments
received for contracts in
progress or completed,
within the last Five (5)
years.

3-7
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2.3.3 Financial Resources

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
For Single Entities: must meet not not not Form FIN – 3 and
The Bidder must demonstrate that requirement applicable applicable applicable Form FIN – 4
its financial resources defined in FIN
- 3, less its financial obligations for
its current contract commitments
defined in FIN - 4, meet or exceed
the total requirement for the Subject
Contract of NRs. 183.56 Millions
For Joint Ventures: not not not must meet Form FIN – 3 and
(1) One partner must demonstrate applicable applicable applicable requirement Form FIN – 4
that its financial resources
defined in FIN - 3, less its
financial obligations for its own
current contract commitments
defined in FIN - 4, meet or
exceed its required share of
NRs. 73.42 Million. From the
total requirement for the Subject
Contract.
AND
(2) Each partner must demonstrate not not must meet not Form FIN – 3 and
that its financial resources applicable applicable requirement applicable Form FIN – 4
defined in FIN - 3, less its
financial obligations for its own
current contract commitments
defined in FIN - 4, meet or
exceed its required share of
NRs. 45.89 Million from the total
requirement for the Subject
Contract.
AND
(3) The joint venture must not must meet not not Form FIN – 3 and
demonstrate that the combined applicable requirement applicable applicable Form FIN – 4
financial resources of all partners
defined in FIN - 3, less all the
partners’ total financial
obligations for the current
contract commitments defined in
FIN - 4, meet or exceed the total
requirement for the Subject
Contract of NRs. 183.56 Million

3-8
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2.4 Construction Experience


2.4.1 Contracts of Similar Size and Nature

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
must meet Must meet Must meet not Form EXP - 1
Participation** as a contractor, requirement
requirement requirement applicable
JV partner, or subcontractor, in at as follows:
as follows:
least two contracts that have Participation
Participation in at least
been satisfactorily and in at least one contract
substantially completed*** within one contract that has
the last Seven (7) years and that that has been
are similar to the proposed been satisfactorily
satisfactorily and
works, where the value of the and substantially
Bidder’s participation under each substantially completed***
completed***
contract exceeds NRs 482.00 within the
within the last 7 years
Million. The similarity of the last 7 years and that are
Bidder’s participation shall be and that are the similar to
based on all the following the similar to the
the
requirements in each contract. proposed
proposed works and
i. Construction of works and value of the
blacktopped standard value of the Bidder’s
Bidder’s participation
road participation exceeds
ii. Construction of W-Beam exceeds NRs. 120.50
Crash Barrier, and, NRs. 482.00 Million or
Million or equivalent.
iii. Thermoplastic Road equivalent.
marking paints

3-9
SASEC Highway Improvement Project (SHIP) Part I, Section 3- Evaluation and Qualification Criteria
Bidding Document Contract No. SHIP/OCB/RSIW/02

2.4.2 Construction Experience in Key Activities


May be complied with by the Bidder or by Specialist Subcontractor. In case of a Joint Venture
Bidder, at least one of the partners must have experience in key activities if the Bidder itself
will carry out the relevant key activity. In case if Specialist Subcontractors are proposed by
the Bidder for key activities, each Specialist Subcontract must have experience in related
key activity as a single entity.

If the key activity is to be undertaken by a Specialist Subcontractor, the Employer shall


require evidence of the subcontracting agreement from the Bidder.

Criteria Compliance Requirements Documents


Single Entity
or its Joint Venture or its Specialist Submission
Requirement
Specialist Subcontractor Requirements
Subcontractor
For the above or other must meet must meet requirement Form EXP - 2
contracts executed during requirement
the period stipulated in
2.4.1 above, a minimum
construction experience in
the following key activities:
must meet must meet requirement
(a) Production rate of
requirement
installation of at least
1000m traffic safety steel
(W-Beam crash barrier)
barrier per year completed
in any one year within the
last Seven (7) years.

3-10
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 4 - Bidding Forms


- Without Prequalification -
This Section contains the forms to be completed by the Bidder and submitted as part of its Bid.

Table of Forms

Letter of Technical Bid ..................................................................................................................... 4-2

Letter of Price Bid ............................................................................................................................. 4-4

Bid Security ....................................................................................................................................... 4-6

Technical Proposal ........................................................................................................................... 4-7


Personnel ..................................................................................................................................... 4-9
Form PER – 1: Proposed Personnel ..................................................................................... 4-9
Form PER – 2: Resume of Proposed Personnel ................................................................ 4-10
Equipment .................................................................................................................................. 4-11
Site Organization ........................................................................................................................ 4-12
Method Statement ...................................................................................................................... 4-13
Mobilization Schedule................................................................................................................. 4-14
Construction Schedule ............................................................................................................... 4-15

Bidders Qualification .................................................................................................... 4-16


Form ELI – 1: Bidder’s Information Sheet.................................................................................... 4-17
Form ELI – 2: Joint Venture Information Sheet ........................................................................... 4-18
Form CON – 1: Historical Contract Non-Performance ................................................................. 4-19
Form FIN – 1: Historical Financial Performance .......................................................................... 4-20
Form FIN – 2: Average Annual Construction Turnover ................................................................ 4-21
Form FIN – 3: Availability of Financial Resources...................................................................... 4-22
Form FIN – 4: Financial Requirements for Current Contract Commitments................................ 4-23
Form FIN – 5: Self-Assessment Tool for Bidder's Compliance to Financial Resources .............. 4-24
Form EXP – 1: Contracts of Similar Size and Nature ................................................................. 4-25
Form EXP – 2: Construction Experience in Key Activities .......................................................... 4-26

Schedules ...................................................................................................................... 4-28


Schedule of Payment Currencies .....................................................................................................4-28
Tables of Adjustment Data ...............................................................................................................4-29

Bill of Quantities ........................................................................................................... 4-30

4-1
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Letter of Technical Bid


-Note-
The bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing the bidder’s complete name and address.

Date: ..................................................
OCB No.: ..................................................
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) 8.

(b) We offer to execute in conformity with the Bidding Documents the following Works:
[…..insertnarrative…..] _ _

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of
[ . . ……………...insert bid validity period as specified in ITB 18.1 of the BDS . ………….. .] 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.

(d) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have nationalities
from eligible countries in accordance with ITB 4.2.

(e) 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.

(f) We are not participating, as a Bidder, either individually or as partner in a joint venture, in more
than one Bid in this bidding process in accordance with ITB 4.3(e), other than alternative offers
submitted in accordance with ITB 13.

(g) Our firm, joint venture partners, associates, parent company, its affiliates or subsidiaries,
including any Subcontractors or Suppliers for any part of the contract, are not subject to, or not
controlled by any entity or individual that is subject to, a temporary suspension or a debarment
imposed by the Asian Development Bank or a debarment imposed by the Asian Development
Bank in accordance with the Agreement for Mutual Enforcement of Debarment Decisions
between the Asian Development Bank and other development banks.1

(h) Our firm, joint venture partners, associates, parent company, affiliates or subsidiaries, including
any Subcontractors or Suppliers for any part of the Contract, are not, or have never been,
temporarily suspended, debarred, declared ineligible, or blacklisted by the employer’s country,
any international organization, and other donor agency.

1
These institutions include African Development Bank, European Bank for Reconstruction and Development (EBRD), Inter-American Development
Bank (IADB), and the World Bank Group. According to paragraph 9 of the Agreement, other international financial institutions may join upon the
consent of all Participating Institutions and signature of a Letter of Adherence by the international financial institution substantially in the form
provided (Annex B to the Agreement). Upon adherence, such international financial institution shall become a Participating Institution for purposes
of the Agreement. Bidders are advised to check [Link]/integrity for updates.

4-2
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

If so debarred, declared ineligible, temporarily suspended, or blacklisted, please state details (as
applicable to each joint venture partner/associate/parent company /affiliate/ subsidiaries/
subcontractors/ suppliers):
(i) Name of Institution: __________________
(ii) Period of debarment, ineligibility, or blacklisting (start and end date): ____________
(iii) Reason for the debarment, ineligibility, or blacklisting: ________________________

(i) Our firm’s, joint venture partners’, associates’, parent company’s affiliates’ or subsidiaries’,
including any Subcontractors or Suppliers key officers and directors have not been [charged or
convicted] of any criminal offense (including felonies and misdemeanors) or infractions/violations
of ordinance which carry the penalty of imprisonment.
If so charged or convicted, please state details:
(i) Nature of the offense/violation: __________________
(ii) Court/Area of jurisdiction: __________________
(iii) Resolution (i.e. dismissed; settled; convicted/duration of penalty): __________________
(iv) Other relevant details:

(j) We understand that it is our obligation to notify ADB should our firm, joint venture partners,
associates, parent company, affiliates or subsidiaries, including any Subcontractors or Suppliers,
be temporarily suspended, debarred or become ineligible to work with ADB or any other MDBs,
the employer’s country, international organizations, and other donor agencies, or any of our key
officers and directors be charged or convicted of any criminal offense or infractions/violations of
ordinance which carry the penalty of imprisonment.

(k) Our firm, joint venture partners, associates, parent company, affiliates or subsidiaries, including
any subcontractors or suppliers, are not from a country which is prohibited to export goods to or
receive any payments from the employer’s country by an act of compliance with a decision of the
United Nations Security Council taken under Chapter VII of the Charter of the United Nations.

(l) [We are not a government-owned enterprise] / [We are a government-owned enterprise but meet
the requirements of ITB 4.5].1

(m) We have not been suspended nor declared ineligible by the Employer based on execution of a
Bid-Securing Declaration in accordance with ITB 4.6.

(n) We agree to permit ADB 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
ADB.

(o) If our Bid is accepted, we commit to mobilizing key equipment and personnel in accordance with
the requirements set forth in Section 6 (Employer’s Requirements) and our technical proposal,
or as otherwise agreed with the Employer.

(p) We understand that any misrepresentation that knowingly or recklessly misleads, or attempts to
mislead may lead to the automatic rejection of the Bid or cancellation of the contract, if awarded,
and may result in remedial actions, in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (as amended from time to time).

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date …………………………………………………………………………………………………………..

1
Use one of the two options as appropriate.

4-3
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Letter of Price Bid


-Note-
The bidder must accomplish the Letter of Price Bid on its letterhead clearly showing the bidder’s complete name
and address.

Date: ..................................................
OCB No.: ..................................................
Invitation for Bid No.: ..................................................

To: [ . . .insert complete name of the employer . . .]

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) 8.

(b) We offer to execute in conformity with the Bidding Documents and the Technical Bid submitted for
the following Works. [ . . .insert narrative . . .]

(c) The total price of our Bid, excluding any discounts offered in item (d) below isor, when left blank,
is the Bid Price indicated in the summary of Bill of Quantities

[amount of foreign currency in words], [amount in figures], and [amount of local currency in words], [amount
in figures]

(d) The discounts offered and the methodology for their application are: [ . . .insert discounts and methodology
for their application if any . . .]

(e) Our Bid shall be valid for a period of [ . . .insert bid validity period as specified in ITB 18.1 of the BDS . . .] 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
Documents.

(g) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding
process or execution of the Contract.1

Name of Recipient Address Reason Amount


......................................... ....................................... ................................ ...................
......................................... ....................................... ................................ .................. .

(h) 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.

1
If none has been paid or is to be paid, indicate “None”

4-4
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

(i) We understand that you are not bound to accept the lowest evaluated bid or any other bid that
you may receive.

(j) We agree to permit ADB 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 ADB.

Name .................................................................................................................................................
In the capacity of ...............................................................................................................................
Signed ...............................................................................................................................................
Duly authorized to sign the Bid for and on behalf of .........................................................................
Date ...................................................................................................................................................

4-5
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Bid Security
Bank Guarantee

........................................................ Bank’s name, and address of issuing branch or office1 ........................................................

Beneficiary: ................................................ Name and address of the 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 words . . . . . . . . . (. . . . . . .amount
in figures . . . . . . . )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 Letters of
Technical and Price 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, or (iii) fails or refuses to furnish a domestic
preference security, if required.
This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of copies of the
Contract Agreement signed by the Bidder and the Performance Security issued to you upon the
instruction of the Bidder; or (b) if the Bidder is not the successful Bidder, upon the earlier of (i) our receipt
of a copy of your notification to the Bidder of the name of the successful Bidder, or (ii) 28 days after the
expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the office on or
before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.2

. . . . . . . . . . . .Authorized signature(s) and bank’s seal (where appropriate) . . . . . . . . . .

1
All italicized text is for use in preparing this form and shall be deleted from the final document.
2
Or 758 as applicable.

4-6
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Technical Proposal
The Bidder shall submit Technical Proposal separately for Construction phase in the
forms and sheets as attached in the Bidding Forms in the following pages.
Personnel
The bidder shall propose for deployment full complement of staff necessary for the
successful execution of the works.

Equipment
The bidder shall provide required construction equipment and ensure their maintenance
for efficient and continuous work progress. Bidder will also provide proper work shop and
other maintenance facilities at site.

Site Organization
The bidder is required to submit proposed site organization structure (organogram)
showing the management, supervisory and quality control units indicating their lines of
communication and responsibility shown in an organogram.

Method Statement
The bidder shall state all major works, site camp facilities (sanitary, water supply,
telecommunication, inspection vehicles etc.), road alignment, earth work, pavement work,
drainage structure, bridges & culverts works etc. The bidder is required to describe works
how to start and complete different sections of works.

Mobilization Schedule
The bidder shall mobilize personnel, equipment, deployment of work force, collection of
construction materials and prepare a mobilization bar chart. Likewise, the bidder will
provide site camp, stack yard etc. at different working places for efficient execution of
works.

Construction Schedule
The bidder shall submit Schedule using MS Project or equivalent project management
software showing sequence of works for items in Bill of Quantities (BOQ) together with
program and progress of works.

4-7
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Personnel
Form PER – 1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experience record in the relevant
Information Forms 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

6. Title of position*

Name

etc. Title of position*

Name

-- Note --
* As listed in Section 6 (Employer’s Requirements).

4-8
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form PER – 2: Resumé of Proposed Personnel

The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical and
managerial experience relevant to the project.

From To Company/Project/Position/Relevant Technical and Management Experience

4-9
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Equipment
Form EQU: Equipment
The Bidder shall provide adequate information and details to demonstrate clearly that it has the capability to
meet the equipment requirements indicated in Section 6 (Employer’s Requirements), using the Forms below.
A separate Form shall be prepared for each item of equipment listed, or for alternative equipment proposed
by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment

 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment 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

4-10
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Site Organization

4-11
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Method Statement

4-12
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Mobilization Schedule

4-13
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Construction Schedule

4-14
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Bidders 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 here under.

4-15
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of a Joint
Venture, 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
number(s), fax number(s),
e-mail address)

Attached are copies of the following documents.

❑ 1. In case of a single entity, articles of incorporation or constitution of the legal entity named above, in
accordance with ITB 4.1 and ITB 4.2.

❑ 2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 20.2.

❑ 3. In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in
accordance with ITB 4.1.

❑ 4. In case of a government-owned enterprise, any additional documents not covered under 1 above required to
comply with ITB 4.5.

4-16
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form ELI - 2: Joint Venture Information Sheet

Each member of the Joint Venture and Specialist Subcontractor must fill out this form separately.
Joint Venture / Specialist Subcontractor Information

Bidder’s legal name

Joint Venture Partner’s


or Specialist
Subcontractor’s legal
name

Joint Venture Partner’s


or Specialist
Subcontractor’s country
of constitution

Joint Venture Partner’s


or Specialist
Subcontractor’s year of
constitution

Joint Venture Partner’s


or Specialist
Subcontractor’s legal
address in country of
constitution

Joint Venture Partner’s


or Specialist
Subcontractor’s
authorized
representative
information
(name, address, telephone
number(s), fax number(s),
e-mail address)
Attached are copies of the following documents.
❑ 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB
4.2.
❑ 2. Authorization to represent the firm named above, in accordance with ITB 20.2.
❑ 3. In the case of a government-owned enterprise, documents establishing legal and financial autonomy and
compliance with commercial law, in accordance with ITB 4.5.

4-17
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form CON - 1: Historical Contract Non-Performance

Each Bidder must fill out this form in accordance under Criterion 2.2.1 and 2.2.3 of Section 3 (Evaluation and
Qualification Criteria) to describe any history of non-performing contracts and pending litigation or arbitration
formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________


Table 1: History of Non-Performing Contracts
Choose one of the following:

❑ No non-performing contracts.

❑ Below is a description of non-performing contracts involving the Bidder (or each Joint Venture member if Bidder is a Joint
Venture).

Amount of
non-
performed Total
Year Description
portion of Contract
contract ($ Amount ($
equivalent) equivalent)

[insert year] Contract Identification: [indicate complete contract name/ number, and any [insert amount] [insert amount]
other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for nonperformance: [indicate main reason(s)]

4-18
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Data for Previous ……… Years [$ Equivalent]

Year 1: Year 2: Year 3: Year 4: Year 5:

Information from Balance Sheet

Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA – TL

Current Assets (CA)

Current Liabilities (CL)


Working Capital = CA -
CL

Most Recent To be obtained for most recent year and carried forward to FIN - 3 Line 1; in
Working Capital case of Joint Ventures, to the corresponding Joint Venture Partner’s FIN – 3.

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 _____ years, as
indicated above, complying with the following conditions:
• Unless otherwise required by Section 3 of the Bidding Document, all such documents reflect the financial situation of the legal entity or
entities comprising the Bidder and not the Bidder’s parent companies, subsidiaries, or affiliates.
• Historical financial statements must be audited by a certified accountant.
• Historical financial statements must be complete, including all notes to the financial statements.
Historical financial statements must correspond to accounting periods already completed and audited (no statements for partial periods shall be
requested or accepted).

4-19
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form FIN - 2: Average Annual Construction Turnover

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a Joint Venture
in terms of the amounts billed to clients for each year for work in progress or completed, converted to US
dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last ……. Years (Construction only)
Amount Exchange $
Year
Currency Rate Equivalent

Average Annual Construction Turnover

4-20
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form FIN – 3: Availability of Financial Resources

Bidders must demonstrate sufficient financial resources, usually comprising of Working Capital supplemented
by credit line statements or overdraft facilities and others to meet the Bidder’s financial requirements for

(a) its current contract commitments, and


(b) the subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount ($ equivalent)

1 Working Capital (to be taken from FIN - 1)

2 Credit Linea

3 Other Financial Resources

Total Available Financial Resources

a To be substantiated by a letter from the bank issuing the line of credit.

4-21
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form FIN- 4: Financial Requirements for Current Contract Commitments

Bidders (or each Joint Venture partner) 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.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide the Joint
Venture Partner’s name below:

Joint Venture Partner: ___________________

Current Contract Commitments


Remaining
Employer’s Outstanding
Contract Contract Monthly Financial
Name of Contact Contract
No. Completion Period in Resources Requirement
Contract (Address, Value
Date months (Y) (X / Y)
Tel, Fax) (X)a b

Total Monthly Financial Requirement for Current Contract Commitments $.................

a Remaining outstanding contract values to be calculated from 28 days prior to the bid submission deadline ($ equivalent based
on the foreign exchange rate as of the same date).
b Remaining contract period to be calculated from 28 days prior to bid submission deadline.

4-22
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources (Criterion
2.3.3 of Section 3)

This form requires the same information submitted in Forms FIN - 3 and FIN - 4. All conditions of
“Available Financial Resources Net of CCC ≥ Requirement for the Subject Contract” must be satisfied
to qualify.

Form FIN - 5A: For Single Entities


For Single Total Available Total Monthly Financial Available Requirement Results:
Entities: Financial Requirement for Financial for the Yes or No
(A) Resources Current Contract Resources Net Subject [D must be
from FIN – 3 Commitments (CCC) ofCCC Contract greater than or
(B) from FIN – 4 D = (B - C) (E) equal to E]
(C) (F)

_________
(Name of Bidder)

Form FIN - 5B: For Joint Ventures


For Joint Total Total Monthly Financial Available Requirement Results:
Ventures: Available Requirement for Financial for the Yes or No
(A) Financial Current Contract Resources Net Subject [D must be greater
Resources Commitments (CCC) ofCCC Contract than or equal to E]
from FIN – 3 from FIN – 4 D = (B - C) (E) (F)
(B) (C)
One Partner:

____________
(Name of Partner)

Each Partner:

_____________
(Name of Partner
1)

_____________
(Name of Partner
2)

_____________
(Name of Partner
3)

All partners ∑ D = Sum of available financial resources ∑ D = _______


combined net of current contract commitments for all
partners

- Note -
Form FIN – 5 is made available for use by the bidder as a self-assessment tool, and by the employer as an evaluation work sheet, to
determine compliance with the financial resources requirement as stated in 2.3.3. Failure to submit Form FIN - 5 by the Bidder shall not
lead to bid rejection.

4-23
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form EXP – 1: Contracts of Similar Size and Nature

Fill out one (1) form per contract.

The exchange rate to be used to calculate the value of the contract for conversion to a specific currency shall
be the selling rate of borrower’s national bank on the date of the contract.

Contract of Similar Size and Nature


Contract
Contract No . . . . . . of . . . . . Identificatio
n

Award Date Completion Date

Total Contract Amount NRs. or Its Equivalent

If partner in a Joint Venture or


subcontractor, specify
Percent of Total Amount
participation of total contract
amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation and
Qualification Criteria)
Participation as a contractor, JV
partner, or subcontractor, in at
least two contracts that have been
satisfactorily and substantially
completed within the last Seven
(7) years and that are similar to the
proposed works, where the value
of the Bidder’s participation under
each contract exceeds NRs
482.00 Million. The similarity of
the Bidder’s participation shall be
based on all the following
requirements in each contract.
1. Construction of blacktopped
standard road,
2. Construction of W- Beam Crash
Barrier, and
3. Thermoplastic Road marking
works.

4-24
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Form EXP - 2: Construction Experience in Key Activities


Fill out one (1) form per contract.

Each Bidder must fill out this form.

In case of a Joint Venture, at least one of the Joint Venture Partners who will comply with the requirements
must fill out this form and provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

If complied by Specialist Subcontractor, the Specialist Subcontractor must fill out this form and provide the
Specialist Subcontractor’s name below:

Specialist Subcontractor: ___________________

Contract with Similar Key Activities


Contract No . . . . . . of . . . . Contract
. Identification

Award Date Completion Date

Total Contract Amount NRs. or Its Equivalent

If partner in a Joint
Venture or subcontractor,
Percent of Total Amount
specify participation of
total contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation and
Qualification Criteria)
(a) Production rate of
installation of at least
1000m traffic safety
steel (W-Beam crash
barrier) barrier per
year completed in
any one year within
the
last Seven (7) years.

4-25
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Schedules

Schedule of Payment Currencies

For ...........................insert name of Section of the Works .....................................

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities) will have
substantially different foreign and local currency requirements. In such a case, the Employer should
prepare separate tables for each Section of the Works.

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP

Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #3

Net Bid Price 100.00

Provisional Sums
Expressed in Local 1.00
Currency

BID PRICE

- Note -
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published by the source specified
in BDS 15.

4-26
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Tables of Adjustment Data: Not Applicable


Table A - Local Currency
Bidder’s % Range Bidder’s
Index Base Value Local of
Index Description Source of Index Proposed
Code and Date Currency Weighting Weighting
Amount
A
B Not Applicable
C

Table B - Foreign Currency


Name of Currency:
If the Bidder wishes to quote in more than one foreign currency, this table should be repeated for each
foreign currency.

Bidder’s
Index Index Source of Base Value Bidder’s Currency Equivalent
Proposed
Code Description Index and Date in Type/Amount
in FC1 Weighting
A
B
C
Not Applicable
D
Total

- Note -
As per GCC [Link], “Base Date” means the date 28 days prior to the latest date for submission of the bid.

Tables of Adjustment Data shall only be included if prices are to be quoted as adjustable prices in accordance with ITB 14.5.

4-27
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Bill of Quantities
A. Preamble

1. The Bill of Quantities shall be read in conjunction with the Instruction to Bidders, Bidding Data,
General and Particular Conditions of Contract, Standard Specifications and Special Provisions,
and Drawings.

2. The quantities given in the Bill of Quantities are estimated and provisional, and are given to provide
a common basis for bidding. The basis of payment will be the actual quantities of work ordered
and carried out as measured by the Contractor and verified by the Engineer and valued at the
rates and prices bid in the priced Bill of Quantities, where applicable, and otherwise at such rates
and prices as the Engineer may fix within the terms of the Contract.

3. The rates and prices bid in the priced Bill of Quantities shall, except as otherwise provided under
the Contract, include all constructional equipment, labor, supervision, materials, erection,
maintenance, insurance, profit, taxes, and duties, together with all general risks, liabilities, and
obligations set out or implied in the Contract.

4. A rate or price shall be entered against each item in the priced Bill of Quantities, whether quantities
are stated or not. The cost of items against which the Contractor has failed to enter a rate or price
shall be deemed covered by other rates and prices entered in the Bill of Quantities. The units and
rates in figures entered into the Bill of Quantities should be typewritten or if written by hand, must
be in print form. Bill of Quantities not presented accordingly may be considered nonresponsive.

5. The whole cost of complying with the provisions of the Contract shall be included in the items
provided in the priced Bill of Quantities, and where no items are provided the cost shall be deemed
to be distributed among the rates and prices entered for the related Items of Work.

6. General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bill of Quantities. References to the relevant sections of the Contract
documentation shall be made before entering prices against each item in the priced Bill of
Quantities.

7. Provisional Sums included and so designated in the Bill of Quantities shall be expended in whole
or in part at the direction and discretion of the Engineer in accordance with the Conditions of
Contract.

8. The method of measurement of completed work for payment shall be in accordance with the
Specifications (see Part II: Employer’s Requirement, Section 6B and 6C of these documents).

9. Arithmetic errors will be corrected by the Employer as follows:


(a) 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 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.
(c) If there is a discrepancy between the bid price in the Summary of Bill of Quantities and the
bid amount in item (c) of the Letter of Bid, the bid price in the Summary of Bill of Quantities
will prevail and the bid amount in item (c) of the Letter of Bid will be corrected.
(d) If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetic error, in which case the
amount in figures shall prevail subject to (a), (b), and (c) above.

4-28
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

10. Bidders shall price the Bill of Quantities in Nepalese Rupees (NRs.) only and shall indicate in the
“Schedule of Payment Currencies” the percentage expected for payment in foreign currency or
currencies.

B. Dayworks Schedule

General
1. Work shall not be executed on a Daywork basis except by written order of the Engineer. Bidders
shall enter basic rates for Daywork items in the Schedules, which rates shall apply to any quantity
of Daywork ordered by the Engineer. Nominal quantities have been indicated against each item of
Daywork, and the extended total for Daywork shall be carried forward as a Provisional Sum to the
Summary Total Bid Amount. Unless otherwise adjusted, payments for Daywork shall be subject to
price adjustment in accordance with the provisions in the Conditions of Contract.

Daywork Labour
2. In calculating payments due to the Contractor for the execution of Daywork, the hours for labor will
be reckoned from the time of arrival of the labor at the job site to execute the particular item of
Daywork to the time of return to the original place of departure, but excluding meal breaks and rest
periods. Only the time of classes of labor directly doing work ordered by the Engineer and for which
they are competent to perform will be measured. The time of gangers (charge hands) actually doing
work with the gangs will also be measured but not the time of foremen or other supervisory
personnel.

3. The Contractor shall be entitled to payment in respect of the total time that labor is employed on
Daywork, calculated at the basis rates entered by him in the Schedule of Daywork Rates: 1. Labor.
The rates for labor shall be deemed to cover all costs to the Contractor, including (but not limited to)
the amount of wages paid to such labor, transportation time, overtime, subsistence allowances, and
any sums paid to or on behalf of such labor for social benefits in accordance with (Country of
Borrower) law, as well as Contractor’s profit; overheads; superintendence; liabilities and insurance
and allowance to labor; timekeeping and clerical and office work; the use of consumable stores
water, lighting, and power; the use and repair of stagings, scaffolding workshops and stores portable
power tools; manual plant and tools; supervision by the Contractor’s staff, foremen, and other
supervisory personnel; and charges incidental to the foregoing. The rates shall be stated in the
Nepalese Rupees (NRs.) but the payments will be made on currency proportions as indicated in the
“Schedule of Payment Currencies”.

Daywork Material
4. The Contractor shall be entitled to payment in respect of materials used for Daywork (except for
materials for which the cost is included in the percentage addition to labor costs as detailed
heretofore), at the rates entered by him in the Schedule of Daywork Rates: 2. Materials and shall be
deemed to include overhead charges and profit as follows;

(b) the rates for materials shall be calculated on the basis of the invoiced price, freight, insurance,
handling expenses, damage, losses, etc., and shall provide for delivery to store for stockpiling at
the Site. The rates shall be stated in the Nepalese Rupees (NRs.) but the payments will be made
on currency proportions as indicated in the “Schedule of Payment Currencies”.
(c) the cost of hauling materials for use on work ordered to be carried out as Daywork from the store
or stockpile on the Site to the place where it is to be used shall also be deemed included in the
same rate.

4-29
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Daywork Equipment

5. The Contractor shall be entitled to payments in respect of Contractor’s Equipment already on Site
and employed on Daywork at the basic rental rates entered by him in the Schedule of Daywork
Rates: 3. Contractor’s Equipment. The said rates shall be deemed to include due and complete
allowance for depreciation, interest, indemnity and insurance, repairs, maintenance, supplies, fuel,
lubricants, and other consumables, and all overhead profit and administrative costs related to the
use of such equipment. The cost of drivers, operators, and assistants shall also be included in the
rate of the equipment and no separate payment shall be made for it.

6. In calculating the payment due to the Contractor’s Equipment employed on Daywork, only the actual
number of working hours will be eligible for payment, except that where applicable and agreed with
the Engineer, the traveling time from the part of the Site where the Construction Plant was located
when ordered by the Engineer to be employed on Daywork and the time for return journey thereto
shall be included for payment.

7. The basic rental rates for Contractor’s Equipment employed on Daywork shall be stated in Nepalese
Rupees (NRs.) but the payments will be made on currency proportions as indicated in the “Schedule
of Payment Currencies”.

Units of Measurement

The following units of measurement and abbreviations are used:

Unit Abbreviation Unit Abbreviation


a) cubic meter m3 or cu m b) millimeter mm
c) Vehicle Month Vel-Mon d) month month
e) set set f) number no
g) Running Meter Rm h) Square meter m2 or sq m
i) Kilometer km j) lump sum LS
k) person day per day l) provisional sum ps
m) liter ltr

4-30
SASEC Highway Improvement Project (SHIP) Part I, Section 4- Bidding Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

C. Work Items (Bill of Quantities)

4-31
SASEC Highway Improvement Project (SHIP) Part I, Section 5- Eligible Countries
Bidding Document Contract No. SHIP/OCB/RSIW/01

Section 5 - Eligible Countries

This Section contains the list of eligible countries.

Regional Members
1. AFG Afghanistan 25. FSM Micronesia, Federated States of
2. ARM Armenia 26. MON Mongolia
3. AUS Australia 27. MYA Myanmar
4. AZE Azerbaijan 28. NAU Nauru
5. BAN Bangladesh 29. NEP Nepal
6. BHU Bhutan 30. NZL New Zealand
7. BRU Brunei Darussalam 31. PAK Pakistan
8. CAM Cambodia 32. PAL Palau
9. PRC China, People’s Republic of 33. PNG Papua New Guinea
10. COO Cook Islands 34. PHI Philippines
11. FIJ Fiji 35. SAM Samoa
12. GEO Georgia 36. SIN Singapore
13. HKG Hong Kong, China 37. SOL Solomon Islands
14. IND India 38. SRI Sri Lanka
15. INO Indonesia 39. TAP Taipei,China
16. JPN Japan 40. TAJ Tajikistan
17. KAZ Kazakhstan 41. THA Thailand
18. KIR Kiribati 42. TIM Timor-Leste
19. KOR Korea, Republic of 43. TON Tonga
20. KGZ Kyrgyz Republic 44. TKM Turkmenistan
21. LAO Lao PDR 45. TUV Tuvalu
22. MAL Malaysia 46. UZB Uzbekistan
23. MLD Maldives 47. VAN Vanuatu
24. RMI Marshall Islands 48. VIE Viet Nam

Non-regional Members
1. AUT Austria 11. NET The Netherlands
2. BEL Belgium 12. NOR Norway
3. CA Canada 13. POR Portugal
4. DEN Denmark 14. SPA Spain
5. FIN Finland 15. SWE Sweden
6. FRA France 16. SWI Switzerland
7. GER Germany 17. TUR Turkey
8. IRE Ireland 18. UKG United Kingdom
9. ITA Italy 19. USA United States
10. LUX Luxembourg

5-1
Government of Nepal
Ministry of Physical Infrastructure and Transport

Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal

SASEC Highway Improvement Project (SHIP)


(ADB Loan No. 3722-Nep)

Contract No. SHIP/OCB/RSIW/01

Black Spot Elimination


&
Road Safety Improvement Works of Sahajpur~Syaule (57+760 ~ 131+380) &
Satbanjh~Darchula (200+760~321+000) Section of Mahakali Highway

Bidding Document
Part II Employer’s Requirements

Section6A Standard Specifications


Section6B Special Provisions to Standard Specifications
Section 6C Environmental, Health and Safety Management Requirement
Section6D Drawings (In Separate Volume)
Section 6E Supplementary Information Regarding Works to Be Procured
Section6F Personnel Requirements
Section6G Equipment Requirements
Section6H Check List for OCHS Including Arrangement for Protection
against COVID-19

February, 2024
Preface
This Bidding Document for the Procurement of Works (Single Stage – Two Envelope) has been
prepared by the Government of Nepal, Ministry of Physical Infrastructure and Transport,
Department of Roads, Project Directorate (ADB) and is based on the Standard Bidding
Document issued by the Asian Development Bank dated December 2022.
ADB’s SBD Works has the structure and the provisions of the Master Procurement Document
entitled “Bidding Documents for the Procurement of Works”, prepared by multilateral
development banks and other public international financial institutions, except where ADB-
specific considerations have required a change.
SASEC Highway Improvement Project (SHIP) Summary Description
Bidding Document Contract No. SHIP/OCB/RSIW/02

Table of Contents - Summary Description


PARTI BIDDINGPROCEDURES

Section 1 - Instructions to Bidders (ITB) ---------------------------------------------------------1-1


This Section specifies the procedures to be followed by Bidders in the preparation
and submission of their Bids. Information is also provided on the submission,
opening, and evaluation of bids and on the award of contract.

Section 2 - Bid Data Sheet (BDS) ------------------------------------------------------------------2-1


This Section consists of provisions that are specific to each procurement and
supplement the information or requirements included in Section 1 - Instructions
to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) -------------------------------------3-1


This Section contains the criteria to determine the lowest evaluated bid and the
qualifications of the Bidder to perform the contract.

Section 4 – Bidding Forms (BDF)-------------------------------------------------------------------4-1


This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid.

Section 5 – Eligible Countries (ELC) ---------------------------------------------------------------5-1


This Section contains the list of eligible countries.

PART II EMPLOYERS REQUIREMENTS

Section 6 -Employer’s Requirements (ERQ) ---------------------------------------------- 6-i


This Section contains the Specifications, Drawings, and Supplementary
Information that describe the Works to be procured, Personnel Requirements,
and Equipment Requirements.

Section 6A – Standard Specifications-----------------------------------------------------------6-1


This document has been issued under the authority of the Government of
Nepal, Ministry of Physical Infrastructure and Transport, Department of Roads
(2016 with second amendment 2021), it can be purchased from the Quality
Research and Development Centre, Chakupat, Lalitpur.

Section 6B – Special Provisions------------------------------------------------------------------6-2


This section contains amendments, supplements, etc. to the standard
specifications to suit the specific requirements of the project.

Section 6C – Environmental, Health and Safety Management Requirement----6-36


This section provides the Environmental, Health and Safety Management
Requirement

Section 6D – Drawings--------------------------------------------------------------------------6-38
The drawings are presented in a separate volume

Section 6E Supplementary Information Regarding Works to Be Procured -----6-39


SASEC Highway Improvement Project (SHIP) Summary Description
Bidding Document Contract No. SHIP/OCB/RSIW/02

This Section contains provides the supplementary information regarding the works
to be executed under the contract. Specification, Special provisions and, the
Drawings, that describe the Works to be procured

Section 6F– Personnel Requirements-------------------------------------------------------6-42


This section provides the information on Personnel Requirements

Section 6G – Equipment Requirements----------------------------------------------------6-43


This section provides the information on Equipment Requirements.

Section 6H- Check list for OCHS including arrangement for protection against
COVID-19-------------------------------------------------------------------------------------------6-44
This section provides check list for OCHS

PARTIII CONDITIONS OF CONTRACT AND CONTRACTFORMS

Section 7 - General Conditions of Contract (GCC)-------------------------------------------7-1


This Section contains the general clauses that govern the Contract. These General
Conditions shall be the Conditions of Contract for Construction, Multilateral
Development Bank Harmonized Edition, prepared by the Fédération
Internationale des Ingénieurs-Conseil (FIDIC June 2010 MDB version). These
Conditions are subject to the variations and additions set out in Section 8
(Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC)-----------------------------------------8-1


This Section contains provisions which are specific to each contract and which
modify or supplement the GCC. Whenever there is a conflict, the provisions herein
shall prevail over those in the GCC.

Section 9 – Contract Forms (COF)--------------------------------------------------------------9-1


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.
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Part II - Employers Requirements


This Section contains the Summary of Description of Works, Specifications and
Drawings that describe the Works to be procured.

Road Safety Improvement and Black Spot Elimination at different sections of East West
Highway, Rapti Highway and Mahakali Highway. The road sections where road safety
improvement is to be done are Sahajpur~Syaule (57+760 ~ 131+380) & Satbanjh~Darchula
(200+760~321+000) Section of Mahakali Highway

6-v
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Table of Content
Section 6A: Standard Specifications 6-1
Section 6B: Special Provisions to the Standard Specifications 6-2
Section 100 - General 6-3
118 Extension of Time due to Abnormal Rainfall 6-3
119 Labour Standards 6-6
120 Safety Plan and Provisions 6-7

Section 500 Quality Control 6-9


505 Testing Procedure and Set of Tests 6-9

Section 600 – Materials and Testing of Materials 6-10


603 Sources of Materials 6-10
604 Inspection and Acceptance of Materials 6-10

Section 1500 - Traffic Signs, Road Marking, Road Marker Stones and Delineators 6-11
1501 Permanent Traffic Signs 6-12
1507 Delineator Posts 6-12
1511 Steel Crash Barrier 6-12
1512 Solar Street Lighting Systems 6-13
1513 Tubular Steel Pole 6-16
1514 Frangible Delineator Post 6-18

2200 Structural Steel Works 6-21


2210 General 6-21
2205a Protection Against Corrosion: Hot-Dip Galvanization 6-21
2208 Payment 6-27

Appendices: 6-28
Appendix: 1 List of Standards 6-29
Appendix: 2 Office and Furniture / Equipment for the Engineer/Employer 6-31
Appendix: 3 Vehicles for the Employer/ Engineer 6-33
Appendix: 3 Project Signboard 6-35

Section 6C Environmental, Health and Safety Management 6-36


Requirement
Section 6D Drawings 6-38
Section 6E Supplementary Information Regarding Works to Be Procured 6-39
Section 6F Personnel Requirements 6-42
Section 6G Equipment Requirements 6-43
Section 6H Check list for OCHS including arrangement for protection 6-44
against COVID-19

6-vi
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Specification
The Specification comprises the following documents:
• Section 6A: Standard Specifications;
• Section 6B: Special Provisions to the Standard Specifications (including all
Appendices);
• Section 6CEnvironmental, Health and Safety Management Requirement;
• Section 6F: Personnel Requirements
• Section 6G: Equipment Requirements, and

• Section 6H: Check list for OCHS including arrangement for protection against COVID-
19

6-vii
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6A: Standard Specifications

Standard Specifications for this contract shall be the “Standard Specifications for Road and
Bridge Works-2073 (with second amendment 2078/2022)” and with amendment from time
to time- issued under the authority of the Government of Nepal, Ministry of Physical
infrastructure and Transport, Department of Roads.
The Standard Specifications may be purchased from the Departments of Roads, Central Road
Laboratory, Chakupat, Lalitpur.
The document can also be obtained by downloading from: [Link]

6-1
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6B: Special Provisions to the Standard Specifications

The Special Provisions contained herein shall be read in conjunction with Section 6A: the
Standard Specifications for Road and Bridge Works-2073 (with second amendment
2078/2022) and with amendment from time to time issued by the Government of Nepal,
Ministry of Physical Infrastructure and Transport, Department of Roads and shall supplement,
replace or supersede the Section 6A: Standard Specifications as appropriate. Where there is any
ambiguity or discrepancy between the Standard Specifications and the Special Provisions; the
Special Provisions shall have preference and shall govern.

6-2
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 100 – General

Add clause 117 after the clause 116 with the heading “Office, Accommodation, Vehicle, Survey
Equipment and Site Laboratory” as following:

117 Office, Accommodation, Vehicles, Survey Equipment and Site


Laboratory
(1) Provision of Office/Accommodation with Furnishing/Equipment, Operation and
Maintenance
A. General Requirements
The Contractor shall provide site office with the furniture, furnishing, equipment,
consumables, operation and maintenance for the Employer and his staff as described below.
The site office shall be rented by the Contractor nearby the construction site (with consent of
the Engineer) with provision of parking facilities and other necessary appurtenances such as
power mains connection, water supply mains, drainage systems, fences, utilities, area
development etc. as mentioned in Appendix –2.
After providing the office with the facilities the Contractor shall also maintain until issuance
of Taking Over Certificate.

B. Sole Use of Office


The office facilities shall be for the sole use of the Employer.

C. Services
The Contractor shall arrange for the connection of water mains, drainage and sewerage and
electricity mains to the office and accommodation which facilities shall be functional at all
times. The Contractor shall ensure that these facilities of adequate power, supply of potable
water and sewage disposal etc. conform in full to the requirements mentioned in the
Conditions of Contract, Bill of Quantities and in this Specification.

D. Office Building Requirements


1.1 Site Office Building Structure
The Contractor shall provide complete office building on lease for the sole use of the
Engineer/Employer.

A. General description
The total floor area of office building shall be minimum of 200 sqm for Type-01 and 150 Sqm
for Type-02. The location of the office shall be as determined by the Engineer.

6-3
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Office Type 1 Office Type 2


Room Requirements
No. of Rooms Area No. of Rooms Area
Project Manager’s Room 1 1
Chief Resident Consultant/Team
1
Leader
Resident Engineer 1 0
Quality Engineer 1 Total 0 Total
Assistant Resident Engineer 1 floor 1 floor
area area
Senior Inspector of Works 1 1
shall not shall not
Office Manager/Accountant 1 1
be less be less
Office Secretary/Administrator 1 1
than 200 than 150
Conference Room 1 sqm 0 sqm
Senior Materials and Lab Technician 1 1
Toilet 2 2
Store Room 1 1
Kitchen 1 1
Covered Parking Space/Vehicles 6 Vehicles 3 Vehicles

B. Finishing of the building


The site office provisions shall have a ceiling height of at least 2.5 m and each room having
not less than 13 m2), one reception room/meeting hall (not less than 16 m2), one dinning,
one kitchen and one general toilet. Parking Space for minimum four (4) vehicle shall be
provided.
If the Contractor fails to provide the office facilities within the stipulated time the
Engineer/Employer will arrange suitable office for his use and the full costs of doing so will be
deducted from any monies due to the Contractor.

1.2 Measurement and Payment


Rental charge, maintaining and operating the site office at site including supply of furniture,
furnishing, equipment and consumables, etc., and maintenance of the building and facilities all
complete as per the Specifications and to the satisfaction of the Engineer/Employer shall be
measured on a monthly basis as provisioned in the in the respective items of the Bill of
Quantities.

(2) Vehicles for the Employer


2.1 General Requirements
The Contractor shall provide new plain-colored motor vehicle and motor cycle as described in
the Appendix-3 for the exclusive use of the Engineer and Employer, for any purpose in
connection with the Works. The Contractor shall obtain approval from the Engineer and
Employer before supplying the vehicles. The vehicles shall be licensed and insured for use on
the public highway with comprehensive insurance cover for any qualified driver (for motor
vehicle case), together with any authorized passengers and the carriage of goods or samples.
The Contractor shall provide a competent and qualified driver holding a valid driver’s license
having an experience of minimum 5 years as a driver of similar vehicle types (for motor vehicle

6-4
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
case). The Contractor shall provide fuel, oil and maintenance in conformity with the vehicles
manufacture’s recommendations.
The Contractor shall provide a suitable replacement for any vehicle that is out of service for
more than 24 hours. Vehicles shall be provided and maintained in accordance with the above
for as long as they are required by the Employer and Engineer. Vehicles shall be reverted to the
Contractor when no longer required by the Employer.
In the case of supplying of the motorcycle to for the Nepal Police Highway Security and Traffic
Management office, Attariya the Contractor shall only supply the new motor cycle for the use
of Nepal Police Highway Security and Traffic Management office, and the motorcycle will be
the property of the Nepal Police Highway Security and Traffic Management office, Attariya.

2.2 Measurement
Provisions of the vehicles for the Engineer/Employer shall be measured as the number of
months the vehicles are provided and maintained. Measurement shall be made during the total
period the vehicle is in use by the Engineer/Employer. Vehicle not provided for the full 24-hour
day will be measured for payment on pro- rata basis of the actual hours available out of the 24-
hour day.

2.3 Payment
Payment for vehicles shall be made at the unit price per vehicle month for each vehicle as
contained in the Bill of Quantities. Payment shall include the supply of the vehicle and driver,
fuel, oil, insurance, license, maintenance, spares, repairs and all other running and
maintenance costs.

118 Extension of Time due to Abnormal Rainfall


Extension of time due to exceptionally adverse climatic conditions as referred to in the relevant
Clause of the General Conditions of Contract shall be considered only in respect of the number
of days lost during each month which are in excess of the number of working days on which
delays might reasonably be expected having due regard to the time of year. The Contractor
shall, therefore, make due allowance in his rates for the loss of the following number of
working days for each month due to the effects of rainfall as detailed below:

Month Number of Days Remarks


January 4
February 4
March 4
April 6
May 12
June 20
July 25
August 25
September 15
October 5
November 4
December 4

6-5
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
The number of days considered for Extension of Time shall be based on the full number of “rain
days” occurring during the month less the number of days required to be allowed for the
month as detailed above. “Rain days” shall be defined as those days on which the rainfall
during the full 24-hour day exceeds 10mm and on which the Contractor is prevented from
working on site for the furtherance of the major Works due solely to conditions caused by
inclement weather.
The total number of days for extension of time shall be calculated on a month by month basis.
Carrying over of days “not used” from one month to the next is not permitted.
For the proper application of this Clause the Contractor shall establish rain gauging stations to a
design and using automatic equipment approved by the Engineer. Such stations shall be spaced
along the site at intervals not exceeding 10kilometres. In the event of failure to establish such
approve drain gauging stations no “rain days” will be measured and no requests for Extension
of Time on the basis of inclement weather will be considered.

119Labour Standards
The Contractor shall abide by international standards in his treatment of workers. There shall
be no discrimination between individuals on the basis of race, sex, caste or belief.

(1) Rates of Wages


The Contractor shall pay rates of wages not less favorable than those approved by the
Government for the various classes of labour engaged in the same district. All payments shall
be in cash unless employees request, in writing, payment by cheque or other negotiable
financial instrument. Payment in kind or through trade goods of any sort is prohibited. Food
rations, accommodation, or any other allowances will be over and above cash wages complying
with the minimum levels described. Men and women shall receive equal rates of pay for the
particular grade of work, trade or skill for which they are employed.

(2) Payment of Wages


The Contractor shall pay his employees promptly and regularly at intervals of no more than two
weeks, and all employees shall be paid in full and up to date before the issue of the Engineer’s
Maintenance Certificate.

(3) Records
The Contractor shall keep proper records of the days, dates and hours worked by every
employee engaged on the contract, their gender, the class of work in which employed, whether
as a casual or permanent employee, and the wages (and allowances if any), paid. These records
shall be made available at any time for inspection by the Engineer or the Engineer’s
representative or any authorized representative of the Government.

(4) Default of Payment of Wages


In the event of default in payment of wages to petty contractors, local labour groups or any
worker employed on the contract, by the Contractor or his Subcontractor, and, if a claim with
satisfactory proof thereof is received by the Engineer, then the Employer may make the
payment upon recommendation by the Engineer of such a claim out of the monies at any time
payable under the contract, and the amount so paid shall be deemed payments to the

6-6
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
Contractor under the Contract.

120 Safety Plan and Provisions


(1) Scope
This Clause covers the requirements to be met by the Contractor in relation to the safety
provision sat construction sites which include workplace health and safety of the workers, all
road users (drivers, passengers, pedestrians) and members of the community along the road
corridors.

(2) Emergency Response Plan


An emergency response plan to deal with accidents and emergencies, including
environmental/public health emergencies associated with hazardous material spills and similar
events, shall be prepared for the approval of the Engineer.

(3) First Aid Base


A fully equipped first aid base shall be climatically controlled to maintain the temperature of
the inside of the building at 20 degrees Celsius. Arrangements for emergency medical services
shall be made to the satisfaction of the Engineer.

(4) On-Site Safety Publicity


The Contractor shall ensure that safety, rescue and industrial health matters are given a high
degree of publicity to all persons regularly or occasionally on the site. Posters, in Nepali and
English, drawing attention to site safety, rescue and industrial health regulations shall be made
or obtained from the appropriate sources and shall be displayed prominently in relevant areas
of the site.

(5) Safety Training Program


A Safety Training Program is required and shall consist of:
(a) Initial Safety Induction Courses: All workmen shall be required to attend a safety
induction course within their first week onsite.
(b) Periodic Safety Training Courses: Periodic safety course shall be conducted not less
than once every six months. All Contractor employees will be required to participate in
relevant training courses appropriate to the nature, scale and duration of the contract
works. Training courses for all workmen on the Site and at all levels of supervision and
management,
(c) Safety Meetings: Regular Safety meetings will be conducted on a monthly basis and
shall require attendance by the Engineer and safety representatives of Contractors
unless otherwise agreed by the Engineer. The minutes of all safety meetings will be
taken and sent to the Engineer within seven (7) days of the meeting.
(d) Safety Inspections: The Contractor shall regularly inspect, test and maintain all safety
equipment, scaffolds, guardrails, working platforms, hoists, ladders and other means of
access, lifting, lighting, signing and guarding equipment. Lights and signs shall be kept
clear of obstructions and legible to read. Equipment which is damaged, dirty, incorrectly

6-7
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
positioned or not in working order, shall be repaired or replaced immediately.

(6) Safety Equipment and Clothing


Safety equipment, materials and protective clothing are required to be available on the site at
all times and measures for the effective enforcement of proper utilization and necessary
replacement of such equipment and clothing, and all construction plant and equipment used
on or around the site shall be fitted with appropriate safety devices. These shall include but not
be limited to:
• Effective safety catches for crane hooks and other lifting devices;

• Functioning automatic warning devices and, where applicable, an up-to-date test


certificate, for cranes and hoists;
• Functioning beeping devices in all trucks and other equipment while reversing as well
as operating flashing lights attached to all equipment while in motion.

(7) Temporary Evacuations


In the event that temporary evacuations are required due to safety or other considerations
appropriate compensation will be provided to all workers.

(8) Measurement and Payment


Unless specified in the contract, no separate payment shall be made for compliance with these
Safety Provisions and the costs for compliance shall be deemed to be included in the rates of
the relevant Bill of Quantity items.

6-8
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 500 – Quality Control

505 Testing Procedure and Set of Tests


Delete the final words of the second paragraph commencing “as per the prevalent accepted …..”
and substitute with:
“In accordance with National Specifications stipulated by the Engineer. In case no such National
Specifications are prevalent then tests shall be carried out in accordance with the directions of
the Engineer.”

6-9
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 600 – Materials and Testing of Materials


603 Sources of Materials
Add the following at the end of the last paragraph of this Clause:
“These provisions regarding delivery and haulage shall not apply to any material salvaged from
the site of the works and the Contractor shall be entirely responsible for all haulage and costs of
haulage of such salvaged material.”

604 Inspection and Acceptance of Materials


Delete the second and third paragraphs of this Clause and substitute with the following:
“A preliminary inspection of the materials may be made at the source for the convenience and
accommodation of the Contractor, but neither the presence of the Engineer nor the subsequent
testing of work or materials by the Engineer shall relieve the Contractor of his responsibility for
furnishing work and materials complying with these Specifications.
The representative of the Engineer shall have free entry at all times to those parts of any plant
which concern production of any materials for incorporation into the Works and the Contractor
shall ensure that any order for materials which he places includes the necessary provisions to
ensure that such free entry is available.”

6-10
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 1500 – Traffic Signs, Road Marking, Road Marker Stones


and Delineators

Add General Requirement before “Clause1501-Permanent Traffic Sign”


General Requirements
This Clause covers the changes in the requirements to be met by the Contractor in relation to the
installation of permanent traffic signs, road markings and various other traffic control devices as
provided in the schedule of quantities (BOQ). Construction drawings issued with the contract
document contain standard layout plan of traffic signs, road pavement marking and other ancillary
traffic control devices. Their locations in the plan, where applicable, are indicative only.
The contractor shall prepare the detailed layout plans showing all traffic signs (cautionary, regulatory
and informatory) and pavement parking and other road safety items and submit to the Engineer for
approval 21 days prior to the commencement of their installation. The layout plan will be prepared
in detail based on the guidelines / templates provided by the Engineer. The plans shall include but
are not limited to the following elements of traffic control and safety management:
i. Traffic signs (cautionary, regulatory, informatory) including speed limit signs;
ii. Pavement marking / painting including all longitudinal and transverse lines (RRPM
included);
iii. Transverse and longitudinal rumble strips;
iv. Other traffic calming measures such as raised platforms;
v. Pedestrian crossing facilities (at mid-blocks as well as at intersections zebra/ signalized,
wombat);
vi. Lane control signs, Variable Speed Limit Signs including with gantry girders where
required/ shown in the construction plan or as instructed by the Engineer;
vii. Traffic signals (at intersections and at mid-blocks)
viii. Roadside barriers (with types and length), hazard markers; and
ix. Any other traffic control devices and / or road safety measures shown in the BOQ or in the
construction drawings.
All traffic signs shall comply and layout requirements shall be in accordance with the Traffic Sign
Manual (TSM), published by Department of Roads, Nepal. In cases where the provisions are not
described in the TSM, other international practices such as IRC or AGTM’s recommendations will be
used to the satisfaction of Engineer.

6-11
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

1501 Permanent Traffic Signs


(2) Materials
(a) Mounting Post
In first line delete: “either 50mm internal diameter steel tube of “heavy” category or”

(11) Payment
Add the following additional paragraph at the end of this Sub-clause:
“The Bills of Quantities provide for two classes of sign for payment purposes:
i. Single post
ii. Double or more posts
All signs supported by a single post shall be classed as “single post”
“All signs supported by two or more posts shall be classified as “double post or more posts”.

1507 Delineator Posts


(3) Erection and Painting
Delete last sentence of first paragraph and substitute with
“Delineator Posts shall be bedded into ground with concrete foundation of grade M10/40 as
shown on the drawings”.
Delete last sentence of second paragraph and substitute with:
“Delineator post shall be painted in color as specified in B48 of Traffic Sign Manual published by
Department of Roads”

1511 Steel Crash Barrier


(1) Scope
Add the following at the first paragraph after “W-Beam”:
“, and thrie beam”
Add the following at the beginning of the second paragraph after “W-Beam”:
“, and thrie beam”

(2) Material
(C) Technical Specification for Steel Crash Barrier and Accessories
Replace “IRC 5-1988” by “IRC 119-2015” at end of the first paragraph
Add the following at the end of the first paragraph:
“However, at the connection part between RCC Crash Barrier and W-Beam or Thrie Beam or
vice versa the spacing of the vertical post shall be as per drawing closer than 2 m”

6-12
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
On the table [Link]. 2 and, Requirement column add after “length of post 1800mm”:
“for W-Beam, and 2100 mm for thrie Beam”
and
On the table [Link]. 3, Requirement column add after “Length of spacer-330 mm”,
“for W-Beam, 546 mm for thrie Beam”

(d) Packing of Steel W-Beam Crash Barrier and Accessories


Add the following at the beginning of the second paragraph after “W-Beam”:
“, and thrie beam”
Add followings new Clauses after “1511 Steel Crash Barrier”:
1512 Solar Street Lighting Systems
1513 Tubular Steel Pole
1514 Frangible Delineator Post

1512 Solar Street Lighting Systems


(1) Definition
A standalone solar photovoltaic (SPV) street lighting system (SLS) is an outdoor lighting unit used for
illuminating a street or an open area. It consists of photovoltaic (PV) module(s), compact Light-
emitting diode (LED), lead acid battery, control electronics, inter-connecting wires/cables, module
mounting Pole including hardware and battery box. The LED is fixed inside a luminaire which is
mounted on the pole. The PV module is placed at the top of the pole at an angle to maximize
incident solar radiation, and a battery is placed in a box attached to the pole. The module is
mounted facing south, so that it receives solar radiation throughout the day, without any shadow
falling on it. Electricity generated by the PV module will charge the battery during the day time. This
system operates from dusk to dawn.

(2) Scope
This section covers the requirements to be met by the Contractor in relation to the materials,
fabrication, installation, testing and commissioning of solar street lighting systems. The street light
system consists of the specified electrical hardware, mast arm poles, and footing which includes
excavation, breaking of concrete or any other hard surface such as road pavement, concreting,
erecting poles to lines and levels and curing the concrete and re-instatement of the surface to its
original condition and disposal of excess spoil materials: on an all complete net basis.
The solar street lighting system shall be provided along the sections of road passing through built up
areas, on areas of high pedestrian activity and at all pedestrian zebra crossings and intersections as
shown in the drawings or as directed by the Engineer. Electric poles along the bridges shall be
anchored as shown in the bridge drawings or as directed by the Engineer. The Contractor shall be
required to submit shop drawings of the anchorage details for Engineer's approval.

(3) Specifications of the Solar Street Lighting System


A. Duty Cycle
The system should automatically switch ON at dusk, operate throughout the night and automatically

6-13
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
switch OFF at dawn.
B. PV Modules(s)
(i) Both crystalline and thin film technology modules are allowed in the system. The PV
module should have a certificate of testing conforming to IEC 61215 Edition II / BIS
14286or IEC 61646 for crystalline and thin film PV modules respectively. The certificate
should be from an NABL or IECQ accredited Laboratory;
(ii) The power output of the module(s) under STC should be a minimum of 150 Wp. Either
two modules of minimum 75 Wp output each or one module of 150 Wp output should be
used. In case of thin film technology PV modules, the specified values refer to the
stabilized power output after the initial degradation. The module efficiency should not be
less than12%;
(iii) The operating voltage corresponding to the power output mentioned above should
be16.4 ± 0.2V;
(iv) The open circuit voltage of the PV modules under STC should be at least 21.0Volts;
(v) The terminal box on the module should have a provision for opening for replacing the
cable, if required;
(vi) Each PV module must use a RF identification tag (RFID), which must contain the following
information:
a. Name of the manufacturer of PV Module.
b. Model or Type Number
c. Serial Number
d. Month and year of the manufacture
e. I-V curve for the module
f. Peak Wattage of the module at 16.4volts
g. Im, Vm and FF for the module
h. Unique Serial No and Model No of the module Until March 2013, the RFID can be
inside or outside the module laminate, but must be able to withstand harsh
environmental conditions.
(vii) A distinctive serial number starting with NSM will be engraved on the frame of the
module. The distinctive number starting NSM will also be screen printed on the ted lar
sheet of the module.
C. Battery
(i) Lead Acid, tubular positive plate flooded electrolyte or Gel or VRLA Type;
(ii) The battery will have a minimum rating of 12V, 150 Ah (at C/10 discharge rate);
(iii) 75 % of the rated capacity of the battery should be between fully charged and load cut off
conditions.
D. Lamp

6-14
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
(i) The lamp should be 40Watt LED;
(ii) The light output from the lamps should be around 4000±5 % lumens (for 40 W LED);
(iii) The lamp should be housed in an assembly suitable for outdoor use, with a reflector on its
back;
(iv) No blackening or reduction in the lumen output by more than 10%, should be observed
after 1000 ON/OFF cycles (two minutes ON followed by four minutes OFF is one cycle);
E. Electronics
(i) The inverter should be of quasi sine wave/ sine wave type, with frequency in the range
of20 - 30 KHz. Half-wave operation is not acceptable;
(ii) The total electronic efficiency should be not less than 85%;
(iii) The idle current consumption should not be more than 10mA;
(iv) The PV module itself should be used to sense the ambient light level for switching ON and
OFF the lamp.
F. Electronic Protections
(i) Adequate protection is to be incorporated under no load conditions e.g. when the lamp is
removed and the system is switched ON;
(ii) The system should have protection against battery overcharge and deep discharge
conditions;
(iii) Fuses should be provided to protect against short circuit conditions;
(iv) Protection for reverse flow of current through the PV module(s) should be provided;
(v) Electronics should have temperature compensation for proper charging of the battery
throughout the year.
G. Mechanical Hardware
(i) A metallic frame structure (with corrosion resistance paint) is to be fixed on the pole to
hold the SPV module(s). The frame structure should have provision to adjust its angle of
inclination to the horizontal between 0 and 45, so that the module(s) can be oriented at
the specified tilt angle;
(ii) The pole should be made of mild steel pipe with a height 6m above the ground level, after
grouting and final installation. The pole should have the provision to hold the
weatherproof lamp housing. It should be painted with a corrosion resistant paint; All poles
will be of slip base type. This type of special purpose Street Lighting Pole addresses the
universal problem of high-speed road accidents (over 60km/h) involving roadside
collisions with light poles. These poles shall comply with Australian Standards1158.1.3 or
equivalent Indian Standards. Slip Base Poles differ in design which features the two base
plates bolted together with the facility of freely coming apart if a crash occurs. This
separation lessens resistance and mitigates the overall effects of the impact (and
subsequent damage to the vehicle or injury to its occupants);All poles shall be tapered
round of specified diameter and consist of standard base-plate mounted with either in-

6-15
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
ground section or connection spool on rag bolts, bolts, slip washer and rectangular
washers. All poles shall be hot dip galvanized to Australian Standards4680:2006 or
equivalent Indian Standards and shall be either powder coated or painted as approved by
the Engineer. The slip base poles shall be in a single and double outreach arm
arrangement, curved or straight as approved by the Engineer. Poles shall have security or
tamper proof screws for access door covers;
(iii) A vented, acid proof and corrosion resistant painted metallic box for outdoor use should
be provided for housing the battery with a provision of lock and key.
H. Other Features
(i) The system should be provided with 2 LED indicators: a green light to indicate charging in
progress and a red LED to indicate deep discharge condition of the battery;
(ii) There will be a Name Plate on the system, which will give: (a) Name of the Manufacturer
or Distinctive Logo. (b) Serial Number;
(iii) Components and parts used in the solar street lighting systems should conform to the
latest BIS specifications, wherever such specifications are available and applicable;
(iv) The PV module(s) will be warranted for a minimum period of 25 years from the date of
supply and the street lighting system (including the battery) will be warranted for a period
of two years from the date of supply. PV modules used in Solar Street Lighting System
must be warranted for their output peak watt capacity, which should not be less than
90%at the end of Twelve (12) years and 80% at the end of Twenty-five (25) years. The
Warranty Card to be supplied with the system must contain the details of the system;
(v) Necessary lengths of wires/cables and fuses should be provided;
(vi) An Operation, Instruction and Maintenance Manual, in English should be provided with
the Solar Street Lighting System. The following minimum details must be provided in the
Manual: basic principles of photovoltaics; a small write-up (with a block diagram) on the
Solar Street Lighting System – describing its components (PV module, battery, electronics
and luminaire) and their expected performance; a section on charging and significance of
indicators; together with clear instructions about erection of poles and mounting of PV
module (s) and lamp housing assembly on the pole.
(4) Measurement and Payment
The solar street lighting system including all the PV modules, battery, lamp, electronics and
electronics protection, mechanical hardware including solar light pole including foundation
excavation, placing, foundation concreting as per drawings and other features for the complete
functioning of the solar street lighting system shall be measured in number or in sets (Nos./Sets) and
paid under the respective contract price on BOQ. The contract price and/or rates shall be the full and
the final compensation to the Contractor as per Clause 112.

1513 Tubular Steel Pole


1. Description
i. The steel tubing used in pole fabrication shall be of steel of any approved process
possessing a minimum tensile strength of 42 Kg/sq. mm and a chemical composition of

6-16
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
not more than 0.06% Sulphur and not more than 0.06% phosphorous.
ii. The tubing diameter and tubing wall thickness shown in Table 1 for each length of pole
are the minimum size to be used in fabricating each length of pole.
iii. Tubular poles shall be made of welded tubes, swaged and joined together. The upper
edge of each joint shall be chamfered at an angle of about 45-degree. The steel poles
shall be composed of three sections of diminishing diameters and minimum diameter
thickness and lengths of pole shall be as shown in Table 1. Steel Tubular pole street
lights are of three types, viz double armed, single armed and dislocated double armed.
iv. All tubes forming parts of the above supports shall be made from hot insulated seamless
or continuously welded steel in accordance with BS 6323 or equivalent applicable
Standards.
v. The bottom section of the poles shall be galvanized with minimum coating of weight not
less than 460-gm/-sq. m internally and externally. The length of the bottom section
including the base plate to be galvanized shall be as follows:
11 m pole 2.5 m
9 m pole 2.25 m
vi. The remaining portion of the pole shall be painted with one coat of red oxide primer as
specified in IS 2074-1997.
vii. Each pole shall be provided with a steel top plate 3-mm minimum thickness welded to
the end of the section. The top plate shall not project beyond the perimeter of the top
section. Each pole shall also be provided with a welded base plate welded to the bottom
of the pole.
viii. The size of the base plate shall be as per governing standard.

2. Tolerance
The following tolerances shall be maintained:
a. Tolerance of diameter: +/-1%
b. Tolerance on weight: +/-7.5% on each pole.
1. +/-5% on a bulk load.
c. Tolerance on thickness: +/10% on each sheet.
d. Straightness: The finished poles shall not be out of straightness by more than 1/600 of
the height.

3. Tests
The following test (s) shall be performed for the pole furnished.
a. Tensile test and chemical analysis for sulphur and phosphorous
b. Deflection test
c. Permanent set test
d. Drop test
List of testing equipment available with the manufacturer for final testing of equipment specified

6-17
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
and the test plant limitation, if any, vis-à-vis the type, special, acceptance and routine tests specified
in the relevant standards.

Table 15.1 Poles Specification


IS Designation 410SP- 52 410 SP-43 410 SP-31 410 SP-13
Overall Height 11 m 10 m 9m 8m
Planting depth. m Sections: Length, m 1.8 1.8 1.5 1.5
Top (h1) 2.7 2.4 2 1.75
Middle (h2) 2.7 2.4 2 1.75
Bottom (h3)
5.6 5.2 5 4.50
Outside Diameter, mm
Top (h1) 114.3 114.3 114.3 88.9
Middle (h2) 139.7 139.7 139.7 114.3
Bottom (h3) 165.1 165.1 165.1 139.7
Thickness, mm
Top (h1) 3.65 3.65 3.65 3.25
Middle (h2) 4.5 4.5 4.5 3.65
Bottom (h3) 4.5 4.5 4.5 4.5
Approximate weight, Kg 175 160 147 101
Crippling load, kgf
307 348 367 301
Application of load from
top of pole, m 0.6 0.6 0.3 0.3

Must be supplied Along with standard Cross Arms and Bracings Angles,
Pole Clamps, GALVANISED STEEL BOLTS, NUTS AND MISCELLANEOUS FASTENING COMPONENTS,
TRANSFORMER PLATFORMS fabricated from hot-rolled channels, angles and steel members. The
steel channels and angles for transformer platform shall be fabricated in accordance with Indian
Standards IS: 226-1975 and IS-808-1964or any revision thereof or other equivalent national or
international standard provided that the resulting steel stock is of equal quality and strength. The
minimum tensile strength of the steel shall be 4200 kg/cm2. Existing Transformer shall be reused.

4. Payment
Up to 10% of the steel tubular poles of the street Lighting will be single armed and dislocated double
armed swan types as shown in drawing. Rates for this reduced portion quantity of single armed
poles will be proportionately reduced by 20%.

1514 Frangible Delineator Post


(1) Scope
The work covers supplying and fixing of frangible delineator posts. Frangible delineator posts, also
known as delineators or channelizing devices, are traffic safety devices used to guide and warn
motorists by providing a visible and tactile separation of lanes or indicating changes in the roadway
alignment. Frangible delineator posts are a multi-directional flexible Re-bondable Lane Divider or
Post. They are installed as a surface mount type placement and are capable of safely withstanding
repeated impacts and wheel-overs from any direction.

6-18
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
(2) Material
The frangible delineator posts shall be typically made of flexible materials, such as Polyurethane
compound, PVC or other flexible plastics, to absorb and recover from vehicle impacts without
causing significant damage.

(3) Manufacturing and Installation


Reflective Sheeting:
Frangible delineator posts feature reflective sheeting to enhance visibility, especially during low-light
conditions. Common reflective materials include engineering-grade or micro-intensity prismatic
sheeting.

Finished Color:
All faces of the frangible delineator posts shall be smooth and free of any sharp edges. Standard
colors are Orange, White, Black, Blue, Green, Red and Yellow. Color shall be selected as per drawing
or as directed by the Engineer.

Base Anchorage:
The frangible delineator post has 5 application specific fastening methods.
The frangible Delineator posts shall be mounted using various methods, including surface-mounted
bases, ground anchors, or other anchoring systems. The choice of mounting depends on the
application and the surface type. Following are the fasting methods for frangible delineator post,
selection of fasting method shall be as per drawing and/or as directed by the Engineer.
1. Bolt down to any concrete surface with the use of the common available types of masonry anchors.
(Recommended anchor length is 130mm with nylon plug to suit 14mm drill holes. 25mm washer
required)
2. Glue down to concrete or bitumen surface with the use of a quick setting epoxy adhesive such as T-
Rex or Megapoxy.
3. Butyl pads for adhesion to bitumen. (For best adhesion, it is recommended that a double layer of
pads is used as per installation instructions)
4. Drivable Spike type is ideal for temporary or emergency use into bitumen or compacted road base.
5. Removable Socket mount installation – complete with socket cap.

Durability:
The frangible delineator post shall retain a minimum 75% of their appearance and physical properties
for at least five years when exposed to the extremes of weather conditions. Installed, posts shall not
deform more than 10 degrees from the vertical position within the defect notification period. The
posts shall be return to their original position after multiple vehicles impacts in any direction. Re-
straightening is not required.

6-19
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

(4) Tests and Standard of Acceptance


The material shall be tested in accordance with the relevant standards specified and shall meet the
prescribed criteria. The Contractor shall furnish necessary test certificates as required by the
Engineer. The work shall conform to these Specification and shall be to the true lines, levels and
dimensions as indicated on the Drawing or as directed by the Engineer.
Criteria for frangible delineator post
Material Polyurethane Compound
Width Top 72-80 mm
Width Bottom 76-110 mm
Length 750-1000mm
Shore Hardness 85A
Tensile 40 MPa
Tear Strength 95 N/m
Abrasion Loss 20mm3
Elongation Break 630%
(5) Measurement
Each type of frangible delineator posts (with all accessories and base anchorage all complete) shall
be measured in number. Excavation, preparation of foundation and backfill shall not be measured.
They are deemed included in the measurement of the frangible delineator posts.

(6) Payment
The frangible delineator posts measured as above shall be paid at the contract unit rate for each
type of post. The contract unit rate shall be the full and the final compensation to the Contractor
including the cost of excavation, backfill, reflecting sheeting, base anchorage including all other
incidental costs so as to complete the work as specified.

6-20
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 2200 – Structural Steel Works

2201 General
Rewrite the Sub-clause 2201 “General” as following:

This work shall include furnishing, fabricating, Galvanizing, transporting and erecting high strength
structural steel and other incidental metal construction of the kind, size and quantity in conformity
with the drawings and these Specifications or as directed by the Engineer.

General requirements relating to the supply of material shall conform to the Specifications of IS:
2062, for the purpose of which the supplier shall be the Contractor and the purchaser shall be the
Engineer.
Finished rolled material shall be free from cracks, flaws, injurious seams, laps, blisters, ragged and
imperfect edges and other defects. It shall have a smooth and uniform finish, and shall be
straightened in the mill before shipment. It shall also be free from loose mill scale, rust, pits or other
defects affecting its strength and durability.

The acceptance of any material on inspection at the rolling mill, foundry or fabricating plant where
material for the work is manufactured, shall not be a bar to its subsequent rejection, if found
defective.
Bolted connection of structural joints using high tensile friction grip bolts shall comply with
requirements of IS: 4000.

High strength steel welding conforming to IS: 1024 shall be used.

Hot-dip galvanization of steel elements shall comply with requirements of IS: 2629-1985 (Reaffirmed
2001) Edition 2.3 (2001-01).

Cast iron shall not be used in any part of the bridge structure.

Add the sub-Section 2205a with the following

2205a Protection against Corrosion: Hot-Dip Galvanization


(1) Scope

Hot-dip galvanizing is a process of applying zinc coating to iron or steel surface for protection against
corrosion. The zinc coating firstly protects the base metal by acting as an impervious shield between
the metal and the atmosphere and secondly affords sacrificial protection even when moderately
sized areas of the base metal surface are exposed.

The steel element shall be thoroughly cleaned before immersed in a galvanizing bath; the metal
surface reacts with molten zinc to form a zinc-iron alloy. As the steel element shall withdraw from

6-21
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
the bath, it picks up pure zinc which solidifies on cooling and forms the outer layer. The intermediate
alloy layer provides a strong bond between the ferrous base material and the pure zinc and also
resists corrosion and abrasion in the event of the pure zinc layer being removed. Under same
conditions of process or composition of the material the whole coating may consist of zinc-iron alloy
layers.

All steel elements shall be given approved shop coats of galvanization. The item of work shall include
preparation of metal surfaces, Galvanization, Testing and Inspection and storing, packing and
handling works.

Hot-dip galvanization of steel elements shall comply with requirements of IS: 2629-1985 (Reaffirmed
2001) Edition 2.3 (2001-01).

(2) Preparation of the Steel Surface for Galvanization

The following activities shall be carried out during preparation of the surface for galvanization:
i) Cleaning: If steel element is contaminated by oil, grease or paint, pretreatment in
special solvents will be necessary for their removal. Several proprietary reagents shall be
used. Generally, a sodium hydroxide solution obtained by dissolving 10 to 15 kg of
sodium hydroxide in 100 liters of water is used.

The work shall be so handled in the degreasing bath as to allow free circulation of liquid
over all parts, taking care to clean the scum that may collect. If necessary, the work shall
be raised and lowered in order to allow the degreasing solution to enter inaccessible
areas, threaded sections, etc., for a thorough cleaning action. When using sodium
hydroxide solution, the temperature of the solution shall be usually kept between 85
and 90°C and the immersion time varying from 1 to 20 minutes depending on the nature
and degree of contamination. When using other proprietary degreasing agents;
manufacturers’ recommendation shall be followed.

Immediately after degreasing, the work shall be rinsed in hot water (60°C) followed, by a
final rinse in cold running water. An ideal arrangement for rinsing shall be to provide an
inlet and outlet on two opposite sides of the rinsing tank; the inlet shall be at the bottom
of the tank and water shall overflow from the top. This way the rinse water is in a
dynamic state thereby ensuring an efficient and a thorough rinsing operation.

When lubricating materials have contaminated with the surface of the metal, it shall be
necessary to heat the part to bluing or scaling temperature in order to burn off the
offending material. Since this is a difficult process, prior care shall be taken to avoid such
contamination.
ii) Cleaning of Castings: The steel elements, if not properly cleaned before annealing,
develop burnt-on and patches at the surface which are not removed by normal pickling.
Except in the case of light castings which would be damaged, all castings shall be shot or
grit blasted prior to galvanizing. It is generally recommended to give a quick rinse in
running water followed by cleaning with one of the pickling acids. It is then processed

6-22
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
according to normal fluxing practice
A hydrofluoric acid pickle leaves a gelatinous layer on the surface of the castings which
shall be thoroughly removed by hosing with water and scrapping and brushing. The
casting shall then go through the ordinary pickling process.
Solution containing 6 parts by volume of commercial hydrofluoric acid, 4 parts by
volume of technical grade hydrochloric acid (IS: 265-1976) and 40 parts by volume of
water may also be used for pickling. When pickling of castings is done occasionally, a
solution consisting of 4 parts of dilute hydrochloric acid (1: 1) and 1 part of hydrofluoric
acid shall be used.
iii) Pickling: Both hydrochloric acid and sulphuric acid solutions shall be used for pickling.
Hydrochloric acid is used at room temperature while with sulphuric acid best results are
obtained when it is hot (60 to 80°C).
Hydrochloric Acid Solution (100-150 g/l): Dilute technical grade acid conforming to IS:
265-1976 with an equal volume of water. The actual concentration of hydrochloric acid
solutions and the time of immersion shall depend on the nature of the work to be
pickled.

A suitable inhibitor shall be used with hydrochloric acid.

Sulphuric Acid Solution (100-150 g/l): Dilute 6 to 8 ml of technical grade acid


conforming to IS: 266-1977† to 100 ml. The actual concentration of sulphuric acid
solutions, the temperature of the bath and the time of immersion shall depend on the
nature of the work to be pickled.
A suitable inhibitor shall be used with sulphuric acid.
Agitation: Raise or lower the work once or twice to change the acid layer in contact with
the work. Air agitation shall not be recommended.
Control of the Acid Solution: To make the best use of the solution, reasonably close
control of its acid content is necessary. The solution shall be tested for acid and iron
contents at regular intervals in accordance with the methods given in IS2629. The
strength of the solution shall be maintained by periodic addition of fresh concentrated
acid. The steel salts in the pickling bath gradually accumulate with continued working
and when the iron content reaches to about 100 to 120 g/l, the solution shall be
discarded.
Disposals of Waste Liquor: The acid and iron compounds shall be recovered from the
waste pickling solution. Where this is not done the pickling solution shall be neutralized
before dumping into sewers or streams.
Rinsing: After pickling, the steel element shall be rinsed in running water. Two rinse
tanks are preferable, the water cascading from one into the other, that is cascading from
the second tank into the first tank.

iv) Fluxing: The rinsed steel elements, in the dry process, shall dipped in a strong solution of
zinc ammonium chloride (ZnCl2.3NH4 Cl), although ammonium chloride shall also use to
a certain extent. The actual concentration of the flux solution and its temperature
depend on the work being undertaken and on individual circumstances. The working
level is generally between 200 to 400 g of zinc ammonium chloride per liter. Some

6-23
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
wetting agent shall usually be added to the flux solution. The temperature may range
from room temperature to 80°C.

Dry galvanizing shall be adopted; the steel elements shall be thoroughly dried after
fluxing over a hot-plate or in an air-oven. The temperature shall be about 120°C and
shall not exceed 150°C as the flux decomposes above this temperature.

The steel elements that have been pre fluxed and dried shall be galvanized without
delay, as the flux coating picks up moisture from the air and also tends to oxidize. The
recommended time limit for galvanizing is within an hour of fluxing.
Control of Fluxing Solution: The specific gravity of the flux solution shall be controlled by
adding required quantities of flux crystals and water to make up for the drag-out losses.

Free acid content of the solution shall also be checked, particularly if rinsing shall not
very thorough and pickle shall be carried over. The method described in Appendix C of
IS:2629shall be used for determination of free acid but the actual titration shall be made
on a 100 ml sample as the concentration of acid in the solution will be very low. When
more than 2 g of free acid per liter of the solution is present, it shall be neutralized by
adding ammonia solution or addition of zinc splatter.

(3) Galvanizing

Quality of Zinc: Zinc used for galvanizing shall conform to any of the grades specified in IS: 209-1992
Zinc ingot (fourth revision) or IS: 13229-1991 Zinc for galvanizing.

Galvanizing Bath: The molten metal in the galvanizing bath shall contain not less than 98.5 percent
by mass of zinc.

Aluminum Additions: Aluminum shall be added to the galvanizing bath in the dry process to the
extent of about 0.005 percent (0.007 percent Max) (0.05–0.07 g/kg of zinc) to reduce the rate of
oxidation of the molten metal and brighten the appearance of the steel elements. In the continuous
strip galvanizing process, addition of aluminum shall have made in the bath in the form of Zn-Al alloy
to maintain aluminum between 0.12 to 0.20 percent to control alloy layer thickness and thereby
imparting better adherence. Lead shall also be added in the form of Zn-Pb alloy to provide spangle
on the surface.

Bath Temperature: The control of bath temperature shall be essential if the quality of the product is
to be consistent and zinc is to be used economically. The steel elements shall be galvanized at the
lowest possible temperature which will allow the free drainage of zinc from the work piece during
withdrawal. A low temperature reduces the formation of ash and dross, besides safeguarding the
pot and conserving fuel. The bath temperature shall vary from 440°C to 460°C and a working
temperature of 450°C is commonly used. The temperature of the molten metal shall not ordinarily
exceed 475°C to prevent excessive attack of molten zinc on the work as well as on the pot.

Suspended Dross: Dross shall be allowed to settle at the bottom of the zinc bath, and shall not be

6-24
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
disturbed more than necessary during the dipping operation. As far as practicable the steel elements
shall not be sunk to the bottom of the bath during galvanizing. After dressing operations, by dipping
the articles once again, sometime shall be allowed for the dross still remaining in the kettle to settle
down. A lead bed shall be maintained as it assists in dressing.

Rate of Immersion: The work shall be immersed as rapidly as possible but with due regard to
operator’s safety. This shall especially important in wet galvanizing, where the amount of dross
increases with the time of contact with the flux blanket. The speed of immersion also influences the
uniformity of coating, particularly with long work piece where the difference in immersion time
between the first and the last part to enter the bath may be considerable.

In case of continuous strip galvanizing the rate of immersion/withdrawal shall dependent on the
thickness of the strip and line speed governed by furnace design.

Top dross shall remove at regular interval from the surface of the bath. Coating rolls and grooves are
cleaned regularly.

Time of Immersion: The time of immersion for a job depends on several factors like its chemistry,
size, thickness, type of job, etc. In most cases the article shall be left in the bath until it reaches the
temperature of the bath which is usually indicated by the stopping of the boiling action. It is then
withdrawn without much delay.

Withdrawal: The rate of withdrawal, which determines the thickness of the unalloyed zinc layer left
on the steel elements, varies according to the type of the process being operated and the form of
steel elements. With long steel elements for which withdrawal occupies a large part of the total
handling time, speeds shall necessarily be maintained at higher levels to ensure a reasonable rate of
production. It is better to use special jigs and carriers for dipping and withdrawing the work in
batches. The rate of withdrawal shall be controlled so that zinc drains freely from the surface.

The steel elements shall withdraw through a bath of clear zinc to avoid contamination by flux.
However, withdrawal through a flux blanket has also its advantages in the removal of surplus zinc
from the surface and in producing a uniform coating at relatively higher speeds. In the latter case it
shall recommended to quench the material to remove flux residues.

Water Quenching: Where the steel elements shall withdraw through a flux blanket, the quench
water shall be changed frequently to prevent the accumulation of corrosive salts. For this purpose,
tanks having overflow weir shall be used with advantage.

Centrifuging: Small element handled in baskets shall be centrifuged to remove excess of zinc
immediately after galvanizing while the coating is still in the molten condition. The quality of the
finish depends on the rapidity with which the material is transferred from the galvanizing bath to the
centrifuge. The centrifuge shall be powered by a high starting torque electric motor to give rapid
acceleration to peak speed within 2 to 3 seconds. After centrifuging, the steel elements shall be
immediately tipped into water to allow the coating to set and prevent the steel elements from
sticking to each other.

6-25
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
Thread Brushing: Threads on the steel elements which are unsuited for centrifuging shall be cleaned
with a rotating wire brush immediately after galvanizing and before the coating sets. This process
reduces the thickness and the protective value of the coating. It should only be confined to the
threaded portions of the article.

Post-Treatment: The zinc coating on freshly galvanized surfaces when exposed to humid, poorly
ventilated conditions during storage and/or transport react with the moisture, carbon dioxide,
oxygen, etc., in the atmosphere forming a mixture of salts which are white in color. This is known as
‘white rust’ or ‘wet storage stain’. Normally a post-treatment like chromating shall recommended.
This is a temporary treatment and retards white rust attack. The chromating solution contains up to
1 percent sodium dichromate and half percent sulphuric acid solution — the solution shall be kept at
room temperature and its temperature should never be allowed to rise above 65°C. The galvanized
steel elements shall be dipped into the chromating solution after the galvanizing and water
quenching operations.

Stacking: The steel elements shall not be stacked immediately after quenching to avoid flaking of
coating. The galvanized articles shall be allowed to dry before any further handling operation.

(4) Testing and Inspection


Freedom from Defects: The zinc coating shall be adherent, smooth, reasonably bright, continuous
and free from such imperfections as flux, ash and dross inclusions, bare and black spots, pimples,
lumpiness and runs, rust stains, bulky white deposits and blisters.

Uniformity in Thickness: Galvanized steel elements shall be tested for uniformity in thickness of
coating in accordance with preece test given in IS: 2633-1986. For quick approximate measurements
of thickness, magnetic gauges may be used, but such instruments shall be suitably calibrated before
use.

Mass of Coating: The mass of zinc coating shall be determined in accordance with IS: 6745-1972.

Adhesion Tests:
Pivoted Hammer Test for Zinc Coated Fabricated Products: The adherence of the zinc coating on
steel shall be determined by the pivoted hammer test. The hammer shall be made of normalized 0.3-
0.4 percent carbon steel. The hammer blow shall be controlled by holding the pivoted base of the
handle on a horizontal surface of the galvanized member and allowing the hammer head to swing
freely through an arc from vertical position to strike the horizontal surface. The test shall consist of
two or more standards blows forming parallel impressions with 6 mm spacing and a common axis.
No part of an impression shall be closer than 12 mm to the edge of the member. Removal or lifting
of the coating in the area between the impressions shall constitute failure. An extruded ridge less
than 2 mm wide immediately adjacent to the impression shall be disregarded. The specimen is
tested in several places throughout its length.

Knife Test for Zinc Coated Hardware and Assembled Steel Products: When the coating shall cut or
pried into, such as with a stout knife applied with considerable pressure in a manner tending to
remove a portion of the coating, it shall only be possible to remove small particles of the coating and

6-26
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
it shall not be possible to peel any portion of the coating so as to expose the underlying iron or steel.
(5) Storing, Packing and Handling
Sufficient care shall be exercised while storing, packing and handling of galvanized products. While
storing and transporting them, adequate ventilation should be provided as otherwise ‘while rust’ or
‘wet storage stain’ may result when galvanized coatings react with humidity and atmospheric gases.
It is sometimes necessary to store galvanized articles with spacers in between them, they are also
kept at an inclination to facilitate drainage of water collected on the articles. In areas where there
shall a substantial variation in day and night temperatures and hence condensation, the storage area
kept warm by provision of heaters. In many cases, it shall be advisable to give a post-treatment like
chromating to minimize the chances for formation of white rust.

Replace the content in the sub section 2208 with the following:

The structural steel as measured shall be paid at the contract unit rate which shall be the
full and the final compensation to the Contractor as per Clause 112 and also for the cost of
all operations required for fabrication, connections, oiling, painting, protection against corrosion,
temporary erection including staging, permanent erection, inspection, tests and final erection
including all other ancillary and incidental works needed to compete the work as per these
Specifications and/or directed by the Engineer.

2208 Payment

In third line add “galvanizing,” after painting.

6-27
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
Appendices:
Appendix1: List of Standards
Appendix2: Office and Furniture / Equipment for the Engineer/Employer
Appendix3: Vehicles for the Engineer/Employer
Appendix4: Project Signboard

6-28
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Appendix 1: List of Standards

The Contractor shall provide for the use of the Engineer, in accordance with the Specifications,
copies of the latest editions of the following Standards, Publications and Codes of Practice; or copies
of manuals containing details of these Standards: -
TRLORN18: A guide to the pavement evaluation and maintenance of bitumen –
surfaced roads in tropical and sub-tropical countries
TRLORN31: A guide to the structural design of bitumen – surfaced roads in tropical
and sub- tropical countries.
TRLRR104: Preparation of cut-back bitumen.

NEPAL STANDARDS (NS)


NS163-2045(1988) Method of Test for adhesion of galvanizing of Gabion Wire
NS169-2045(1988) Requirements for mild steel wire (for Gabions)
INDIAN STANDARDS (IS)
IS: 73– 1992 Paving Bitumen Specification
IS: 217-1988 Cutback Bitumen-Specification
IS: 1124-1974 Method of Test for water absorption, apparent specific gravity
and porosity of natural building stones
IS: 1597–1992 Code of Practice for construction of stonemasonry
BRITISH STANDARDS (BS)
BS: 812-1975 Testing Aggregates
Part 1: Methods for determination of particle size and shape. Part 2:
Methods for determination of physical properties
BS: 1377 Methods of test for soil for civil engineering purposes
BS: 1881 Methods of testing concrete
Parts 5, 101-122, 124, 125, 127, 129, 201-207 & 209

In addition, the Contractor is to be familiar with and be able to provide, in part or in full or
photocopies where possible, to the Engineer on a temporary basis the latest editions of the
following Standards.
And/or Publications, which are mentioned in the most relevant Sections of the Standard
Specifications for Road and Bridge Works, when so requested.

6-29
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
NEPAL STANDARDS (NS)
NS: 1 –2035(1978) Specification for Burnt Clay Bricks
NS: 40-2040(1983) Specification for High Density Polythene Pipes
NS: 80-2042(1985) Specification for Reinforced Concrete Pipes
NS: 84-2042(1985) Specification for Reinforcing Steel
NS: 112-2042(1985) Specification for Enamel and Non-reflectorized Paint
NS: 163-2045(1988) Specification for Smooth Wire
NS: 168-2045(1988) Specification for Barbed Wire
NS: 190-2045(1988) Specification for Primer Paint
NS: 191-2045(1988) Specification for Reinforcing Steel
NS: 199-2046(1989) Specification for Galvanized Iron (GI) Pipe
NS: 408-2054(1997) Specification for Road Marking Paint
Other relevant NS documents as required by these Specifications.
INDIAN PUBLICATIONS & STANDARDS
IS: 432-1982 Mild steel and medium tensile steel bars and hard-drawn steel wire
for concrete rein for cement
IS456-2000 Code of Practice for plain and reinforced concrete
IS: 1079 Steel plate
IS: 1161 Steel tubes
IS: 1566-1985 Steel mesh fabric (for concrete reinforcement)
IS: 1786-1985 High strength deformed steel bars and wires for concrete
reinforcement
IS: 2062-1999 Steel for general structural purpose
IS: 2062-1986 Method of Test for galvanized hardware
IS: 2386 Method of Test for Aggregates
Parts 7 & 8
IS2629-1985 Hot-Dip Galvanizing of Iron and Steel
IS: 4031 Method of Test for Cement
Parts 2, 3, 5& 6
IS: 5758:1992 Pre-cast concrete kerbs, channels, edgings and quadrants
Indian Roads Congress (IRC)
Specifications for Road and Bridge Works (Fourth Revision) 2001

6-30
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Appendix 2: Office and Furniture/ Equipment for the


Engineer/Employer

Office for the Engineer/Employer


Each room shall be fitted with sufficient fluorescent light fittings, ceiling fans with regulators and
electric outlets. The Contractor shall provide one outside telephone line; with necessary extensions
for use in the office. The Contractor shall supply and keep replenished all consumable items.
Furniture and Equipment for the Engineer/Employer’s Office
The furniture and equipment to be supplied and installed in the offices shall be new, and of
acceptable quality. The furniture may be steel, aluminum, wood or combination of these. The
Contractor should forward details of the items he intends to supply and obtain prior approval from
the Engineer.
The Contractor shall provide, install and maintain the furniture and equipment detailed in the table
below to the satisfaction of the Engineer/Employer until the Completion of the Contract.
At Contract Completion the Furniture and Office equipment shall become the property of the
Contractor.

Furniture and Equipment for the Office of the Engineer/Employer:


S. Item Description Unit Quantity, Quantity,
No. Type-01 Type-02
1. Executive table 750 mm x 1500 mm with two drawer No 2 1
on either side
2. Clerk table 750 mm x 1250 mm with two drawer No 7 5
on either side
3. Secretary table 750 mm x 1250 mm with two drawer No 1 1
on one side
4. Computer table Purpose made No 2 2
5. Cushion Chairs No. 18 12
6. Computer operator Chairs No. 1
with cushion
7. Steel Almirah 2.0 m high x 1.0 m wide x 0.35m No. 1 1
deep with shelves and two doors
8. Steel Filling Cabinet With four drawers No. 1 1
9. Bulletin Board 1.2 m x 2.4 m 1 1
10. White Magic Board 1.5 m x 1.0 m No. 2 1
11. Telephone System EPABX One independent outside line No. 1 1
12. 3 in 1 Printer, photocopier A4 LaserJet Printer or equivalent No.
and scanner complete with connecting cables, 1 1
software etc

6-31
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
S. Item Description Unit Quantity, Quantity,
No. Type-01 Type-02
13. All in one Desktop Computer Processor: - Core i7 or above,
of Acceptable Brand Memory: - 16 GB or above,
SSDrive: -500 GB or above, No. 1
Mouse: -USB Optical Mouse, 1
Keyboard: -USB Standard,
Monitor:- Minimum 23" wide
Monitor
14. Flat Bed Scanner Cannon Scan D646UeX or Equivalent No. 1 1
15. Laptop Processor: - Core i5 or above, Display
:- 14" Diagonal Bright view
Widescreen Display, Memory:- 8 GB No. 2
6
or above, HDD:- 500 GB or above,
Power backup: minimum 6 Cell
Battery
16. Color Printer A4 size, HP color, LaserJet 2600 or No. 1
equivalent
17. UPS 500 VA, Uninterrupted Power Supply No. 1 1
for the above computer equipment
18. Switch and Server Network Hub, Lintec Fe 2400 R No. 1 1
19. Networking for 6 nos No. 1 1
20. Electric Fan No. 4 2
21. Fire Extinguisher No. 2 1
22. First Aid Box No. 1 1
23. Stationery Provision of Consumable Items No. As required As required
24. Waste Paper Basket No. 4 2
25. Refrigerator 8 cu. Ft. Capacity No. 1 1
26. Gas Hub With two gas rings complete with No. 1 1
two gas cylinders
27. Cooking Utensils Complete Sets Set 1 1
28. Sink Unit Double Basin With cold water taps and waste
No. 1 1
water outlet
29. Tea Service Complete set for 12 persons No. 2 1
30. Electric Kettle 1 Liter capacity No. 1 1
31. Emergency Lantern Rechargeable No. 2 1
32. Cleaning Equipment Toilets Complete Set No. 1 1
33. Cleaning Equipment Kitchen Complete Set No. 1 1
34. Micro oven Complete Set No. 1 1
35. Multi-media projector Complete Set with screen and stand No. 1
36. Diesel Generator/Solar Sound Proof min 15 KVA No. 1 1
37. Total Station Topcon GM 100 series or Equivalent Set 2 1
Note: The consumables required for smooth running and maintaining the Office shall be
supplied by the Contractor as per the requirement, and to the satisfaction, of the
Employer and the Engineer.

6-32
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Appendix 3: Vehicle for the Employer

The type of vehicles the Contractor is required to provide for the exclusive use of the Employer,
consultants and his staff and Nepal Police Highway Security and Traffic Management Office, Attariya,
Far Western Province shall be in accordance with the Specification and Bill of Quantities and shall
be as shown below:

Vehicle Type 1
The Contractor is required to provide for the exclusive use of the Employer new, or nearly new (not
more than one-year-old), five door Station Wagon (including one rear door) with a diesel engine of
at least 2.2( 10%) liter capacity, 110 BHP, 28 kgm torque, four-wheel drive, a minimum ground
clearance (unladen) of 180 mm, Air Conditioner, cloth seats, seat belts, locking fuel cap, spare wheel,
power window, central locking, tool kit, tow rope, jump leads, fire extinguisher
“Nearly new” means less than one (1) year old and with less than 30,000 km travelled and in general
good condition.
All vehicles shall be of current manufacture and shall be registered in the name of the Contractor
and shall have a guarantee/warranty for a minimum period of one year. It is assumed that the
average running distance is 5,000 km per month for vehicles Type - 1.
Vehicles will revert to the Contractor when no longer required by the Employer.

Vehicle Type 2
The Contractor is required to provide for the exclusive use of the Consultant new, or nearly new (not
more than one-year-old), “Double Cab” Pick-Up with a diesel engine of at least 2.2( 10%) liter
capacity, 110 BHP, 28 kgm torque, four-wheel drive, a minimum ground clearance (unladen) of 180
mm, Air Conditioner, cloth seats, seat belts, locking fuel cap, spare wheel, power window, central
locking, tool kit, tow rope, jump leads, fire extinguisher and first aid kit.
“Nearly new” means less than one (1) year old and with less than 30,000 km travelled and in general
good condition.
All vehicles shall be of current manufacture and shall be registered in the name of the Contractor
and shall have a guarantee/warranty for a minimum period of one year. It is assumed that the
average running distance is 5,000 km per month for vehicles Type - 2.
Vehicles will revert to the Contractor when no longer required by the Engineer/Employer.

Vehicle Type 3a
The Contractor is required to provide for the exclusive use of the Consultant New motorcycle with
minimum 200 cc and 4–stroke engine, with accessories like helmet with visor, leg guard, gloves,
jacket, utility box raincoat and boot.
All motorcycles shall be of current manufacture and shall be registered in the name of the
Contractor and shall have a guarantee/warranty for a minimum period of one year. It is assumed
that the average running distance is 5,000 km per month for motorcycles.

6-33
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
Vehicles will revert to the Contractor when no longer required by the Employer.

Vehicle Type 3b
The Contractor is required to provide for the exclusive use of the Nepal Police Highway Security and
Traffic Management Office, Attariya, Far Western Province new motorcycle with minimum 200 cc
and 4–stroke engine, with accessories like helmet with visor, leg guard, gloves, jacket, utility box
raincoat and boot.
All motorcycles shall be of current manufacture and shall be registered in the name of the
Contractor and shall have a guarantee/warranty for a minimum period of one year.
In the case of supplying of the motor to for the Nepal Police Highway Security and Traffic
Management office, Attariya the Contractor shall only supply the new motor cycle for the use
of Nepal Police Highway Security and Traffic Management office, and the motorcycle will be
the property of the Nepal Police Highway Security and Traffic Management office, Attariya
after commissioning and handover of the motorcycle.

6-34
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Appendix 4: Project Signboard

The Contractor shall provide and erect at the beginning and end of each section of Project Road a
signboard approx. 2.50 m wide by 1.80 m high with the wording in Nepali or English.
Final details to be agreed with the Engineer (see drawing).
The board is to be made of galvanised steel; the lettering and border are to be in black on yellow
background. The lower edge of the board shall be at approx. 1.20 m above adjacent ground and shall
be mounted on suitable posts with struts on concrete foundations. The paint to be used shall be
sunshine resistant paint.
The Contractor will be responsible for the repair and maintenance of the signboards up to the
completion of all construction works.
The Engineer will direct the location and placing of the signboards.

Government of Nepal
Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal
SASEC Highway Improvement Project (SHIP)
(ADB Lone No. 3722-Nep)
Contract No. SHIP/OCB/RSWI/01
Black Spot Elimination
&
Road Safety Improvement Works of Sahajpur~Syaule (57+760 ~ 131+380) &
Satbanjh~Darchula (200+760~321+000) Section of Mahakali Highway

Contractor : XXXXXXXXXXXXXXXXXXXXXXXXXXXX
Contract Price : XXXXXXXXXXXXXXXXXXXXXXXXXXXX
Start Date : XXXXXXXXXXXXXXXXXXXXXXXXXXXX
End Date : XXXXXXXXXXXXXXXXXXXXXXXXXXXX

6-35
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6C – Environmental, Health and Safety Management


Requirement

A satisfactory code of conduct will contain obligations on all Contractor’s Personnel (including
subcontractors and day workers) that are suitable to address the following issues, as a minimum.
Additional obligations may be added to respond to particular concerns of the region, the location
and the project sector or to specific project requirements. The code of conduct shall contain a
statement that the term “child” / “children” means any person(s) under the age of 18 years.
The issues to be addressed include:
(i) Compliance with applicable laws, rules, and regulations
(ii) Compliance with applicable health and safety requirements to protect the local
community (including vulnerable and disadvantaged groups), the Employer’s Personnel,
and the Contractor’s Personnel (including wearing prescribed personal protective
equipment, preventing avoidable accidents and a duty to report conditions or practices
that pose a safety hazard or threaten the environment). The successful bidder shall comply
with the guidelines such as applicable Environmental Acts & Regulations, ESMF, and
OCCUPATIONAL AND COMMUNITY HEALTH & SAFETY GUIDELINE, etc. stated in ACC and
other relevant sections of Bidding Document.
(iii) The use of illegal substances
(iv) Non-Discrimination in dealing with the local community (including vulnerable and
disadvantaged groups), the Employer’s Personnel, and the Contractor’s Personnel, (for
example on the basis of family status, ethnicity, race, gender, religion, language, marital
status, age, disability, (physical and mental), sexual orientation, gender identity, political
conviction, social, civic, or health status).
(v) Interactions with the local community(ies) members of the local community (ies), and any
affected person(s)(for example to convey an attitude of respect, including to their culture
and traditions)
(vi) sexual harassment (for example to prohibit use of language or behavior, in particular
towards women and/or children, that is inappropriate, harassing, abusive, sexually
provocative, demeaning or culturally inappropriate)
(vii) Violence, including sexual and/or gender-based violence (for example acts that inflict
physical, mental or sexual harm or suffering, threats of such acts, coercion, and
deprivation of liberty)
(viii) Exploitation including sexual exploitation and abuse (for example the prohibition of the
exchange of money, employment, goods, or services for sex, including sexual favors or
other forms of humiliating, degrading or exploitative behavior or abuse of power)
(ix) Protection of children (including prohibitions against sexual activity or abuse, or otherwise
unacceptable behavior with children, limiting interactions towards children, and ensuring
their safety in project areas)

6-36
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements
(x) Sanitation requirements (for example, to ensure workers use specified sanitary facilities
provided by their employer and not open areas)
(xi) Avoidance of conflicts of interest (such that benefits, contracts, or employment, or any
sort of preferential treatment or favors, are not provided to any person with whom there
is a financial, family, or personal connection)
(xii) Respecting reasonable work instructions (including regarding environmental and social
norms)
(xiii) Protection and proper use of property (for example, to prohibit theft, carelessness or
waste)
(xiv) Duty to report violations of this Code
(xv) Non retaliation against workers who report violations of the Code, if that report is made in
good faith.
The Code of Conduct should be written in plain language comprehensible to the workers and signed
by each worker to indicate that they have:

• received a copy of the code;


• had the code explained to them;
• acknowledged that adherence to this Code of Conduct is a condition of employment;
and
• understood that violations of the Code can result in serious consequences, up to and
including dismissal, or referral to legal authorities.
A copy of the code shall be displayed in a location easily accessible to the community and project
affected people. It shall be provided in languages comprehensible to the local community,
Contractor’s Personnel, Employer’s Personnel and affected persons.
AND
CClause 120 [Safety Plan and Provisions],

6-37
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6D – Drawings

Provided as Section 6D in a separate volume.

6-38
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6E: Supplementary Information Regarding Works to Be


Procured

East-West Highway, Chandrauta-Gaddachauki Road Section is a National Highway (NH-01) under


strategic road networks of Nepal and lies in Kapilbastu, Dang, Banke, Bardiya, Kailali and Kanchanpur
districts of Province Lumbini and Far Western of the Country and Rapti Highway, Ameliya-
Bhanjayang Road Section is a National Highway (NH-55) and this section lies in Banke District,
likewise, Mahakali Highway, Attariya-Darchula Road Section is also a National Highway (NH-66) lies
in Kailali, Doti, Dadeldhura, Baitadi and Darchula District.
The Works under this Contract consist of:

Black Spot Elimination and Road Safety Improvement Works along East-West Highway
The Detail Drawings related to the improvement works have been included as Section 6E and
provided in a separate volume. The estimated quantities of individual work items are contained in
the Bill of Quantities. Description of works, materials, and workmanship, methods of testing and
requirement and criteria for acceptance of Works etc. are detailed in the Standard Specifications and
Special Provisions to the Standard Specifications in Sections 6B and 6C respectively. The Bidders shall
make their own investigations, assessment and judgment with regards to the location and quantity
of suitable local construction materials. The Employer shall take no liability for any conclusion
inferred by the Bidder.
The Summary Description of the main works, however, is as follows:
i) Traffic management provisions during construction including the construction of
diversions roads and bridges;
ii) Supply, erection and installation of road safety measures,
In addition to above following supplementary information shall apply:
Special Operation Procedure (SOP)
In response to COVID-19, countries across the globe have implemented a range of public health and
social measures, including movement restrictions, partial closure or closure or closure of schools and
businesses, quarantine in specific geographic areas and international travel restrictions. Alike global
condition Nepal is also suffering with rapid transmission of COVID 19 cases in recent days which
seems to be continuous for long run. Asian Development Bank (ADB), Nepal Government (GoN) as
well as World Health Organization (WHO) has established their own measures to be followed for
construction sites. Hence, there are several standard procedures by different organizations to
perform construction work at controlled environment with reduced transmission capability of
COVID-19 in workplace so that construction work will not be vanished. Here the bidder should offer
their modality to work in COVID-19 condition ensuring safe environment in terms of its transmission.
For this purpose, the bidder shall prepare detail SOP based on the best practical and effective
measures considering the guideline of GoN, WHO as well as ADB without limiting to the following
mentioned sectors.

6-39
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Workplace risk assessment


Please categorize the working areas in to different category based on exposure risk. Low exposure
risk - Workers in this category have minimal occupational contact with the public and other co-
workers.
Medium exposure risk- In areas without community transmission of COVID-19, the scenario may
include frequent contact with persons returning from areas with community transmission.
High exposure risk- jobs or work tasks with high potential for close contact with people who are
known or suspected of having COVID-19, as well as contact with objects and surfaces possibly
contaminated with the virus.
Measures for All Workplaces
Include your proposal for preventing transmission of COVID-19 that apply to all workplaces and all
people at the workplace, such as employers, managers, workers, contractors, customers and visitors,
include the following:
Broad provisions for preventing transmission through following measures.
• Hand hygiene
• Respiratory hygiene
• Physical distancing
General provision for Preventing Transmission in Office
• Reduce and manage work-related travels
• Regular environmental cleaning and disinfection
• Cleaning and disinfecting office
• Office arrangement
• Staff management
• Staff behavior
I. Physical Distancing
II. Personal Hygiene
III. Meeting Etiquette
IV. Visiting Site or Client's Office
Commencement of Work in Construction Sites

• Preparation before work


• Procedure to be followed at entry
• Measure to minimize worker and community contact
• Restriction of workers movement outside the camp
• Disinfection of plant machineries
• Batching plant site (enclosed area)
• Manage delivery Zones
• Manage storage area
• Personal protective equipment

6-40
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

• Manage workers accommodation (permanent and make-shift camps)


I. Camp Arrangements
II. Kitchen and Dinning
III. Toilets
IV. Changing Facilities and Showers
Emergency Handling Protocol (Covid-19)
• Emergency response team
• Preparedness for emergency
• Emergency protocol for symptomatic case
• Management of people with COVID-19 or their contacts
Specific Measures for jobs Based on Risk Level

• Workplace and jobs at medium risk


• Workplace and jobs at high risk
SOP Implementation, Internal Monitoring and Reporting Mechanism

• Organogram for SOP implementation


• Internal monitoring and reporting mechanism
• Risk communication, training, and education
• Right, duties and responsibilities of workers and employers.

6-41
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6F – Personnel Requirements

Using Form PER - 1 and PER - 2 in Section 4 (Bidding Forms), the Bidder must demonstrate that it has
personnel who meet the following requirements:

Total Work Experience In


No. Position Required Minimum Qualification Experience Similar Work
no [years] [years]
1 Contract 1 MSc/ ME in Civil Engineering 10 5
Manager/Contractors / Construction Management
Representative or Equivalent
2 Road Safety Engineer 2 MSc in Transportation 5 2
Engineering/Highway
Engineering or Equivalent
3 Site Engineer 2 BE in Civil Engineering 3 2
4 Sub Engineering 4 Diploma in Civil
Engineering or Equivalent
5 Senior Lab Technician
Senior Laboratory
2 or Sub-engineer 3 2
Technician

The Bidder shall provide details of the proposed personnel and their experience records in the
relevant Information Forms included in Section 4 (Bidding Forms).
All submitted curriculum Vitae should be duly signed by the concerned person.
Note:
(i) The Contract Manager/ Contractor’s Representative shall require being the Senior
Employee from the Bidder (or in case of JV, the partner who meets the major requirement
of experience in Contracts of Similar Size and Nature) and working with the firm for at least
two years prior to the bid submission deadline; and
(ii) The Contract Manager / Contractor’s Representative shall be at the site location during the
contract period Works. If the personnel is to be temporarily absent during the period, a
suitable replacement shall be temporarily appointed, subject to the Engineer’s prior
consent. However, the temporary appointment shall not be valid if each absent period
exceeds 21days with the cumulative period of more than 42 days within a one-year period.

6-42
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6G – Equipment Requirements


Using Form EQU in Section 4 (Bidding Forms), the Bidder must demonstrate that it has the key
equipment listed below:

No. Equipment Type and Characteristics Minimum Number Required

1 Tandem Roller ( > 8 tonne) 1


2 Concrete Mixer Portable (1 bag) 1
3 Mobile Generator Set 1
4 Flood Lights set 1
5 Tipper Truck ( > 5 cu m) 2
6 Truck Mounted Crane or Equivalent 1

The Bidder shall provide further details of proposed items of equipment using the relevant
Form in Section 4 (Bidding Forms).
Ownership attestation documentation for each item of equipment and, where, relevant, the
original leasing agreements should be attached.
Resources committed by the Bidder should be physically mobilized at site throughout the
contract period.
All equipment to be proposed for this project shall not be over 10 years from its production date.

6-43
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

Section 6H: Check list for OCHS including arrangement for


protection against COVID-19
S.N Description Yes No N/A Remarks
PRELIMINARIES

OCCUPATIONAL SAFETY & HEALTH

1 Part 1 General

1.1 Preparation and submission of safety and health plan.


The preparation and submission of the Safety and Health Plan
comprising with but not limited to;
a. Description of project
b. Site project organization structure
c. Arrangements for controlling significant site risks, and;
d. Detail - Refer item 1.1 in Occupation Safety and Health
Specification

1.2 Approval of Temporary Works

Upon request from the engineer the contractor shall submit and
get approval for the following works
a) Formwork and support system
b) Scaffolding
c) Support for stability of structure where adjoining area to be
excavated or piled
d) Loading platform
e) Material and passenger hoist
f) Tower crane foundation

1.3 Workplace Safety and Health Officer (WSHO)

Full time competent Workplace Site Safety and Health Officer for
the entire duration of the contract for Contractor Class IV, Class V
and Class VI.

1.4 Medical Check Up

Conduct health fitness by a medical officer at least on yearly basis


to ensure their operator/workers are in good health before and
during their engagement in the period of contract.

1.5 Personal Protective Equipment

Provide, maintain and replace any damage personal protective


equipment as per specification to all employees.

6-44
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provide, maintain and replace any damage; the following personal
protective equipment during the construction period (Minimum 20
Numbers/pairs for visitors only).

a) Eye and face protection


b) Fall protection (Harnesses, lanyards, lifeline, safety belt)
c) Foot protection (Safety shoes/boots)
d) Hand protection (suitable glove - pair)
e) Head protection (safety helmet)
f) Hearing protection
g) Respiratory protection
h) Protective clothing
i) Protection against radiant energy (filter lenses)
j) Others (please specify)

Note: The quantity of the PPE priced here is the minimum quantity
provided for PWD or other visitors who enters the worksites and
may varies depending on project size.

1.6 Safety and Health Training & Briefing

Conducting briefings and induction course to each worker and any


related courses that required for the entire project.

Plan and conduct relevant safety and health training plan as per
site requirement.

a) Site safety and health induction course for site personnel.


b) Site health and safety induction for approved visitors.
c) Fire fighting.
d) Emergency preparedness, respond and evacuation.
e) Tool box meetings/briefing (once a week at site).

1.7 Hazards Identification Risk Assessment And Risk Control


(HIRARC)

Prepare and undertake Hazards Identification, Risk Assessment


and Risk controls (HIRARC) for all construction activities.

1.8 Monthly Report

Printing/copying, papers, inks, binding or related cost in providing


the monthly report within the contract period inclusive of any
investigation expertise.

1.9 Notification of Accidents, Dangerous Occurrences,


Occupational Diseases

6-45
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provision for Accident / Incident Investigation Report inclusive for
the cost to engage if there is any third parties involve (competent
person / specialist) to investigate any accident at workplace.

1.10 General Signage


Safety signage at workplace to ensure the workers and the public
are aware about safety within the contract period. At least one (1)
each for each safety signage and it is mandatory for standard MOD
safety signage – refer Ministry of Development Health Safety and
Environment Manual.

Provide, install and maintain the following approved 1.067m (3.5ft)


x 1.524m (5ft) as per Ministry of Development safety warning
signs. Others warning signs but not limited to :

a) Keep Site Clean


b) No Open Burning
c) Emergency exit routes
d) Any other safety signs as instructed and approved by the S.O.
(please specify)

1.11 Site Safety and Health Information Board

Provide at least one (1) information board to update any HSE


information to the employee at worksite.

Provision and maintenance of Safety and Health information board


(min area 2.9 sq m) including regular updating of safety and health
information.

1.12 First Aid Facilities.


A trained first-aider for any minor accident and first aid
arrangement in case of any accidents at the workplace. This
includes providing complete set of first aid kit for office and
quarters within the period of contract. Minimum requirement to
be at site are two competent / trained First Aider and two
complete first aid kits.
a) To provide suitable two (2) trained person to attend first-aid
treatment.

b) To provide and maintain first aid kit.

1.13 Portable Fire Extinguisher.

Provide enough fire extinguishers at the workplace. The locations


of the fire extinguishers include the site office, quarters and
standby for any hot works activities within the contract period. The
cost also includes the maintenance and training of the use of
equipment. At least one unit for office, two units for each quarters
and one unit standby for hot work area.

6-46
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provision and maintenance of approved fire extinguisher to be
provided for around each 200m2 of floor space with a minimum of
one per floor at designated area.

Part 2 Amenities and Facilities (Construction Site and Site


2
Accommodation)

2.1 Toilets

Provide, maintain and the dislodging of toilets for workers.


Toilet shall be connected to a sewer / temporary septic tank with
the approval of the relevant competent authority. Contractor shall
estimate the number of workers for entire project and at least 1
toilet per every 25 workers. For every 100 workers, there should
be 4 numbers of toilet.

2.2 Temporary Structures and Sanitary conveniences at


construction worksites

Temporary site office with adequate lighting and ventilation.

Living quarters with a room space of not less than 10 cubic meters
shall be provided for each worker. It shall be adequately lit and
ventilated. Sanitary facilities in the ratio of 1 water closet, 1
shower and 1 wash basin for every 25 workers or less shall be
provided. The toilet facilities shall be connected to a
sewer/temporary septic tank.

2.3 Temporary rest area

Provide and maintain rest area for the workers and site staff with
safe area, ventilated and lighted.

2.4 Lighting

Provide adequate lighting in dark environment at work areas,


access and egress.
Note: Dark environment with inadequate lighting (access to upper
floor, tanks, any confined space, etc).

2.5 Ventilation

Provide mechanical ventilator in areas where natural ventilation is


not possible and in accordance to the specification. Areas which
requires constant air circulation which involves fumes and smoke
e.g. generator, welding activities, confine space, etc.

3 Part 3 Prevention of fall at Workplace

6-47
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


3.2 Safety nets

Install and maintain safety net as close as possible to the working


level. Should it be on the outside of the structure, the outer edges
should be higher that the inner edge. Contractor to calculate the
area to be close/cover base on the proposed design of the
building.

3.3 Individual fall arrest systems

Fall arrest systems must be provided for every workers working at


height above 1.8m. Double lanyards to be equipped on the safety
harness.

Provide, anchor /install and maintain individual fall arrest systems


that includes :

a) Inertia reel systems;


b) Safety harness;
c) Lanyards; and
d) Static lines

3.6 Ladders

Supply, install and maintain suitable lockable step ladder spreader


bars on both sides connected to the front and rear stiles. All
ladders must be specified with its certification standards.

Note: Home-made ladders are forbidden and must be removed


from site.

3.7 Scaffolding for Temporary Working Platform, Access and


Egress

Scaffold board should not be less than 225mm wide. Working


platforms for men without materials or only for passage of
materials must be 500mm width. For men and materials provided
there is 800mm width, provided there is 430mm left clear for the
passage of men or 600mm if barrows are used. Toe-board must be
fitted in conjunction with all guard rails, a minimum height of
150mm.

Erect, maintain and dismantle suitable scaffolding for temporary


working platform including access and egress.

3.9 Safety Signage

Provide the safety signs at workplace to ensure awareness for


workers and public as per MOD HSE Manual.

6-48
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


Provision for the following safety signage but not limited to:

a) Beware of falling object


b) Use safety harness
c) Use safe access and egress
d) Beware of openings
e) Use rubbish / debris chute

S.N Description Yes No N/A Remarks


4 Part 4 Electrical

4.1 Reports

Submission of regular safety inspection and maintenance reports


on electrical distribution box, switch box, temporarily wiring and
generator set both indoors and outdoors on weekly basis.

4.2 Electrical Safety Signage

Provide electrical safety signs at workplace to ensure workers and


public aware about electrical safety within the contract period.

Provide, install and maintain the following approved 300mm x


400mm safety warning signs but not limited to :

a) BEWARE ELECTRICITY
b) USE ELECTRICITY SAFELY
c) USE SAFE ELETRICAL TOOLS
d) BEWARE OF OVERHEAD CABLE
e) Others ( please specify )

4.3 Inspection of equipment

Inspection of all electrical tools and equipment prior to their first


use at site and throughout the contract period.

5 Part 5 Hazardous Chemicals and Materials

5.1 Chemical Health Risk Assessment

a) Prepare a Chemical Register for all hazardous chemical to


health used in the place of work inclusive of updating during the
contract period.

b) Carry out Chemical Health Risk Assessment by a registered


assessor.

c) Develop control measures and policies to ensure the hazardous


chemical to health are handled and used safely inclusive of
updating during the contract period but not limited to :

6-49
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks


i. Handling
ii. Correct and safe storage
iii. Transportation procedure
iv. Disposal procedure include schedule waste

5.2 Labeling and Storage

Provision of labeling, control and safe storage area for hazardous


material at site to the requirement of the authority.

5.3 Personal Protective Equipment

Suitable PPE for handling hazardous chemical at workplace as per


MOD HSE Manual.

Provide the following PPE for visitors/inspectors and other


personnel working with hazardous chemical but not limited to:

i. Goggles
ii. Mask
iii. Gloves
iv. Suitable full face mask ( where necessary )
v. Protective clothing ( where necessary )

5.4 Waste Disposal


The cost for handling any chemical waste as required including
proper arrangement by the approved contractor (third party).
Handle, transport and disposal of schedule waste by licensed /
approved contractor to the requirement of the authority.
5.5 Hazardous chemical training and handling

Provisions to provide the following:

a) Training of hazardous chemicals on site


b) Monitoring of exposure hazardous chemical on site
c) Health surveillance for workers expose to the hazardous
chemical on site

6 Part 6 Special Work Situations

6.1 Traffic movement within site

c) Provision of the following to be used by the worker and flagman


but not limited to :
i. Reflective safety vast.
ii. Dust mask
iii. Traffic control baton light
iv. Flags ( Both Green and Red flags )
v. Any other suitable PPE

6-50
SASEC Highway Improvement Project (SHIP)
Bidding Document Contract No. SHIP/OCB/RSIW/02 Part II- Employer’s Requirements

S.N Description Yes No N/A Remarks

6.2 Excavations ( more than 1.5m deep )

The cost to ensure safety and proper arrangement for any


excavation activities at workplace by providing all the following
items within the contract period. Minimum one (1) no. per item
when the excavation is more than 1.5m deep.

a) Provision for the designing of safe strutting for deep excavation


work by professional.

b) Provision for the competent / designated person to supervise


the excavation work.

c) Provision for the protection and barricading the excavated


work.

d) Provide, install and maintain an approved hazard warning


lights for the excavated area during the night.

6.3 General Demolition Works

j) Provision of the following personal protective equipment (PPE)


to be used by visitor/inspectors on site during demolition works,
but are not limited to :

i. Goggle
ii. Dust mask
iii. Ear protection
iv. Gloves
v. Any other PPE

6-51
Government of Nepal
Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)
Bishalnagar, Kathmandu, Nepal

SASEC Highway Improvement Project (SHIP)


(ADB Loan No. 3722-NEP)

Contract No. SHIP/OCB/RSIW/02

Black Spot Elimination


&
Road Safety Improvement Works of Sahajpur~Syaule (57+760 ~
131+380) & Satbanjh~Darchula (200+760~321+000) Section of
Mahakali Highway

Bidding Document

Part III Conditions of Contract


Section7 General Conditions of Contract
Section8 Particular Conditions of Contract
Section9 Contract Forms

February, 2024
Preface
This Bidding Document for the Procurement of Works (Single Stage – Two Envelope) has been prepared
by the Government of Nepal, Ministry of Physical Infrastructure and Transport, Department of Roads,
Project Directorate (ADB) and is based on the Standard Bidding Document for the Procurement of Works
(SBD Works) issued by the Asian Development Bank dated December 2021.

ADB’s SBD Works has the structure and the provisions of the Master Procurement Document entitled
“Bidding Documents for the Procurement of Works”, prepared by multilateral development banks and
other public international financial institutions, except where ADB-specific considerations have required a
change.
SASEC Highway Improvement Project (SHIP) Summary Description
Bidding Document Contract No. SHIP/OCB/RSIW/02

Table of Contents - Summary Description


PARTI BIDDINGPROCEDURES
Section 1 - Instructions to Bidders (ITB) -------------------------------------------------------- 1-1
This Section specifies the procedures to be followed by Bidders in the preparation
and submission of their Bids. Information is also provided on the submission,
opening, and evaluation of bids and on the award of contract.
Section 2 - Bid Data Sheet (BDS) ------------------------------------------------------------------ 2-1
This Section consists of provisions that are specific to each procurement and
supplement the information or requirements included in Section 1 - Instructions
to Bidders.
Section 3 - Evaluation and Qualification Criteria (EQC)------------------------------------ 3-1
This Section contains the criteria to determine the lowest evaluated bid and the
qualifications of the Bidder to perform the contract.
Section 4 – Bidding Forms (BDF) ------------------------------------------------------------------ 4-1
This Section contains the forms which are to be completed by the Bidder and
submitted as part of his Bid.
Section 5 – Eligible Countries (ELC) -------------------------------------------------------------- 5-1
This Section contains the list of eligible countries.

PARTII REQUIREMENTS
Section 6 -Employer’s Requirements (ERQ) ------------------------------------------------------ 6-1
This Section contains the Specifications, Drawings, and Supplementary
Information that describe the Works to be procured, Personnel Requirements,
and Equipment Requirements.

Section 6A – Standard Specifications


This document has been issued under the authority of the Government of Nepal,
Ministry of Physical Infrastructure and Transport, Department of Roads (2016 with
second amendment 2021), it can be purchased from the Quality Research and
Development Centre, Chakupat, Lalitpur

Section 6B – Special Provisions


This section contains amendments, supplements, etc. to the standard specifications to
suit the specific requirements of the project.
Section 6C – Environmental, Health and Safety Management Requirement
This section provides the Environmental, Health and Safety Management
Requirement
Section 6D – Drawings
The drawings are presented in a separate volume.
Section 6E Supplementary Information Regarding Works to Be Procured
This section provides the supplementary information regarding the works
Section 6F– Personnel Requirements
This section provides the information on Personnel Requirements.

Section 6G – Equipment Requirements


This section provides the information on Equipment Requirements.

Section 6H- Check list for OCHS including arrangement for protection against COVID-19
This section provides check list for OCHS
SASEC Highway Improvement Project (SHIP) Summary Description
Bidding Document Contract No. SHIP/OCB/RSIW/02

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section 7 - General Conditions of Contract (GCC) -------------------------------------------------7-1
This Section contains the general clauses that govern the Contract. These General
Conditions shall be the Conditions of Contract for Construction, Multilateral
Development Bank Harmonized Edition, prepared by the Fédération
Internationale des Ingénieurs-Conseil (FIDIC June 2010 MDB version). These
Conditions are subject to the variations and additions set out in Section 8
(Particular Conditions of Contract).

Section 8 - Particular Conditions of Contract (PCC) -----------------------------------------------8-1


This Section contains provisions which are specific to each contract and which
modify or supplement the GCC. Whenever there is a conflict, the provisions
herein shall prevail over those in the GCC.

Section 9 - Contract Forms (COF) -----------------------------------------------------------------------9-1


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.
SASEC Highway Improvement Project (SHIP)

Bidding Document Contract No. SHIP/OCB/BRSIW/02

Table of Contents
SECTION 7: GENERAL CONDITIONS OF CONTRACT ----------------------------------------------------------------- 7 -1

SECTION 8: PARTICULAR CONDITIONS OF CONTRACT ------------------------------------------------------------- 8 -1

PART A: CONTRACT DATA ---------------------------------------------------------------------------------- 8 -1

PART B: SPECEFIC PROVISIONS --------------------------------------------------------------------------- 8 -13

APPENDIX – 1: ENVIRONMENT IMPACT ASSESSMENT


APPENDIX – 2: ENVIRONMENTAL MANAGEMENT PLAN
APPENDIX – 3: RESETTLEMENT PLAN
APPENDIX – 4: GENDER EQUITY AND SOCIAL INCLUSION PLAN

SECTION 9: CONTRACT FORMS ------------------------------------------------------------------------------------------- 9 -1

Notice of Intention for Award of Contract ................................................................ 9 -2


Letter of Acceptance ................................................................................................. 9 -3
Contract Agreement .................................................................................................. 9 -4
Performance Security ................................................................................................ 9 -5
Advance Payment Security ........................................................................................ 9 -6
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 7 - General Conditions of Contract


Ministry of Physical Infrastructure and Transport
Department of Roads
Project Directorate (ADB)

SASEC Highway Improvement Project (SHIP)


(ADB Loan No. 3772-NEP)
Black Spot Elimination
&
Road Safety Improvement Works of Sahajpur~Syaule (57+760 ~ 131+380) & Satbanjh~Darchula
(200+760~321+000) Section of Mahakali Highway
Contract No. SHIP/OCB/RSIW/02

The Conditions of Contract consists of two parts, this Section 7 (General Conditions of Contract) and the
following Section 8 (Particular Conditions of Contract).

The General Conditions shall be the Conditions of Contract for Construction for Building and Engineering
Works Designed by the Employer, Multilateral Development Bank Harmonized Edition, prepared by the
Fédération Internationale des Ingénieurs-Conseil, or FIDIC (FIDIC MDB Harmonized Construction Contract)
available at FIDIC MDB June 2010. The FIDIC MDB Harmonized Construction Contract is exclusive for the use
of ADB Borrowers and their project implementing agencies as provided under the License Agreement dated 9
June 2005 and its amendment to the said Agreement dated 29 June 2020, and 11 October 2021, between
ADB and FIDIC, and, consequently, no part of this publication may be reproduced, translated, adapted, stored
in a retrieval system or communicated, in any form or by any means, whether mechanical, electronic,
magnetic, photocopying, recording or otherwise, without prior permission in writing from FIDIC, except by
the Employer identified in the contract and only for the exclusive purpose of preparing bidding documents for
ADB-financed contracts.

The standard text of the General Conditions chosen must be retained intact to facilitate its reading and
interpretation by Bidders and its review by ADB. Any amendments and additions to the GCC, specific to the
contract in hand, should be introduced in Section 8 (Particular Conditions of Contract), Part A (Contract Data)
and Part B (Special Provisions). Clause numbers in the Particular Conditions of Contract (PCC) correspond to
those in the General Conditions of Contract (GCC). As per GCC 1.5 (Priority of Documents), the PCC takes
precedence over the GCC.

Part A (Contract Data) of the PCC includes data to complement the GCC in a manner similar to the way in
which the Bid Data Sheet (BDS) complements the Instructions to Bidders (ITB).

Part B (Specific Provisions) is to be used to introduce country- or project-specific provisions, if so required.

The Conditions of Contract have been prepared for an ad measurement (unit price or unit rate) type of
contract and cannot be used for other types of contracts.

7-1
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

APPENDIX
General Conditions of Dispute Board Agreement

1. Definitions Each “Dispute Board Agreement” is a tripartite agreement by and between:


(a) the “Employer”;
(b) the “Contractor”; and
(c) the “Member” who is defined in the Dispute Board Agreement as being:
(i) the sole member of the "DB" (or “dispute board”) and, where this is the case,
all references to the “Other Members” do not apply, or
(ii) one of the three persons who are jointly called the “DB” and, where this is the
case, the other two persons are called the “Other Members.”

The Employer and the Contractor have entered (or intend to enter) into a contract, which
is called the "Contract" and is defined in the Dispute Board Agreement, which
incorporates this Appendix. In the Dispute Board Agreement, words and expressions
which are not otherwise defined shall have the meanings assigned to them in the
Contract.

2. General Unless otherwise stated in the Dispute Board Agreement, it shall take effect on the latest
Provisions of the following dates:
(a) the Commencement Date defined in the Contract,
(b) when the Employer, the Contractor, and the Member have each signed the Dispute
Board Agreement, or
(c) When the Employer, the Contractor and each of the Other Members (if any) have
respectively each signed a dispute board agreement.

This employment of the Member is a personal appointment. At any time, the Member
may give not less than 70 days’ notice of resignation to the Employer and to the
Contractor, and the Dispute Board Agreement shall terminate upon the expiry of this
period.

3. Warranties The Member warrants and agrees that he/she is and shall be impartial and independent
of the Employer, the Contractor, and the Engineer. The Member shall promptly disclose,
to each of them and to the Other Members (if any), any fact or circumstance, which might
appear inconsistent with his/her warranty and agreement of impartiality and
independence.

When appointing the Member, the Employer and the Contractor relied upon the
Member’s representations that he/she is
(a) experienced in the work, which the Contractor is to carry out under the Contract;
(b) experienced in the interpretation of contract documentation; and
(c) fluent in the language for communications defined in the Contract.

4. General The Member shall


Obligations of
the Member (a) have no interest, financial or otherwise, in the Employer, the Contractor or
Engineer, nor any financial interest in the Contract except for payment under the

7-2
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Dispute Board Agreement;

(b) not previously have been employed as a consultant or otherwise by the Employer,
the Contractor, or the Engineer, except in such circumstances as were disclosed in
writing to the Employer and the Contractor before they signed the Dispute Board
Agreement;

(c) have disclosed in writing to the Employer, the Contractor, and the Other Members
(if any), before entering into the Dispute Board Agreement and to his/her best
knowledge and recollection, any professional or personal relationships with any
director, officer, or employee of the Employer, the Contractor or the Engineer, and
any previous involvement in the overall project of which the Contract forms part;

(d) not, for the duration of the Dispute Board Agreement, be employed as a consultant
or otherwise by the Employer, the Contractor, or the Engineer, except as may be
agreed in writing by the Employer, the Contractor, and the Other Members (if any);

(e) comply with the annexed procedural rules and with Subclause 20.4 of the
Conditions of Contract;

(f) not give advice to the Employer, the Contractor, the Employer’s Personnel or the
Contractor’s Personnel concerning the conduct of the Contract, other than in
accordance with the annexed procedural rules;

(g) not, while a Member, enter into discussions or make any agreement with the
Employer, the Contractor, or the Engineer regarding employment by any of them,
whether as a consultant or otherwise, after ceasing to act under the Dispute Board
Agreement;

(h) ensure his/her availability for all site visits and hearings as are necessary;

(i) become conversant with the Contract and with the progress of the Works (and of
any other parts of the project of which the Contract forms part) by studying all
documents received, which shall be maintained in a current working file;

(j) treat the details of the Contract and all the DB’s activities and hearings as private
and confidential, and not publish or disclose them without the prior written consent
of the Employer, the Contractor, and the Other Members (if any); and

(k) be available to give advice and opinions, on any matter relevant to the Contract
when requested by both the Employer and the Contractor, subject to the agreement
of the Other Members (if any).

5. General The Employer, the Contractor, the Employer’s Personnel and the Contractor’s Personnel
Obligations of shall not request advice from or consultation with the Member regarding the Contract,
the Employer otherwise than in the normal course of the Dispute Board’s activities under the Contract
and the and the Dispute Board Agreement. The Employer and the Contractor shall be responsible
Contractor for compliance with this provision, by the Employer’s Personnel and the Contractor’s
Personnel respectively.

The Employer and the Contractor undertake to each other and to the Member that the
Member shall not, except as otherwise agreed in writing by the Employer, the Contractor,
the Member, and the Other Members (if any),
(a) be appointed as an arbitrator in any arbitration under the Contract;
(b) be called as a witness to give evidence concerning any dispute before arbitrator(s)
appointed for any arbitration under the Contract; or
(c) be liable for any claims for anything done or omitted in the discharge or purported
discharge of the Member’s functions, unless the act or omission is shown to have

7-3
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

been in bad faith.

The Employer and the Contractor hereby jointly and severally indemnify and hold the
Member harmless against and from claims from which he is relieved from liability under
the preceding paragraph.

Whenever the Employer or the Contractor refers a dispute to the Dispute Board under
Sub-clause 20.4 of the Conditions of Contract, which will require the Member to make a
site visit and attend a hearing, the Employer or the Contractor shall provide appropriate
security for a sum equivalent to the reasonable expenses to be incurred by the Member.
No account shall be taken of any other payments due or paid to the Member.

6. Payment The Member shall be paid as follows, in the currency named in the Dispute Board
Agreement:
(a) a retainer fee per calendar month, which shall be considered as payment in full for
(i) being available on 28 days’ notice for all site visits and hearings;
(ii) becoming and remaining conversant with all project developments and
maintaining relevant files;
(iii) all office and overhead expenses including secretarial services, photocopying
and office supplies incurred in connection with his duties; and
(iv) all services performed hereunder except those referred to in sub-paragraphs
(b) and (c) of this Clause.

The retainer fee shall be paid with effect from the last day of the calendar month in which
the Dispute Board Agreement becomes effective; until the last day of the calendar month
in which the Taking-Over Certificate is issued for the whole of the Works.

With effect from the first day of the calendar month following the month in which the
Taking-Over Certificate is issued for the whole of the Works, the retainer fee shall be
reduced by one third. This reduced fee shall be paid until the first day of the calendar
month in which the Member resigns or the Dispute Board Agreement is otherwise
terminated.
(b) a daily fee, which shall be considered as payment in full, for
(i) each day or part of a day up to a maximum of 2 days’ travel time in each
direction for the journey between the Member’s home and the site, or another
location of a meeting with the Other Members (if any);
(ii) each working day on Site visits, hearings, or preparing decisions; and
(iii) each day spent reading submissions in preparation for a hearing.
(c) all reasonable expenses, including necessary travel expenses (air fare in less than
first class, hotel and subsistence, and other direct travel expenses) incurred in
connection with the Member’s duties, as well as the cost of telephone calls, courier
charges, faxes and telexes: a receipt shall be required for each item in excess of five
percent (5%) of the daily fee referred to in sub-paragraph (b) of this Clause;
(d) any taxes properly levied in the Country on payments made to the Member (unless a
national or permanent resident of the Country) under this Clause 6.

The retainer and daily fees shall be as specified in the Dispute Board Agreement. Unless it
specifies otherwise, these fees shall remain fixed for the first 24 calendar months, and
shall thereafter be adjusted by agreement between the Employer, the Contractor, and the
Member, at each anniversary of the date on which the Dispute Board Agreement became
effective.

7-4
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

If the parties fail to agree on the retainer fee or the daily fee, the appointing entity or
official named in the Contract Data shall determine the amount of the fees to be used.

The Member shall submit invoices for payment of the monthly retainer and air fares
quarterly in advance. Invoices for other expenses and for daily fees shall be submitted
following the conclusion of a site visit or hearing. All invoices shall be accompanied by a
brief description of activities performed during the relevant period and shall be addressed
to the Contractor.

The Contractor shall pay each of the Member’s invoices in full within 56 calendar days
after receiving each invoice and shall apply to the Employer (in the Statements under the
Contract) for reimbursement of one-half of the amounts of these invoices. The Employer
shall then pay the Contractor in accordance with the Contract.

If the Contractor fails to pay to the Member the amount to which he/she is entitled under
the Dispute Board Agreement, the Employer shall pay the amount due to the Member
and any other amount which may be required to maintain the operation of the Dispute
Board; and without prejudice to the Employer’s rights or remedies. In addition to all other
rights arising from this default, the Employer shall be entitled to reimbursement of all
sums paid in excess of one-half of these payments, plus all costs of recovering these sums
and financing charges calculated at the rate specified in Sub-clause 14.8 of the Conditions
of Contract.

If the Member does not receive payment of the amount due within 70 days after
submitting a valid invoice, the Member may (i) suspend his/her services (without notice)
until the payment is received, and/or (ii) resign his/her appointment by giving notice
under Clause 7.

7. Termination At any time, (i) the Employer and the Contractor may jointly terminate the Dispute Board
Agreement by giving 42 days’ notice to the Member; or (ii) the Member may resign as
provided for in Clause 2.

If the Member fails to comply with the Dispute Board Agreement, the Employer and the
Contractor may, without prejudice to their other rights, terminate it by notice to the
Member. The notice shall take effect when received by the Member.

If the Employer or the Contractor fails to comply with the Dispute Board Agreement, the
Member may, without prejudice to his other rights, terminate it by notice to the Employer
and the Contractor. The notice shall take effect when received by them both.

Any such notice, resignation and termination shall be final and binding on the Employer,
the Contractor, and the Member. However, a notice by the Employer or the Contractor,
but not by both, shall be of no effect.

8. Default of the If the Member fails to comply with any of his obligations under Clause 4 (a)-(d) above, he
Member shall not be entitled to any fees or expenses hereunder and shall, without prejudice to
their other rights, reimburse each of the Employer and the Contractor for any fees and
expenses received by the Member and the Other Members (if any), for proceedings or
decisions (if any) of the Dispute Board which are rendered void or ineffective by the said
failure to comply.

If the Member fails to comply with any of his obligations under Clause 4 (e) - (k) above, he
shall not be entitled to any fees or expenses hereunder from the date and to the extent of
the noncompliance and shall, without prejudice to their other rights, reimburse each of
the Employer and the Contractor for any fees and expenses already received by the
Member, for proceedings or decisions (if any) of the Dispute Board, which are rendered

7-5
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

void or ineffective by the said failure to comply.

9. Disputes Any dispute or claim arising out of or in connection with this Dispute Board Agreement, or
the breach, termination, or invalidity thereof, shall be finally settled by institutional
arbitration. If no other arbitration institute is agreed, the arbitration shall be conducted
under the Rules of Arbitration of the International Chamber of Commerce by one
arbitrator appointed in accordance with these Rules of Arbitration.

Procedural Rules

Unless otherwise agreed by the Employer and the Contractor, the Dispute Board shall visit the site at
intervals of not more than 140 days, including times of critical construction events, at the request of either
the Employer or the Contractor. Unless otherwise agreed by the Employer, the Contractor, and the Dispute
Board, the period between consecutive visits shall not be less than 70 days, except as required to convene a
hearing as described below.

The timing of and agenda for each site visit shall be as agreed jointly by the Dispute Board, the Employer,
and the Contractor, or in the absence of agreement, shall be decided by the Dispute Board. The purpose of
site visits is to enable the Dispute Board to become and remain acquainted with the progress of the Works
and of any actual or potential problems or claims, and, as far as reasonable, to endeavor to prevent
potential problems or claims from becoming disputes.

Site visits shall be attended by the Employer, the Contractor, and the Engineer and shall be coordinated by
the Employer in cooperation with the Contractor. The Employer shall ensure the provision of appropriate
conference facilities and secretarial and copying services. At the conclusion of each site visit and before
leaving the site, the Dispute Board shall prepare a report on its activities during the visit and shall send
copies to the Employer and the Contractor.

The Employer and the Contractor shall furnish to the Dispute Board one copy of all documents which the
Dispute Board may request, including Contract documents, progress reports, variation instructions,
certificates, and other documents pertinent to the performance of the Contract. All communications
between the DB and the Employer or the Contractor shall be copied to the other Party. If the Dispute Board
comprises three persons, the Employer and the Contractor shall send copies of these requested documents
and these communications to each of these persons.

If any dispute is referred to the Dispute Board in accordance with Sub-clause 20.4 of the Conditions of
Contract, the Dispute Board shall proceed in accordance with Sub-clause 20.4 and these Rules. Subject to
the time allowed to give notice of a decision and other relevant factors, the Dispute Board shall

(a) act fairly and impartially as between the Employer and the Contractor, giving each of them a
reasonable opportunity of putting his case and responding to the other’s case; and

(b) adopt procedures suitable to the dispute, avoiding unnecessary delay or expense.

The Dispute Board may conduct a hearing on the dispute, in which event it will decide on the date and place
for the hearing and may request that written documentation and arguments from the Employer and the
Contractor be presented to it prior to or at the hearing.

Except as otherwise agreed in writing by the Employer and the Contractor, the Dispute Board shall have
power to adopt an inquisitorial procedure, to refuse admission to hearings or audience at hearings to any
persons other than representatives of the Employer, the Contractor, and the Engineer, and to proceed in the
absence of any party who the Dispute Board is satisfied received notice of the hearing; but shall have
discretion to decide whether and to what extent this power may be exercised.

The Employer and the Contractor empower the Dispute Board, among other things, to

(a) establish the procedure to be applied in deciding a dispute;

7-6
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

(b) decide upon the Dispute Board’s own jurisdiction, and as to the scope of any dispute referred to it;

(c) conduct any hearing as it thinks fit, not being bound by any rules or procedures other than those
contained in the Contract and these Guidelines;

(d) take the initiative in ascertaining the facts and matters required for a decision;

(e) make use of its own specialist knowledge, if any;

(f) decide upon the payment of financing charges in accordance with the Contract;

(g) decide upon any provisional relief such as interim or conservatory measures; and

(h) open up, review and revise any certificate, decision, determination, instruction, opinion or
valuation of the Engineer, relevant to the dispute.

The Dispute Board shall not express any opinions during any hearing concerning the merits of any
arguments advanced by the Parties. Thereafter, the Dispute Board shall make and give its decision in
accordance with Sub-clause 20.4, or as otherwise agreed by the Employer and the Contractor in writing. If
the Dispute Board comprises three persons:

(a) it shall convene in private after a hearing, in order to have discussions and prepare its decision;

(b) it shall endeavor to reach a unanimous decision: if this proves impossible, the applicable decision
shall be made by a majority of the Members, who may require the minority Member to prepare a
written report for submission to the Employer and the Contractor; and

(c) if a member fails to attend a meeting or hearing, or to fulfil any required function, the other two
Members may nevertheless proceed to make a decision, unless

(i) either the Employer or the Contractor does not agree that they do so, or

(ii) the absent Member is the chairman and he/she instructs the other Members to not make
a decision.

7-7
SASEC Highway Improvement Project (SHIP) Part III, Section 7- General Conditions of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 8 - Particular Conditions of Contract


The following Particular Conditions of Contract (PCC) shall supplement the General Conditions of Contract
(GCC). Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.

Part A – Contract Data


Subject Ref. GCC Data
Employer’s name and [Link] & Project Director, Project Directorate (ADB) of Department of Roads
address 1.3 under Ministry of Physical Infrastructure and Transport, Kathmandu,
Nepal.
Engineer’s name and [Link] & To be Notified later.
address 1.3
Bank’s name [Link] Asian Development Bank (ADB)
Borrower’s name [Link] Nepal
Time for Completion [Link] 456 days
Defects Notification [Link] 365 days
Period
Sections [Link] Not Applicable
Electronic transmission 1.3 Email, fax supplemented by original hard copy through post, courier or
systems hand delivered.
Governing Law 1.4 The Law of Nepal
Ruling language 1.4 English
Language for 1.4 English
communications
Inspection and Audit by 1.15
Replace GCC 1.15 by the following paragraphs:
the Bank
“The Contractor shall permit ADB or its representative to inspect the
Contractor’s site, assets, accounts and records and other documents
relating to the bid submission and contract performance of the
Contractor and to have them audited by auditors appointed by ADB, if
so required by ADB.
To add the following paragraph at the end of GCC 1.15:
ADB’s right to inspect the Site and/or the Contractor’s accounts and
records relating to the performance of the Contract stated in Sub-Clause
1.15 and 15.6 (e) shall survive termination and/ or expiration of this
Contract.”
Time for access to the 2.1
The right of access to the site :21 days after Agreement Date.
site
Engineer’s Duties and 3.1
GCC 3.1 third paragraph shall be replaced with the following paragraph:
Authority
The Engineer may exercise the authority attributable to the Engineer as
specified in or necessarily to be implied from the Contract. If the
Engineer is required to obtain the approval of the Employer before
exercising a specified authority, the requirements shall be as stated in
the Particular Conditions. There will be no requirement for the Engineer
to obtain the Employer’s consent before the Engineer exercises his/her
authority under Sub-Clause 3.5 [Determinations]. The Employer shall
promptly inform the Contractor of any change to the authority
attributed to the Engineer.

7-8
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


Engineer’s Duties and 3.1(B)(ii) Variations resulting in an increase of the Accepted Contract Amount in
Authority excess of 1 % shall require approval of the Employer.
Determination 3.5
GCC 3.5 first paragraph shall be replaced with the following paragraph:
When carrying out his/her duties under this Sub-Clause, the Engineer
shall act neutrally between the Parties and shall not be deemed to act
for the Employer. Whenever these Conditions provide that the Engineer
shall proceed in accordance with this Sub-Clause 3.5 to agree or
determine any matter, the Engineer shall consult with each Party in an
endeavor to reach agreement. If agreement is not achieved, the
Engineer shall make a fair determination in accordance with the
Contract, taking due regard of all relevant circumstances.
Contractor’s General 4.1
The following two paragraphs shall be added at the end of GCC 4.1:
Obligations
The Contractor has the obligation to notify the Employer of any
changes in connection with the matters described in paragraphs (i),
(k), (l), (m), (n), (o), (p) and (t) of the Letter of Bid.
If the Contactor is debarred or temporarily suspended by ADB, it
shall inform the Employer of such debarment or suspension, and that
the endorsement of ADB’s Office of Anticorruption and Integrity is
required for any variations, extensions or modifications to the
Contract.
Performance Security 4.2 The performance security must be in the form of an unconditional bank
guarantee in the amount of 10% (Ten percentage) to 20% (Twenty
percentage) of the Accepted Contract Amount [the applicable
percentage shall be as determined by the Employer following ITB 38 and
ITB 39], issued by a reputable bank located in Nepal, acceptable to the
Employer, in the format included in Section 9 (Contract Forms).

Safety Procedure 4.8 After bullet point (b), add the following:
“In particular, the Contractor is responsible for providing site workers
with safe and healthy working conditions and establish an operating
system to prevent accidents, injuries, and disease.”
At the end of this Sub-Clause, add the following paragraph:
“Within twenty-eight (28) days of the Commencement Date unless
otherwise instructed by the Engineer, and before commencing any
construction on Site, the Contractor shall provide a Site Safety
Manual, which shall be subject to the Engineer's consent, specifically
for the Site which shall establish all of the requirements for effecting
and maintaining a safe working environment for Contractor's and
Employer's Personnel and any other authorized personnel entering
the Site in accordance with the Contractor's obligations. The Site
Safety Manual shall include all of safety obligations of the Contractor
including safe traffic management for all Site activities and personal
protective equipment required for each working area. The Manual
shall be revised as deemed necessary to suit with the changed site
situation by the Contractor with the consent of the Engineer."

8-2
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


Protection of the 4.18 Add the following paragraphs at the end of the sub-clause in 4.18
Environment Protection of the Environment:
“The Contractor shall comply with all applicable national, provincial,
and local environmental laws and regulations.
The Contractor shall also comply with all reasonable requests of the
national and local authorities responsible for enforcing
environmental controls.
Within 28 days of the Commencement Date unless otherwise
instructed by Engineer the Contractor shall submit a detailed Site-
Specific Environmental Management Plan (SSEMP), based on the
Environmental Health and Safety Management Plan submitted in the
technical proposal, for the Engineer’s no objection showing how the
Contractor intends to comply with environmental laws and regulations
and other specific requirements prescribed in the Contract.
The Contractor shall (a) establish an operational system for
managing environmental impacts, (b) comply with the approved
SSEMP and any corrective or preventative actions set out in
safeguards monitoring reports that the Employer will prepare from
time to time to monitor the implementation of the project EMP
through the SSEMP, (c) allocate the budget required to ensure that
such measures, requirements and actions are carried out, (d) submit
semi-annual reports on the compliance of such measures to the
Employer.
Where unanticipated environmental risks or impacts become
apparent during the Contract, the Contractor is required to update
the SSEMP to outline the potential impacts to site works and
associated mitigation measures for the Engineer’s approval.”
Normal working hours 6.5 Normal working hour shall be as per Labour Act 2074
Before the first paragraph of 6.7 Health and Safety, insert
Health and Safety 6.7
the following:
The Contractor shall disseminate, or engage appropriate service
providers to disseminate, information on the risks of sexually
transmitted diseases including HIV/AIDS, to the employees of
contractors engaged under the Project and to members of local
communities surrounding the Project areas, particularly women.
Add the following after the first paragraph:
“The Contractor is responsible for establishment of preventive and
emergency preparedness and response measures to avoid, and
where avoidance is not possible, to minimize, adverse impacts and
risks of the construction site work to the health and safety of local
communities.
Within 28 days of the Commencement Date unless otherwise
instructed by the Engineer, the Contractor shall submit a detailed Site
Specific Health and Safety Management Plan (SSHSMP), based on the
Environmental Health and Safety Management Plan submitted in the
technical proposal, for the Engineer’s no objection showing how
he/she intends to comply with the local Health and Safety laws and
regulations and other specific requirements prescribed in the
Contract, taking into account the Supplementary Information in

8-3
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


Section 6- Employer’s Requirements. Work shall not commence on
the Site until the confirmation of no objection of the SSHSMP has
been obtained from the Engineer and is being implemented.
Where unanticipated health and safety hazards or risks become
apparent during the Contract, the Contractor is required to update
the SSHSMP to outline the potential impacts to site works and
associated mitigation measures for the Engineer’s no objection.
The Contractor shall comply with the approved SSHSMP and any
corrective or preventative actions set out in safeguards monitoring
reports that the Employer will prepare from time to time to monitor
the implementation of the project EMP through the SSHSMP.
In particular, the Contractor is required to provide all personnel on
site including Employer’s Personnel and visitors with personal
protective equipment, including protection for feet (safety boots),
head, eyes, ears (safety helmets) and hands, etc. , in accordance with
the Contractor’s SSHSMP. The Contractor should ensure that his
Subcontractors comply with the SSHSMP and provide all such
necessary equipment to their personnel.
The Contractor shall bear the costs to ensure that such measures,
requirements and actions are carried out.
The Contractor shall submit semi-annual reports on the compliance
of such measures to the Employer.”
Add after the third paragraph the following:
“In the event of a significant injury involving medical treatment or
hospitalization and fatal accident the Contractor shall notify the
Engineer immediately by verbal communication and submit a formal
report as soon as practicable after its occurrence. For all accidents,
whether fatal or not, the Contractor shall also notify the appropriate
local authorities in accordance with the Laws of the Country.”
Respectful Work 6.25 The following sentence shall apply:
Environment
The Contractor shall ensure that its employees and sub-contractors
observe the highest ethical standards and refrain from any form of
bullying, discrimination, misconduct and harassment, including sexual
harassment and shall, at all times, behave in a manner that creates an
environment free of unethical behavior, bullying, misconduct and
harassment, including sexual harassment. The Contractor shall take
appropriate action against any employees or sub-contractors, including
suspension or termination of employment or sub-contract, if any form
of unethical or inappropriate behavior is identified.
The Contractor shall conduct training programs for its employees and
sub-contractors to raise awareness on and prevent any form of
bullying, discrimination, misconduct and harassment including sexual
harassment, and to promote a respectful work environment. The
Contractor shall keep an up to date record of its employees and
subcontractors who have attended and completed such training
programs and provide such records to the Employer or the Engineer at
their first written request.
Amend GCC 8.1 as:
Commencement of 8.1
The Contractor shall commence the execution of the Works as
Works
soon as is reasonably practicable after access to and possession of

8-4
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


the Site or any part thereof have be given under Sub-Clause 2.1,
and shall then proceed with the Works with due expedition and
without delay.
Delay damages for the 8.7 & 0.05 % of the Accepted Contract Amount per day, in the currencies and
Works proportions in which the Contract Price is payable.
14.15(b)

Maximum amount
8.7 of
Ten (10)delay
percent
damages
of the Accepted Contract Amount.

Provisional Sums 13.5(b)(ii) Five (5) percent

Adjustments for Changes 13.8 The Contract Price shall not be adjustable during Contract Execution.
in Cost
The Contract Price 14.1 The following sentence under Clause 14.1 shall not apply:
“Notwithstanding the provisions of sub-paragraph (b), Contractor’s
Equipment, including essential spare parts therefor, imported by the
Contractor for the sole purpose of executing the Contract shall be
exempt from the payment of import duties and taxes upon
importation.”
Total advance payment 14.2 Maximum Ten (10) Percentage of the Accepted Contract Amount
Less Provisional sum and VAT payable in the currencies and
proportions in which the Accepted Contract Amount is payable. The
Advance Payment Guarantee shall be valid until Time for Completion
of the Works.
The total advance payment shall be made in Two (2) installments as
follows:
First (1st) installment of 5% shall be paid within 28 days after the
submission of advance payment guarantee issued from commercial
bank of Nepal.
Second (2nd) installment of 5% shall be paid after (a) the completion
of the Contractor’s mobilization of all required resources to the Site,
and (b) submission by the Contractor of a statement of utilization
with supporting documents of the first instalment of the advance
paid to the Contractor along with a certificate from the Engineer that
such amounts were utilized in a purposeful manner in relation to the
Works (c) submission of bank guarantee issued from commercial
bank of Nepal as required by the Contract.
Delete “exceeds thirty percent (30%) of the Accepted Contract
Repayment of advance 14.2(a)
Amount Less Provisional Sums” in third line and replace with:
payment
“Exceeds thirty percent (30%) of the Accepted Contract Amount less
Provisional sum and VAT”.

Repayment 14.2(b) Amortization Rate shall be: 30%


amortization of
advance payment
Percentage of Retention 14.3(c) Ten percent (10%)
Limit of Retention 14.3 (c) Five Percent (5%) of the Accepted Contract Amount
Money

Plant and Materials 14.5(b)(i) Not Applicable

8-5
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


14.5(c)(i) Not Applicable

Minimum Amount of 14.6 Three percent (3.0%) of the Accepted Contract Amount
Interim Payment
Certificates

Termination by Employer 15.2 This sentence will apply as Sub-clause 15.2(g):


(g) the Engineer gives two consecutive Notices to update the Program
and accelerate the works to ensure compliance with Sub-clause 8.2
(Time for Completion) and the Contractor fails to update the Program
and demonstrate acceleration of the works within a reasonable period
of time determined by the Engineer;

Corrupt and Fraudulent 15.6 Revise the two entry paragraph of GCC 15.6 as:
Practices
If the Employer determines, based on reasonable evidence, that the
Contractor has engaged in corrupt, fraudulent, collusive or coercive
practices, or other integrity violations, including the failure to disclose any
required information which constitutes a fraudulent practice, in
competing for or in executing the Contract, then the Employer may, after
giving 14 days’ notice to the Contractor, terminate the Contract and expel
him from the Site, and the provisions of Clause 15 shall apply as if such
termination had been made under Sub-Clause 15.2 [Termination by
Employer].

Should any employee of the Contractor be determined, based on


reasonable evidence, to have engaged in corrupt, fraudulent or coercive
practice or other integrity violations during the execution of the work
then that employee shall be removed in accordance with Sub-Clause 6.9
[Contractor’s Personnel]

The following sentence shall apply:


For the purposes of this Sub-clause:
ADB requires Borrowers (including beneficiaries of ADB-financed activity)
and their personnel, as well as firms and individuals participating in an
ADB-financed activity, including but not limited to, Bidders, Suppliers,
Contractors, agents, subcontractors, sub-consultants, service providers,
sub suppliers, manufacturers (including their respective officers,
directors, employees and personnel) under ADB-financed contracts to
observe the highest standard of ethics during the procurement and
execution of such contracts in accordance with ADB’s Anticorruption
Policy (1998, as amended from time to time). In pursuance of this policy,
ADB
(a) defines, for the purposes of this provision, the terms set forth below
as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or

8-6
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


attempts to mislead, a party to obtain a financial or other benefit
or to avoid an obligation;
(iii) “coercive practice” means 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;
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another party;
(v) “abuse” means theft, waste, or improper use of assets related to
ADB-related activity, either committed intentionally or through
reckless disregard.
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and regulations;
and
(vii) ““integrity violation" is any act, as defined under ADB’s Integrity
Principles and Guidelines (2015, as amended from time to time),
which violates ADB’s Anticorruption Policy, including (i) to (vi)
above and the following: obstructive practice, violations of ADB
sanctions, retaliation against whistleblowers or witnesses, and
other violations of ADB's Anticorruption Policy, including failure
to adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award or any of its officers, directors, employees,
personnel, sub-consultants, subcontractors, service providers,
suppliers or manufacturers has, directly or through an agent, engaged
in corrupt, fraudulent, collusive, coercive, or obstructive practices or
other integrity violations in competing for the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the Borrower or of a
beneficiary of ADB-financing engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations during
the procurement or the execution of that contract, without the
Borrower having taken timely and appropriate action satisfactory to
ADB to remedy the situation, including by failing to inform ADB in a
timely manner at the time they knew of the integrity violations;
(d) will impose remedial actions on a firm or an individual, at any time, in
accordance with ADB’s Anticorruption Policy and Integrity Principles
and Guidelines, including declaring ineligible, either indefinitely or for
a stated period of time, to participate 1 in ADB-financed, -
administered, or -supported activities or to benefit from an ADB-
financed, -administered, or -supported contract, financially or
otherwise, if it at any time determines that the firm or individual has,
directly or through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations; and
(e) will have the right to require that a provision be included in bidding
documents and in contracts financed, administered, or supported by

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

8-7
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


ADB, requiring Bidders, suppliers and contractors, consultants,
manufacturers, service providers and other third parties engaged or
involved in ADB-related activities, and their respective officers,
directors, employees and personnel, to permit ADB or its
representative to inspect the site and their assets, accounts and
records and other documents relating to the bid submission and
contract performance and to have them audited by auditors
appointed by ADB.

All Bidders, consultants, contractors, suppliers, manufacturers, service


providers, and other third parties engaged or involved in ADB-related
activities and their respective officers, directors, employees and
personnel, are obliged to cooperate fully in any investigation when
requested by ADB to do so. As determined on a case by case basis by
ADB, such cooperation includes, but is not limited to, the following:
(a) being available to be interviewed and replying fully and truthfully to
all questions asked;
(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(c) upon written request by ADB, authorizing other related entities to
release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
(d) cooperating with all reasonable requests to search or physically
inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s Information and Communications Technology (ICT)
resources or systems (including mobile phones, personal electronic
devices, and electronic storage devices such as external disk drives);
(e) cooperating in any testing requested by ADB, including but not
limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and
(f) preserving and protecting confidentiality of all information discussed
with, and as required by, ADB.
All Bidders, consultants, contractors and suppliers shall require their
officers, directors, employees, personnel, agents to ensure that, in its
contracts with its sub-consultants, Subcontractors, and other third parties
engaged or involved in ADB-related activities, such sub-consultants,
Subcontractors, and other third parties similarly are obliged to cooperate
fully in any investigation when requested by ADB to do so.
The Contractor undertakes that no fees, gratuities, rebates, gifts,
commissions or other payments, other than those shown in the
bid, have been given or received in connection with the
procurement process or in the contract execution.
Maximum total liability 17.6 The product of 1.10 times the Accepted Contract Amount
of the Contractor to the
Employer

8-8
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


General Requirements for
18.1 The insuring party shall be the Contractor.
Insurances
Periods for 18.1 (a) a. evidence of insurance: 14 days
submission of
18.1 (b) b. copies of relevant policies: 21 days
insurance:
Maximum amount of
18.2 (d) NRs. 100,000.00 (One hundred thousand only)
deductibles for
insurance of the
Employer's risks
Minimum amount of NRs. Fifteen (15.00) Million with no limit on the number of
18.3
third-party insurance occurrences.
Date by which the DB 20.2 28 days after the Commencement
shall be appointed
The DB shall be 20.2 Sole Members
comprised of
List of potential Dispute 20.2 None
Board sole members
President of FIDIC (International Federation of Consulting Engineers)
Appointment (if not 20.3
World Trade Center II –Geneva Airport Box 311
agreed) to be made by
29 route de Pres-Bois
CH-1215 Geneva 115
Switzerland

Obtaining Dispute Board’s 20.4 This sentence shall be added as last paragraph in GCC Sub-clause
Decision 20.4:
"If the decision of the DB requires a payment by one Party to the
other Party, the DB may require the payee to provide an appropriate
security in respect of such payment”
International arbitration 20.6 (a) International arbitration shall be:
shall be administered by
(i) Administered by: Singapore International Arbitration Centre (SIAC)
shall be the institution to administer the arbitration.
(ii) Conducted in accordance with the rules of: Singapore
International Arbitration Centre (SIAC)
Place of Arbitration shall be Singapore.

Domestic Arbitration 20.6 (b) Domestic Arbitration shall be conducted in accordance with Nepal
Arbitration Act, 2055.
Place of Arbitration shall be Kathmandu.

Failure to Comply with 20.7 GCC Sub Clause 20.7 shall be replaced with the following sentence:
Dispute Board’s Decision
“In the event that a Party fails to comply with any decision of the DB,
whether binding or final and binding, then the other Party may,
without prejudice to any other rights it may have, refer the failure
itself to arbitration under Sub-Clause 20.6 [Arbitration] for summary
or other expedited relief, as may be appropriate. Sub-Clause 20.4
[Obtaining Dispute Board’s Decision] and Sub-Clause 20.5 [Amicable
Settlement] shall not apply to this reference."

8-9
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Part B – Specific Provisions


Subject Ref. GCC Data

Definitions 1.1

Specifications [Link] The Specifications includes:


(a) Standard Specifications issued under the authority of the
Government of Nepal, Ministry of Physical Infrastructure and
Transport, Department of Roads (2073/2016 with amendment
2078/2022) and with amendment time to time,
(b) Special Provisions to the Standard Specifications

Other Definitions 1.1.6 Add Sub-Clauses [Link] and [Link] after Sub-Clause [Link], as
follows:
Sub-Clause [Link]: Joint Venture
“Joint Venture” or “JV” means a joint venture, association,
consortium or other unincorporated grouping of two or more
persons, whether in the form of a partnership or otherwise.
Sub-Clause [Link]: JV Undertaking
“JV Undertaking” means the letter provided to the Employer as part
of the Tender setting out the legal undertaking between the two or
more persons constitute the Contractor as a JV. This letter shall be
signed by all the persons who are members of the JV, shall be
addressed to the Employer and shall include:
(a) each such member’s undertaking to be jointly and severally
liable to the Employer for the performance of the Contractor’s
obligations under the Contract;
(b) identification and authorization of the leader of the JV; and
(c) identification of the separate scope or part of the Works (if
any) to be carried out by each member of the JV.
The words “JV Undertaking” is synonymous with “JV Agreement” and
“Joint Venture Agreement”.

Priority of Documents 1.5 The document to be added in the list of Priority of Documents after
(e):
(f) List of Eligible Countries that was specified in Section 5 of the Bidding
Document
and the list renumbered accordingly
Care and Supply of 1.8 Add the following text at the end of Sub-clause 1.8:
Documents Irrespective of the above, the Contractor shall be responsible for the
production of detailed construction drawings as may be necessitated
by his work programme pursuant to Sub-Clause 8.3 and as the
Engineer may deem necessary for the proper execution of the Works.
The Contractor shall supply two copies of draft prints of all such
detailed construction drawings for the Engineer’s review and when
approved by the Engineer shall supply six final prints together with a
reproducible copy on computer disk or as may be otherwise
approved by the Engineer.

8-10
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Joint and Several 1.14 Delete the entire contents of Sub-Clause 1.14 and replace with:
Liability
If the Contractor is a Joint Venture:
(a) the members of the JV shall be jointly and severally liable to
the Employer for the performance of the Contractor’s obligations
under the Contract;
(b) the JV leader shall have authority to bind the Contractor and
each member of the JV; and
(c) neither the members nor (if known) the scope and parts of the
Works to be carried out by each member nor the legal status of the JV
shall be altered without the prior consent of the Employer (but such
consent shall not relieve the altered JV from any liability under sub-
paragraph (a) above).
In the context of JV, the word “leader” is synonymous with the words
“lead partner” and “Lead Partner”, the word “member” is
synonymous with “partner” and “Partner”, and “members” with
“partners” and “Partners”.
Add following at the end of the sub-clause:
Engineers Duties and 3.1
The Engineer shall obtain the specific approval of the Employer before
Authorities
taking action under the following Sub-Clauses of these Conditions:

(A) Sub-Clause 4.12: agreeing or determining an extension of time


and/or additional cost.

(B) Sub-Clause 13.1: instructing a Variation, except;


(i) in an emergency situation as determined by the Engineer,

(C) Sub-Clause 13.3: approving a proposal for Variation submitted by


the Contractor in accordance with Sub-Clause 13.1 or 13.2.

(D) Sub-Clause 13.4: specifying the amount payable in each of the


applicable currencies.
Notwithstanding the obligation, as set out above, to obtain approval,
if, in the opinion of the Engineer, an emergency occurs affecting the
safety of life or of the Works or of adjoining property, he may,
without relieving the Contractor of any of his duties and
responsibility under the Contract, instruct the Contractor to execute
all such work or to do all such things as may, in the opinion of the
Engineer, be necessary to abate or reduce the risk. The Contractor
shall forthwith comply, despite the absence of approval of the
Employer, with any such instruction of the Engineer. The Engineer
shall determine an addition to the Contract Price, in respect of such
instruction, in accordance with Clause13 and shall notify the
Contractor accordingly, with a copy to the Employer.

8-11
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Contractor’s General 4.1 In the fifth paragraph delete "whenever required by the Engineer"
Obligations and replace with "as part of his quality assurance obligations".
After the fifth paragraph, add the following paragraph:
"The Contractor shall prepare and submit working drawings, shop
drawings and schedules for all works to be constructed and
maintained under the Contract and shall be fully responsible for the
accuracy of these working drawings, shop drawings and schedules
which shall be deemed to be Contractor's Documents in accordance
with the Contract and be submitted in accordance with the
provisions for the same. The working drawings, shop drawings and
schedules shall be based on the Drawings and the actual site
conditions as surveyed by the Contractor and agreed with the
Engineer."
At the end of second paragraph of Sub-Clause 4.3, add the following:
Contractor’s 4.3
Representative
If the Contractor is a Joint Venture, the Contractor’s Representative
shall be from the Lead Partner.

The Contractor’s Representative shall be a Senior Employee of the


Contractor and working with the firm continuously for at least two
years prior to the bid submission deadline.
The Contractor’s Representative shall be at the Site continuously
during the period of Works, who shall not be engaged in any other
business unrelated to the Contract or the Works. If s/he/she is
required to be temporarily absent during the period (which shall not
exceed 21 days in any single occasion and 42 days in any year), some
suitable replacement personnel shall be temporarily appointed,
subject to the Engineer’s prior consent.

Add the following at the end of the Sub-clause 4.4 :


Subcontractors 4.4
Maximum percentage of Subcontracting permitted is: 40% of the total
Contract Amount.
The proposed Subcontractor shall meet, on a pro rata basis, the
following criteria as specified in Section 3Evaluation and Qualification
Criteria:
i) Construction Experience in contract of Similar Size, value and
Nature that is similar to the proposed subcontract; and
ii) Construction Experience in Key Activities, if the subcontractor
is proposed for key activities.
Add new text to this Sub-clause 4.4, after item (d) as follows:
(e) In the event of approved subcontracting the Contractor
shall ensure that Subcontractors do not further subcontract
their contract;
(f) The Contractor shall keep a log showing the following
information on all Subcontractors, suppliers and transporters
engaged in the Contract Works:
(a) Name and address
(b) Copy of Subcontracting agreement
(c) Works and value of Subcontract
(d) Commencement and completion dates
(e) Copy of payments and Interim payments made to
Subcontractor
The Contractor shall submit a copy of the above log monthly to
the Engineer’s representative.

8-12
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Co-operation 4.6 Add new text to this Sub-clause 4.6 at the end as follows:
There may be other contractors working on the similar and/or
adjacent road. The Contractor shall at all times allow the free passage
of all traffic, including vehicles and equipment of other Contractors.
The maintenance for the road or way shall be the responsibility of
the Contractor.

Setting Out 4.7 At the end of the second paragraph, add the following:
"For this purpose, before commencement of the work on the site,
the Contractor and representative of the Engineer jointly shall carry
out a check/setting out survey, in the presence of the Engineer, to
verify the accuracy of the items of reference and submit the results
of the verification survey to the Engineer for his acceptance."

Rights of Way and 4.13 Add the following paragraphs as first paragraphs of Sub- clause4.13:
Facilities
The Contractor shall ascertain the location of all access paths,
watercourses, irrigation channels, sewers, drains, water pipes,
electricity and telecommunication cables and other services, and
structures etc. which may be encountered during the execution of
the Works. He shall temporarily support or divert and subsequently
reinstate all such services and structures as necessary and to the
satisfaction of the Engineer. As soon as any such service or structure
is encountered on, over, under, in or through the Site during the
performance of the Contract, the Contractor shall make a record of
the location and description of such service or structure and shall
send the same forthwith to the Engineer.
Where permanent diversion or support of such service or structure is
rendered necessary as the unavoidable result of the execution of the
Works in accordance with the Contract, the Engineer after
consultation with the Employer will instruct the Contractor as to the
diversion or support to be provided.

Avoidance of 4.14 After the first paragraph of this Sub-Clause, add the following
Interference paragraph:
"Without in any way limiting the Contractor's obligations and
responsibilities under the Contract, because the Site or part thereof
is used by the public, the Contractor shall programme and execute
the Works to avoid inconvenience or disruption of the public.
No work on any part of the Site used by the public shall be permitted
until such time as alternate routes in the form of roads, diversions,
footpaths, accesses and the like (whether permanent or temporary)
have been provided by the Contractor, together with all necessary
safety features and devices and appurtenant drainage, and the
alternate route(s) have been deemed acceptable for public use by
the Engineer."

8-13
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Transport of Goods 4.16 Add the following paragraph at the end of Sub-clause 4.16:
The Contractor shall agree with the Engineer and adequately record
the condition of roads, agricultural land and other infrastructure
prior to the start of transporting materials, goods and equipment,
and construction.

8-14
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data


Protection of the
4.18 Add the following paragraphs at the end of Sub-clause 4.18:
Environment
The Contractor shall, to the satisfaction of the Engineer, take all necessary
precautions for the efficient protection of all surface and sub-surface
water courses against all kinds of pollution arising from the execution of
the works.
The Contractor shall ensure that at all locations where his labour force are
living or working, other than labour living in their own homes, adequate
facilities are provided to collect and treat all sewage and wastewater and
to ensure that the outflows from such treatment facilities comply with
recognized national or international standards for sewage treatment
discharges.
The Contractor shall take special precautions in connection with the
establishment of storage facilities for diesel fuel, petrol, lubricants,
bitumen and bituminous materials. Storage facilities shall not be placed in
rock- fall prone areas. They shall have barriers and impervious surfaces
preventing leakages of spilt material outside the storage area or into the
underlying soils.
The Contractor shall ensure that any cut or fill slopes are planted with
grass or other approved plant cover as soon as possible to protect them
from erosion.
This planting shall follow there commendations in the Nepali manual
entitled “Vegetative Structures for Stabilizing Highway Slopes” (DoR), or
the requirements of the Specification as directed by the Engineer.
The water used in the construction shall not be allowed to affect water
availability in the local communities. Where a scarcity of water is expected
to arise, the Contract or shall explore and tap alternative sources of safe
water. In case of interference with the water supply of a settlement, the
Contractor is liable to provide the affected population with potable
drinking water from alternative sources at no extra cost to the Contract or
the local people.
The Contractor shall also comply with all applicable national, regional,
provincial and local environment laws and regulations. The Contractor
shall (a) establish an operational system for managing environmental
impacts, (b) carry out all of the monitoring and mitigation measures, and
(c) allocate the budget required to ensure that such measures are carried
out. The Contractor shall submit quarterly reports on the carrying out of
such measures to the Employer. The Contractor shall allocate a budget at
his own cost for compliance with these measures, requirements and
actions.
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Progress 4.21 In the sub-paragraph (g) just after “relations;” delete “and”
Reports
At the end of sub-paragraph (h), delete "." and replace with ";", and
add the following sub-paragraphs (i), (j), (k), (I), (m) and (n):
(i) the status of all Variations;
(j) details of all matters affecting, or likely to affect, the progress or
cost of the Works and particulars of the preventative and remedial
measures which have been, are being, or may be taken in respect
of those matters;
(k) any other particulars reasonably required by the Engineer;
(l) monitoring of the obligations in Sub-Clauses 4.7, 4.13, 4.18, 6.4,
6.7, 6.20, 6.21 and6.23;
(m) daily diary of the site works;

(n) safe guard status of the project;

(o) Material delivered to the site and material consumed in the works;

(p) Plant and equipment on Site together with number of hours worked
by and current of each item; and
(q) All incidents affecting the safety and the health and welfare of
persons and causing damage to property together with such other
records as the Engineer may from time to time require to be kept and
provided.

Labour Laws 6.4 Add at the end following sentence:


The Contractor shall comply with the Employer’s applicable Labour Laws
and regulations and incorporate applicable workplace occupational
Safety norms.

Health and Safety 6.7 Add at the end following sentence:


“The Contractor shall arrange all medical facilities as per Standard
Operation Procedure Guideline (SOP) of ADB / Government of Nepal
Guideline for COVID-19 Pandemic and any other Pandemic to its
employees engaged under the project and to members of the local
communities surrounding the Project area, particularly women.”

The Contractor shall provide appropriate facilities (latrines, drinking water,


and the likes) for workers at construction site.
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Contractor’s 6.9 Add the following para at the beginning of Sub Clause 6.9.
Personnel The Contractor shall appoint the natural persons named in the Bid to the
positions of Key Personnel. If not so named, or if an appointed person fails
to act in the relevant position of Key Personnel, the Contractor shall
submit to the Engineer for consent the name and particulars of another
person the Contractor proposes to appoint to such position. If consent is
withheld or subsequently revoked, the Contractor shall similarly submit
the name and particulars of a suitable replacement for such position.
The Contractor shall not, without the Engineer’s prior consent, revoke the
appointment of any of the Key Personnel or appoint a replacement
(unless the person is unable to act as a result of death, illness, disability or
resignation, in which case the appointment shall be deemed to have been
revoked with immediate effect and the appointment of a replacement
shall be treated as a temporary appointment until the Engineer gives
his/her consent to this replacement, or another replacement is
appointed, under this Sub-Clause).
All Key Personnel shall be based at the Site (or, where Works are being
executed off the Site, at the location of the Works) for the whole time
that the Works are being executed. If any of the Key Personnel is to be
temporarily absent during execution of the Works, a suitable replacement
shall be temporarily appointed, subject to the Engineer’s prior consent.
All Key Personnel shall be fluent in the language for communications
defined in Sub-Clause 1.4 [Law and Language]. If any of the Key Personnel
are not fluent in this language, the Contractor shall make competent
interpreter(s) available during all working hours, sufficient for that person
to properly perform his/her duties under the Contract.
Delete the contents within this sub-clause and replace with the
Child Labour 6.21
followings:
“The Contractor shall not employ any child to perform any work, including
work that is economically exploitative, or is likely to be hazardous to, or to
interfere with, the child’s education, or to be harmful to the child’s health
or physical, mental, spiritual, moral, or social development. “Child” means
a child below the statutory minimum age specified under applicable
national law in Nepal.
Add new GCC Sub-clause 6.26:
Keeping Records of 6.26
Contractor’s The Contractor shall prepare and submit to the Engineer on a monthly
Materials, basis detailed records showing:
Equipment and
(i) materials delivered to the Site and materials consumed in the
Incidents
Works;
(ii) plant and equipment on Site together with number of hours
worked by and current condition of each item;
(iii) all incidents affecting the safety and the health and welfare of
persons and causing damage to property together with such
other records as the Engineer may from time to time require to
be kept and provided;
(iv) Daily diary shall be included in this records.
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

Manner of Execution 7.1 Insert the following paragraphs at the end of Sub-Clause 7.1:
The Contractor shall submit complete documents and information
pertaining to the method statements for manufacture, installation and
construction which the Contractor proposes to adopt or use, (and if
applicable such calculations of stresses, strains and deflections and the
like that will or may arise in the Works or to the other works comprising
the Project or any parts thereof during installation from the use of such
methods). The Engineer will then check to see whether, if such method
statements are adhered to, the Works can be executed in accordance
with the Contract and without detriment to the Works (when completed)
and to other works comprising the Project and in a manner which
minimizes disruption to road and pedestrian traffic.
The Engineer shall inform the Contractor in writing within 21 days after
receipt of the above information,
a) that the Contractor's proposed method statements for
manufacture, installation and construction have the consent of
the Engineer; or
b) in what respects, in the opinion of the Engineer the
Contractor's proposed method statements for manufacture,
installation and construction:
(i) fail to comply with the Specification and Drawings;
(ii) would be detrimental to the Works and/or to the other
works comprising the Project;
(iii) do not comply with the other requirements of the
Contract; or
c) as to the further documents or information which is required to
enable the Engineer to properly assess the proposed method
statements for manufacture, installation and construction.
In the event that the Engineer does not give his consent, the Contractor
shall take such steps or make such changes in the said method
statements or supply such further documents or information as may be
necessary to meet the Engineer's requirements and to obtain his
consent. The Contractor shall not change the method statements for
manufacture, installation and construction which have received the
Engineer's consent without further review and consent in writing of the
Engineer.
Notwithstanding the foregoing provisions of this Sub-Clause, or those
certain of the Contractor's proposed method statements for
manufacture, installation and construction may be the subject of the
consent of the Engineer, the Contractor shall not be relieved of any of its
liability or obligation under the Contract.

Cost of Remedying 11.2 Add the following at the end of Sub-clause 11.2:
Defects
Upon the completion of construction, the Contractor shall fully reinstate
pathways, other local infrastructure, and agricultural land to at least
their pre-project condition as recorded by the Contractor in consonance
with its obligation in Sub-clause 4.16.
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Subject Ref. GCC Data

The Contract Price 14.1 Add the following paragraph at the end of Sub-clause 14.1:
The Contractor shall also pay royalties, tolls, value added tax and income
tax. With respect to the income taxes including taxes on the Contractor’s
staff, personnel and labour, the Contractor shall perform such duties in
regard to Tax Deductions at Source (TDS) thereof as may be applicable by
the laws and regulations of Nepal.

Eligibility 21 Add New GCC Clause 21 “Eligibility”

21.1 Add new GCC Sub-clause 21.1 as follows:


The Contractor shall have the nationality of an ADB member country.
The Contractor shall be deemed to have the nationality of a country if
the Contractor is a citizen or is constituted, or incorporated, and
operates in conformity with the provisions of the laws of that country.
This criterion shall also apply to the determination of the nationality of
proposed subcontractors or suppliers for any part of the Contract
including related services.

21.2 Add new GCC Sub-clause 21.2 as follows:


The materials, equipment and services to be supplied under the Contract
shall have their origin in eligible source countries and all expenditures
under the Contract will be limited to such materials, equipment, and
services. At the Employer’s request, the Contractor may be required to
provide evidence of the origin of materials, equipment and services.
SASEC Highway Improvement Project (SHIP) Part III, Section 8- Particular Condition of Contract
Bidding Document Contract No. SHIP/OCB/RSIW/02

Appendix 1 – Gender Equity and Social Inclusion Plan

Note –This Road Section of Mahakali Highway which falls under “Gender Category (3rd)”.
- Some Gender (SG) Elements do not require GESI Action Plan.
SASEC Highway Improvement Project (SHIP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Section 9 - 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.

Table of Forms
Notice of Intention for Award of Contract ..................................................................................... 9-2
Letter of Acceptance ...................................................................................................................... 9-3
Contract Agreement ...................................................................................................................... 9-4
Performance Security..................................................................................................................... 9-5
Advance Payment Security ............................................................................................................ 9-6

9-1
SASEC Highway Improvement Project (SHIP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Notice of Intention for Award of Contract


[on letterhead paper of the Employer]

[date of notification]

To: [name of the Bidder]


Attention: [insert name of the Bidder’s authorized representative]
Address: [insert address of the Bidder’s authorized representative]
Telephone/Fax numbers: [insert telephone/fax numbers of the Bidder’s authorized representative]
E-mail Address: [insert e-mail address of the Bidder’s authorized representative]

This is to notify you of our intention to award the contract [ insert name of the contract and identification number,
as given in the Bid Data Sheet]. You have [insert number of days as specified in ITB 41.1 of the BDS] days from the date
of this notification to (i) request for a debriefing in relation to the evaluation of your Bid; and/or (ii)
submit a bidding-related complaint in relation to the intention for award of contract, in accordance
with the procedures specified in ITB 41.1 and 46.1.

The summary of the evaluation are as follows:

1. List of Bidders
Bid Price as Read Out
Name of Bidder Evaluated Bid Price
at Opening

2. Reason/s Why Your Bid Was Unsuccessful

…………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………
…………………………………

3. The Successful Bidder


Name of Bidder:
Address:
Accepted Contract Amount:
Duration of Contract:
Scope of the Contract Awarded:
Amount Performance Security Required:

Authorized Signature: ……………………………………………………………


Name and Title of Signatory: ……………………………………………………
Name of Agency: …………………………………………………………………

9-2
SASEC Highway Improvement Project (SHIP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Letter of Acceptance
[on letterhead paper of the Employer]

[date]

To: [Name and address of the contractor]

Subject: Contract No. [please specify]

This is to notify you that your Bid dated [date] for execution of the [name of the contract and identification
number, as given in the Bid Data Sheet] for the Accepted Contract Amount in the equivalent of [ amount in words
and figures and name of currency], as corrected and modified in accordance with the Instructions to Bidders
is hereby accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract and any additional security required as a result of the evaluation of your bid,
using for that purpose the Performance Security Form included in Section 9 (Contract Forms) of the
Bidding Document.

Authorized Signature: ......................................................................................................................................

Name and Title of Signatory: ...........................................................................................................................

Name of Agency: ..............................................................................................................................................

Attachment: Contract Agreement

9-3
SASEC Highway Improvement Project (SHIP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Contract Agreement

THIS AGREEMENT made the [date] day of [month], [year], 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. This Agreement shall prevail over all other Contract documents.
(a) Letter of Acceptance,
(b) Letter of Technical Bid,
(c) Letter of Price Bid,
(d) Adenda Nos. [insert addenda numbers if any]
(e) the Particular Conditions of Contract – Part A,
(f) Particular Conditions of Contract – Part B,
(g) Listof Eligible Countries that was specified in Section 5 of the Bidding Document
(h) General Conditions of Contract,
(i) Specifications,
(j) Drawings,
(k) Completed Schedules including Bill of Quantities,
(l) The JV Undertaking (if the Contractor is a JV), and
(m) Any other documents shall be added here.
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 [name of the borrowing country] 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

9-4
SASEC Highway Improvement Project (SHIP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Performance Security
[Bank’s name, and address of issuing branch or office]

Beneficiary: [Name and address of the 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[date] 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 words]1[amount in figures] such
sum being payable in the types and proportions of currencies in which the Contract Price is payable,
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 [date] day of [month], [year],2 and any demand for payment
under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded. 3

....................................
[Signature(s) and seal of bank (where appropriate)]

Note to Bidder
If the bank issuing performance security is located outside the Employer’s country, it shall be counter-guaranteed
or encashable by a bank in the Employer’s country.

1
The guarantor shall insert an amount representing the percentage of the accepted contract amount specified in the
contract and denominated either in the currency(ies) of the contract or in any freely convertible currency acceptable to the
Employer.
2
Insert the date 28 days after the expected expiry of defect notification 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
[6 months][1 year], 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.”
3
Or the employer may use “Uniform Rules for Demand Guarantees (URDG), ICC Publication No. 458, except that
subparagraph (ii) of Sub-article 20(a) is hereby excluded” as appropriate.

9-5
SASEC Highway Improvement Project (SHIP) Part III, Section 9 – Contract Forms
Bidding Document Contract No. SHIP/OCB/RSIW/02

Advance Payment Security


[Bank’s name, and address of issuing branch or office]

Beneficiary: [Name and address of the 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[date] 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 words]1 [amount in figures] 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 words]2 [amount in figures] 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:
(a) used the advance payment for purposes other than the costs of mobilization and cash flow support in
respect of the Works; or
(b) has failed to repay the advance payment when it has become due and payable in accordance with the
conditions of the Contract, specifying the amount payable by the Contractor.
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 ninety percent (90%) of the Contract Price has been certified for payment, or on the [ date]
day of [month], [year],3 whichever is earlier. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC Publication No.
758, except that the supporting statement under Article 15(a) is hereby excluded .4

....................................
[Signature(s) and seal of bank (where appropriate)]

Note to Bidder
If the bank issuing advance payment security is located outside the Employer’s country, it shall be counter-guaranteed or
encashable by a bank in the Employer’s country.

1
The guarantor shall insert an amount representing the amount of the advance payment denominated either in the currency(ies) of the
advance payment as specified in the Contract, or in any freely convertible currency acceptable to the Employer.
2
Footnote 1.
3
Insert the expected expiration date of the time for completion. 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 [6 months] [1 year], 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."
4
Or the employer may use “Uniform Rules for Demand Guarantees (URDG), ICC Publication No. 458, except that subparagraph (ii) of Sub-
article 20(a) is hereby excluded” as appropriate.

9-6
Sahajpur Chowk

N
(60+050)
ahf/ If]q
cufl*

B23

B23
ahf/ If]q
cufl*

C2
6
SD1

A2

9
SD1

B13
ahf/ If]q
cufl*

B5
ahf/ If]q
cufl*

1
SD1

Note:

1) All traffic signs and road markings shall be as


per the 'Nepal Traffic Signs manuals vol I and vol
II' unless specified otherwise.

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Sahajpur Chowk 1:500
ERMC P (Ltd), Nepal (60+050) CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and Junction Improvemenrt
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] 3
Syaule Chowk
(131+380)

N
B13

1
SD1

B13

C22
C22

B23 B23

C2 C2

6
SD1
B28

Note:

1) All traffic signs and road markings shall be as


per the 'Nepal Traffic Signs manuals vol I and vol
II' unless specified otherwise.

6
C2 SD1

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Syaule Chowk 1:500
ERMC P (Ltd), Nepal (131+380) CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and Junction Improvemenrt
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] 1
Satbanjh Chauraha Chowk
(200+760)

N
B23

C22

C22 1
SD1
B23

C2

C2

B28

6
SD1

C2

C22
Note:

1) All traffic signs and road markings shall be as


per the 'Nepal Traffic Signs manuals vol I and vol
II' unless specified otherwise.

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Satbanjh Chauraha Chowk 1:500
ERMC P (Ltd), Nepal (200+760) CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and Junction Improvemenrt
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] 1
300 2000 150
600 5000
300
600

600

100
Varies with road width

200

300

500
3500

1000
3500 8606

500
7 Zig Zag Lane Line
SD-7 Scale:-1:100

1 Thermoplastic Marking 5 Giveway and Stop Line 6 Zebra-Crossing


SD-1 Scale:-1:100 SD-1 Scale:-1:100 SD-1 Scale:-1:100
1500 4500

150
1200 Varies
15 8 Ordinary Lane Line( F5)

150

150
SD-1 2000 2000 SD-1 Scale:-1:100
500

500
1000

150
3500
3700

72000
2000 4000
14 Wide Centre line treatment
200

SD-1 Scale:-1:100
1000 9 Hazard Lane Line (F7)
SD-1 Scale:-1:100

150 10000

250
2000

500
700

Varies
2 Detail of Wombat Marking

1000
8
50

150
45°
SD-1 Scale:-1:100

1700 5000 1700 15 Audio Tactile Line Marking


SD-1 Scale:-1:8
10 Traffic Island (F8)
SD-1 Scale:-1:100
100

100

12 Pedestrian Crossing at signalized intersection


3 X- Section SD-1 Scale:-1:100
Scale:-1:100 10000
SD-2 Varies

150
2000
Varies 1200 500 5000 1200

1000
1200 500 5000 1200
45°

Varies with Road width


3
Varies with Road width

SD-1 11 Chevron Lane line


SD-1 SD-1 Scale:-1:100

3700
2
3700

2 SD-1
SD-1
Note:
150 1) All dimensions are in mm.
2) Line markings conform to Nepal Traffic
Sign Manual 1997 unless otherwise stated
13 Raised Platform
4 Wombat Crossing Scale:-1:100
Scale:-1:100 SD-1
SD-1

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Road Marking As Shown
ERMC P (Ltd), Nepal CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-1
RECTO-REFLECTIVE SIGN TYPICAL
SIZE OF REGULATORY SIGNS (Reviews)
A1 A2 A3 A14 A15 A18
SIGN TYPE A B C D E F G

a 750 864 750 600 865 300 600

b 750 750 450 600 300 375

Stop And Give Way Giveway No Entry No Parking No Stopping No Right Turn b

b
a

b
A19

a
A22 A27 A28 A29 A30 REMARKS a a a
a a
b

A1 A2 A3-A32 A33 B1-B12 C2.C3 C17


C28

No Left Turn Maximum Speed Ahead Only Turn Left Keep Left Turn Left Ahead (NEPALI ALPHABET)
Pathalaiya

A32 A33 B23 C2 C3 C17


(NEPALI ALPHABET)
Bus Terminal
Note:
(NEPALI ALPHABET) 1) All dimensions are in mm.
Ghantaghar 2) Line markings conform to Nepal Traffic
Sign Manual 1997 unless otherwise stated
Pedestrian On Approaches to
Pass Either Side One Way Traffic Pedestrian Crossing Parking Place Bus Stop
Crossing Junctions

DETAILS OF FEW RECTO-REFLECTIVE SIGN TYPICAL

60
50

° 150
135

125
60

°
51
50
50
50

60

45
60
90°

R4

135
90°

50
70
750

750

750

750

750

750
100

750
5

165 50
68

110
60

261
°

225
50°
25 110

11
20 160

90
107
R120
60

5
60

60
60

°
110

60
60
25

20
°

°
°

°
R4 R4 R4 R4 R4 R
142 5
5 5 5 5 150 144 45

36
75 75 210 10075 135 100 150 90 55 90 150 88 60 88 170 55 R45

1 B1:Cross Roads 2 B3:Side Road Right 3 B4:Staggered Junction 4 B5:T Junction 5 B6:Y Junction 6 B10:Bend to Right 7 B12:Double Bend
Scale:-1:25 (left if symbol reversed) (symbol may be reversed) (right if symbol reversed)
SD-2 SD-2 SD-2 SD-2 SD-2 SD-2 SD-2

280 123 360 225 180 95 410


10 7
7
60

10
60

28

28
93

200
67

60 60°
80
750

750

750

750

750

750

225
90°

128°

128°
750

360

265

265
18 278

20
45°
230

60 60
45°
260
67

187
50

60

60
50
195 72 90 420 180 75 75
R

90330
45

8 B14:No Parking 9 B25:Children 10 A15:No Stopping 11 A17:No Passing 12 A18:No Right Turn 13 A19:No Left Turn 14 A22:Maximum Speed
SD-2 (right if symbol reversed)
SD-2 SD-2 SD-2 Without Stopping SD-2 SD-2 SD-2

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Road Sign As Shown
ERMC P (Ltd), Nepal CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-2
1300

600
80 Green Coloured Board
(40X40x4) MS

900
600
ANGLE

600
25 70

NAME OF PLACE
(WITH TYPE OF ROAD, NH/OR)

150
200
GIVE WAY

500

MS Channel
2000

2000

2000
1750

75x40x6mm

2800
Carriageway Carriageway Carriageway Carriageway

Variable

Variable
PCC (M15)
750 Variable

Variable

PCC (M15) PCC (M15)


600

750

750

750
HOLD FAST HOLD FAST HOLD FAST

400 400 400 400

1 CIRCULAR SIGN 2 STOP SIGN 3 X SECTION OF POST 4 GIVE WAY SIGN 5 ADVANCED DIRECTIONAL SIGN (C24)
SD-3 Scale:-1:25 SD-3 Scale:-1:25 SD-3 Scale:-1:25 SD-3 Scale:-1:25 SD-3 Scale:-1:25

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Traffic Sign As Shown
ERMC P (Ltd), Nepal Installation Details CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-3
4
SD-4

105mm

Ø10

105mm
114 SD-4

3 Plan of Road Stud Light


SD-4 Scale:-1:2

140mm
Dia.

9000

105
Galvanized 9m Steel Tubular Pole
(is designation 410sp-31) 4 X-Section of Road Stud (Side View)
Approximate Weight:147kg Scale:-1:2
Height:9m
SD-4

165mm
51
G.L.
1200

105

2 Street Light (Type-2) 5 X-Section of Road Stud (Side View)


SD-4 Scale:-1:75 SD-4 Scale:-1:2

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Street Light Poles & As Shown
ERMC P (Ltd), Nepal Road Studs CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-4
Fill Post with Concrete

150
Reflective material

150
2" wide, White Reflective Tape

200
1000
Reflective material

735
1515
1500

500
4" Dia Steel Pipe

Paint Post

70
7050

457
750
Post in concrete

152
150
250
1 RCC Delineator Post 2 Frangible Delineator Post 3 Bollard Post
Scale:-1:20 SD-6 Scale:-1:20
SD-6 SD-5 Scale:-1:20

CL

CL
150 x 150 Delineator Post

Carriageway Shoulder
Frangible Delineator Post
Carriageway Shoulder

Ø12

12

2.5%
2.5%
1V Ø26
:1.
5H
1V
:1.
5H
250

4 Delineator for Embankment (Height < = 3.0 m) 5 Top- View of Frangible Delineator Post 6 Frangible Delinator
SD-6 Scale:-1:40 SD-6 Scale:-1:10 SD-6 Scale:-1:40

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Bollard and Delinators As Shown
ERMC P (Ltd), Nepal CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-6
Steel Spacer Block 81
(150x75x5 Channel Section) °
10 R24
Fix to post with two bolts
to prevent rotation
600
Minimum

312
750 to 1000mm minimum from
outer edge of bituminous surface

180
R24
Traffic Face

360
There must be at least Hot Dip Galvanized
Rail of 3mm thick
1000 clearence between 5 Section Through Rail Element

340
the back of the post
SD-7 Scale:-1:10
and any solid object

108 108

Radius = 6m

1100

312
Steel Post
(150x75x5 Channel Section)
CL of Road

4 Detail of W Beam Barrier 6 Rail Splice


SD-7 Scale:-1:25
SD-7 Scale:-1:10
1 Plan of Trailing Terminal treatment 604
SD-7 Scale:-1:50
5
44

1137
R

874
Splice between two beams 305 Long W-Beam Section (backup-plate)
4 Beams are overlapped at
to be placed between beam and spacer block
SD-7 at all non-splice mounting points
each splice by 318mm and
button head 16mm dia bolts
143 604 Slotted Holes 23x29
622 Approx. Beams are connected to spacer block by
one button head 16mm dia bolt

7 Buffer End
SD-7 Scale:-1:50
736

1270
2000 2000 2000

430
108 108 194 100 100 75
795 2700
2 Rear Elevation 3495
SD-7 Scale:-1:50

95
Direction of Travel
9 Fishtail end treatment
312

190
SD-7 Scale:-1:50

95
Steel Spacer
Steel Post Note:
23x29 slotted hole 25 Holes
for splice bolts 19x64 slotted holes 1) All Dimension in mm.
(optional) 2) For Futher Detail Refer D.O.R Standard Drawing 13
3 Overlapping of Beams and Post Position to be as shown
SD-7 Scale:-1:50
8 W Beam Terminal Connector
SD-7 Scale:-1:10

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway W Beam Metal Barriers As Shown
ERMC P (Ltd), Nepal CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-7
Steel Spacer Block
(150x75x5 Channel Section)
Fix to post with two bolts
Concrete Barrier W Beam Structure Concrete Barrier to prevent rotation
750 to 1000mm
Connector Nested W Beam 3.4mm Thrie Beam 2 Nested Thrie Beam Thrie Beam 600
Minimum
minimum from
outer edge of
Connector Element SD-8 Structure Connector bituminous surface

145

180
260

190
There must be at least
1000 clearence between

395
the back of the post
2000 1910 and any solid object

1 General Layout of Transitions from RCC Barriers to mW beam to Thrie Beam to RCC Barriers
SD-8 Scale:-1:75

Steel Post
(150x75x5 Channel Section)

1300
760

75 108 108 200 50 318


51 108 108 51 27
39 2 Detail of Thrie Beam Barrier
° R 24 Scale:-1:25
10 SD-8
CL of Post Bolt Slot
190

Traffic Face
502

502

1270
Hot Dip Galvanized
190

Rail of 3mm thick

430
795 2700
3495

3 W Beam Terminal Connector 4 Rail Splice 5 Section Through Thrie 8 Fishtail End Treatment
SD-8 Scale:-1:10 SD-8 Scale:-1:10 SD-8 Beam Rail Element SD-8 Scale:-1:50
Scale:-1:10

604

5
44 Direction of Travel
1137

R
874

143 604 Steel Spacer


Slotted Holes 23x29
Steel Post
Note:
622 Approx.
1) All Dimension in mm.

6 Buffer End 7 Overlapping of Beams and Post Position to be as shown


SD-8 Scale:-1:50 Scale:-1:50
SD-8

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Thrie Beam Barriers, As Shown
ERMC P (Ltd), Nepal Transition and Termination CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-8
1 Settlement Area 2
2
SD4 3
SD4
150000 6 9 150000 1
SD1 SD1 SD1

Road Stud 10 @ 2m spacing both side c/c Road Stud 10 @ 2m spacing both side c/c

3000

3000
3000

3000
40000 40000

1 Settlement Area
2
SD4
150000 6
SD1

Road Stud 10 @ 2m spacing both side c/c

3000

3000
ahf/ If]q
cufl*

3000

3000
40000 ahf/ If]q
cufl*

Settlement Area 2

3
SD4
6 9 150000 1
SD1 SD1 SD1

Road Stud 10 @ 2m spacing both side c/c


3000

3000

ahf/ If]q
cufl*
3000

3000

ahf/ If]q
cufl*
40000

Note:
1) All dimensions are in mm.
2) Line markings conform to Nepal Traffic
Sign Manual 1997 unless otherwise stated

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Typical Drawing 1:500
ERMC P (Ltd), Nepal of CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and Major Settlement area
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-9
1 Settlement Area 2
2
SD4 3
SD4
150000 9 150000 1
SD1 SD1

Road Stud 10 @ 2m spacing both side c/c Road Stud 10 @ 2m spacing both side c/c

3000

3000
3000

3000
40000 40000

1 Settlement Area
2
SD4
150000

Road Stud 10 @ 2m spacing both side c/c

3000

3000
ahf/ If]q
cufl*

3000

3000
ahf/ If]q
40000 cufl*

Settlement Area 2
3
SD4
9 150000 1
SD1 SD1

Road Stud 10 @ 2m spacing both side c/c


3000

3000

ahf/ If]q
cufl*
3000

3000

ahf/ If]q
cufl*
40000

Note:
1) All dimensions are in mm.
2) Line markings conform to Nepal Traffic
Sign Manual 1997 unless otherwise stated

Government of Nepal CONSULTANT: ROAD NAME: SHEET TITLE: SCALE: NAME SIGNATURE REV NO. DESCRIPTION DATE:
Ministry of Physical Infrastructure and Transport Soosung Engineering Co. Ltd, November, 2023
East West Highway (H01) DESIGNED BY: A. Paudel
Department of Roads Korea in association with [Link].:
Project Directorate Office (ADB) Mahakali Highway Typical Drawing 1:500
ERMC P (Ltd), Nepal of CHECKED BY: P.M. Parajuli 1
SASEC Highway Improvement Project- Rapti Highway
Project Preparatory Consultant (SHIP-PPC) and Minor Settlement area
SHEET NO.:
ADB Loan No: 3722-NEP TSE -Tech Studio of Engineeering APPROVED BY: Dr. [Link] SD-10
SECTION-VI
Bill of Quantities
Notes for Unit Rate Contracts :
Objectives
The objectives of the Bill of Quantities are
(a) to provide sufficient information on the quantities of Works to be performed to enable Bids to be
prepared efficiently and accurately; and
(b) when a Contract has been entered into, to provide a priced Bill of Quantities for use in the periodic
valuation of Works executed.

In order to attain these objectives, Works should be itemized in the Bill of Quantities in sufficient detail to
distinguish between the different classes of Works, or between Works of the same nature carried out in
different locations or in other circumstances which may give rise to different considerations of cost.
Consistent with these requirements, the layout and content of the Bill of Quantities should be as simple and
brief as possible.
Content
The Bill of Quantities should be divided generally into the following sections:
(a) Preamble;
(b) Work Items (grouped into parts);
(c) Day works Schedule;
d) Provisional Sums; and
(d) Summary.

Preamble
The Preamble should indicate the inclusiveness of the unit prices, and should state the methods of
measurement which have been adopted in the preparation of the Bill of Quantities and which are to be used
for the measurement of any part of the works.

Work Items
The items in the Bill of Quantities should be grouped into sections to distinguish between those parts of the
Works which by nature, location, access, timing, or any other special characteristics may give rise to
different methods of construction, or phasing of the Works, or considerations of cost. General items common
to all parts of the works may be grouped as a separate section in the Bill of Quantities.
Day work Schedule
A Day work Schedule should be included only if the probability of unforeseen work, outside the items
included in the Bill of Quantities, is high. To facilitate checking by the Employer of the realism of rates
quoted by the Bidders, the Day work Schedule should normally comprise the following:
(a) A list of the various classes of labor, materials, and Constructional Plant for which basic day work
rates or prices are to be inserted by the Bidder, together with a statement of the conditions under which the
Contractor will be paid for work executed on a day work basis.
(b) Nominal quantities for each item of Day work, to be priced by each Bidder at Day work rates as bid.
The rate to be entered by the Bidder against each basic Day work item should include the Contractor’s profit,
overheads, supervision, and other charges.
Provisional Sums
A general provision for physical contingencies (quantity overruns) may be made by including a provisional
sum in the Summary Bill of Quantities. Similarly, a contingency allowance for possible price increases should
be provided as a provisional sum in the Summary Bill of Quantities. The inclusion of such provisional sums
often facilitates budgetary approval by avoiding the need to request periodic supplementary approvals as
the future need arises. Where such provisional sums or contingency allowances are used, the Contract Data
should state the manner in which they will be used, and under whose authority (usually the Project Manager’
s).

Summary
The Summary should contain a tabulation of the separate parts of the Bill of Quantities carried forward, with
provisional sums for Day work, for physical (quantity) contingencies, and for price contingencies (upward
price adjustment) where applicable.

These Notes for Preparing Specifications are intended only as information for the Employer or the person
drafting the Bidding documents. They should not be included in the final documents.
Bill of Quantities
1 Provisional Sum
Procument Item Details

SL.
Item Description Unit Quantity Unit Rate(NPR) Amount(NPR)
No

1 PS PS 1.0 1.0 1.00

2 General
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Insurances for the loss of damage to
works, plant, material, equipment,
property and personnel injury or death
all complete, all complete as per
1 Job 1.0
technical specification and to the
satisfaction of Engineer. [SS/SP 100]:
Insurance cover for works, plant and
equipment
Insurances for the loss of damage to
works, plant, material, equipment,
property and personnel injury or death
all complete, all complete as per
technical specification and to the
2 Job 1.0
satisfaction of Engineer. [SS/SP 100]:
Insurance cover for third party
property and persons including
Employer’s staffs, Consultant’s staff,
Contractor's employees and labour
Engineer / Employers office at Site
[SS/SP 100]: Providing, maintaining
and operating the Engineer /
3 Employer’s office at site, including Month 27.0
consumables etc., all complete as per
technical specification and to the
satisfaction of Engineer.
Engineer / Employers office at Site
[SS/SP 100]: Providing furniture and
equipment at the Engineer / Employer’
s Office at site, etc., all complete. The
furniture and equipment shall remain
4 LS 1.0
the property of the Contractor upon
completion of the contract, all
complete as per technical
specification and to the satisfaction of
Engineer.
Supplying, maintaining and operating
the vehicle for the Engineer /
Employer’s use at site. The vehicles
shall remain the property of the
5 Contractor upon completion of the Vel-Mon 27.0
contract, all complete as per technical
specification and to the satisfaction of
Engineer. [SS/SP 100]: Type -I, 1
vehicle for the Employer’s use at site.
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Supplying, maintaining and operating
the vehicle for the Engineer /
Employer’s use at site. The vehicles
shall remain the property of the
Contractor upon completion of the
6 Vel-Mon 36.0
contract, all complete as per technical
specification and to the satisfaction of
Engineer. [SS/SP 100]: Type -II, 4
vehicles for the Engineer / Employer’s
use at site.
Supplying, maintaining and operating
the vehicle for the Engineer /
Employer’s use at site. The vehicles
shall remain the property of the
Contractor upon completion of the
7 Vel-Mon 54.0
contract, all complete as per technical
specification and to the satisfaction of
Engineer. [SS/SP 100]: Type -III, 7
vehicles for the Engineer / Employer’s
use at site.
Prepare and supply of project record
(video documentary) of the site
before, during and after the site works,
8 Set 1.0
all complete as per technical
specification and to the satisfaction of
Engineer. [SS/SP 100]
As built drawing and GIS Data
Creation: Preparation and submission
of as built drawing showing newly
built road safety features in a format
suitable for transferring to GIS
9 No 1.0
database at the completion of each
section, all complete as per design
drawings, technical specification and
to the satisfaction of Engineer. [SS/SP
100]
3 Repair and Maintenance
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and fixing Retro-
reflectorized Traffic Sign Sticker in
1 Existing Sheeting as per Drawing No 138.0
andTechnical Specification [SS/SP
1501]
Providing and fixing Retro-
reflectorized Traffic Sign Sheeting in
2 Existing Post as per Drawing and No 17.0
Technical Specificetion. [SS/SP
1501]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Maintenance of existing "W" : Metal
Beam Crash Barrier stretching,
straitening and bring on to the original
shape of corrugated sheet metal beam
rail, re-fixing of existing vertical pole
and if vertical pole are missing
providing and fixing additional
vertical pole of 70 cm above
road/ground level, fixed on ISMC
series channel vertical post, 150 x 75 x
3 5 mm spaced 2 m center to center, 1.8 Rm 775.0
m high, 1.1 m below ground/road
level metal beam rail to be fixed on
the vertical post with a re-fixing of
spacer of channel and if spacer
channel are missing providing and
fixing of additional spacer channel of
section 150 x 75 x 5 mm, 330 mm
long complete as per Drawing and
Technical Specifications. Unit = meter
(For 40 m. length) [SS/SP 1509]
4 Road Furniture and Traffic Safety Measures
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Retro-Reflectorized Traffic Signs
Providing and fixing of retro-
reflectorized warning, Regulatory and
informatory sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
1 properly designed foundation with Nos 318.0
M15/40 grade cement concrete
30cmx30cm,30cm below ground level
all complete as per design drawings,
technical specification and to the
satisfaction of Engineer. [SS/SP
1501]: Type A: 90 cm equilateral
Traingle, with single MS Channel
75x40x6mm
Retro-Reflectorized Traffic Signs
Providing and fixing of retro-
reflectorized warning, Regulatory and
informatory sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
2 Nos 206.0
properly designed foundation with
M15/40 grade cement concrete
30cmx30cm,30cm below ground level
all complete as per design drawings,
technical specification and to the
satisfaction of Engineer. [SS/SP
1501]: Type B: 75 cm circular,
with single MS Channel 75x40x6mm
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Retro-Reflectorized Traffic Signs
Providing and fixing of retro-
reflectorized warning, Regulatory and
informatory sign made of high
intensity grade sheeting, fixed over
aluminum sheeting, mild steel channel
iron post 75mmx40mmx6mm firmly
fixed to the ground by means of
properly designed foundation with
3 Nos 179.0
M15/40 grade cement concrete
30cmx30cm,30cm below ground level
all complete as per design drawings,
technical specification and to the
satisfaction of Engineer. [SS/SP
1501]: Type E: 130 cm x 90 cm
Route Confirmation, Place
Identification, Bridge Name Plate etc.,
with double MS Channel 75x40x6mm
Road Marking with Hot Applied
Thermo Plastic Compound with
Reflectorizing Glass Beads on
Bituminous Surface: Providing and
laying of hot applied thermoplastic
compound at least 2mm thick
including reflectorizing glass beads as
4 Sqm 270.0
per DOR Traffic sign
manual/[Link] finished
surface to be level, uniform and free
from streaks and holes, all complete as
per design drawings, technical
specification and to the satisfaction of
Engineer.[SS/SP 1504]
Road Marking with Hot Applied
Thermo Plastic Compound with
Reflectorizing Glass Beads on
Bituminous Surface for Transverse
Line Marking:Providing and laying of
hot applied thermoplastic compound
at least 5mm thick including
5 reflectorizing glass beads as per DOR Sqm 864.0
Traffic sign manual/Specifications.
The finished surface to be level,
uniform and free from streaks and
holes, all complete as per design
drawings, technical specification and
to the satisfaction of Engineer.[SS/SP
1504]
Providing and fixing of Road Stud
100x100mm,die-cast in aluminum,
resistant to corrosive effect of salt and
grit, fitted with lenses reflectors,
installed in concrete or asphaltic
surface by drilling hole 30mm upto
6 Nos 1000.0
adepth of 60 mm and bedded in a
suitable bituminous grout or epoxy
mortar, all complete as per design
drawings, technical specification and
to the satisfaction of Engineer. [SS/SP
1505]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Road Delineators Post Providing and
installation of 150 mm * 150 mm 1.5
m long RCC M20 grade (with F3
finish form works) delineators, 80-100
cm high above ground level, painted
as per traffic manual with reflective
7 Nos 806.0
element (100X80) facing approaching
Traffic, buried or pressed into the
ground all complete as per design
drawings, technical specification and
to the satisfaction of Engineer. [SS/SP
1507]
Metal Beam Crash Barrier "W" :
Metal Beam Crash Barrier Providing
and erecting a "W" metal beam crash
barrier comprising of 3 mm thick
corrugated sheet metal beam rail, 70
cm above road/ground level, fixed on
ISMC series channel vertical post, 150
x 75 x 5 mm spaced 2 m center to
8 Rm 51981.0
center, 1.8 m high, 1.1 m below
ground/road level metal beam rail to
be fixed on the vertical post with a
spacer of channel section 150 x 75 x 5
mm, 330 mm long completeall
complete as per design drawings,
technical specification and to the
satisfaction of Engineer. [SS/SP 1509]
Crash Barrier End Treatment:
Providing and erecting a "Fish tail
Terminal" metal beam crash barrier
comprising of 3 mm thick corrugated
9 sheet metal beam rail, 70 cm above Nos 1897.0
road/ground level, fixing on existing
vertical Post complete as per Drawing
and Technical Specifications. (SS
1509)
Metal Beam Crash Barrier "THRIE" :
Metal Beam Crash Barrier Providing
and erecting a "Thrie" metal beam
crash barrier comprising of 3 mm
thick corrugated sheet metal beam rail,
85 cm above road/ground level, fixed
on ISMC series channel vertical post,
150 x 75 x 5 mm spaced 2 m center to
10 Rm 3680.0
center, 2.1 m high, 1.3 m below
ground/road level metal beam rail to
be fixed on the vertical post with a
spacer of channel section 150 x 75 x 5
mm, 546 mm long, all complete as
per design drawings, technical
specification and to the satisfaction of
Engineer. [SS/SP 1509]
Earthwork in Excavation of
foundation of Structures including
construction of Shoring and bracing,
11 removal of stumps and other Cum 46.88
deleterious matter, with all lifts and
lead as per Drawing and instruction of
the Engineer.[SS/SP 907]
Procument Item Details

SL. Bidder's Rate Bidder's Rate (in Total Amount


Item Description Unit Quantity
No (NPR) words) (NPR)
Providing and laying of Stone
Soling/Pitching/ Packing Works for
levelling in line and level, all
12 Cum 14.07
complete, as per specification ,
drawing and instruction of Engineer.
[SS/SP 1006]
Providing and placing machine mixed
Plum Concrete (including Formwork),
compaction, curing, testing, as per
13 Cum 2635.07
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2421]
Providing laying and assembling
machine made mechanically woven
double twisted crates / mattress for
Gabion structure for retaining earth
with diaphragm including rolling,
cutting weaving , placing, laying sides
and diaphragms with binding wire
placing in position including
stretching; forming compartments;
14 tying the sides and diaphragms with Sqm 18518.5
binding wire in each mesh; tying with
bracing wires and tie wires; and tying
down the lid. Heavy zinc coated
Hexagonal mesh type 100 mm x 120
mm, mesh wire 3 mm, selvage wire
3.9 mm, lacing wire 2.4 mm, as per
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2402]
Providing and filling stone/boulder in
gabion boxes/mattress etc.. Including
dressing, bedding, bonding, as per
15 Cum 3367.0
design drawings, technical
specification and to the satisfaction of
Engineer all complete. [SS/SP 2402]
Street Lighting Supply, delivery,
installation, testing and
commissioning of solar street lights
and necessary fixing materials
(supply, delivery errection, concreting
of full galvenized light pole 9m height
single armed with dimension as per
drawing (approximate weight
=105kg), Solar module - GP mono
crystalline, 150 W/ 24V including
pole mounted acessories, GEL-
Tubular batteries, 150Ah@ C10, 12V
16 Nos 388.0
including battery box and necessary
acessorioes, LED street light 40W
(above 100 lumen per watt) with
20Amps MPPT charge controller and
D2D and dimming functionj and
balance of system (2.5mm2/1.5 mm2
UV cables, nut bolt and concrete
foundation etc with necessary
acessories) as per design drawing,
technical specification and to thye
satisfaction of engineer all complete.
[SS/SP 1500]
Total of Procument Items
Total Item Price

VAT

Grand Total

You might also like