Manual For Consulting Service
Manual For Consulting Service
Table of Contents:
(2.1) DDC's Office shall plan procurement so that it is carried out within available financial resources and
other applicable limitations, and at the most favorable time, and, when possible, in bulk form so as
to achieve economies of scale in procurement.
(2.2) Prior to the commencement of the fiscal year, each DDC's Office shall prepare an Annual
Procurement Plan of the procurement that it intends to carry out during that year for the construction
of trail bridges. This plan shall be made in way that bridges are constructed in one construction
season. The Annual Procurement Plan shall include information on the:
a) types and quantities of the goods, works and services to be procured;
b) the timing of the procurement and the implementation of the related contracts;
c) an indication of possible packages of procurement, and their value;
(2.3) Procurement procedure for "Construction Turnkey Package" and Consultant for "Construction
Supervision and Quality Control" should be initiated in parallel and contract award should be made
simultaneously.
(2.4) As needed, the DDCs' Office shall periodically update and revise the annual procurement plan.
3. COST ESTIMATE
During the invitation of bids, the estimate amount shall be made apparent to the firms as per Local
Governance Financial Administration Regulations (LGFAR). However, the following considerations shall be
noted by the bidders in advance:
i. The amount thus mentioned is exclusive of the overhead costs.
ii. The estimated amount shall be considered only as a base line for the preparation of bid, its
costing, pricing and fixing the final “lump sum amount”.
iii. Firms intended to bid for EP are to visit the sites or to collect the first hand information
regarding the site condition and the same shall be reflected in their lump sum price of the bid
considering all possible inaccuracy and other risk factors.
iv. Any rates thus quoted and approved by the DDC's Office shall be binding upon both the
concerned parties, and any request for the change in such rates, whatsoever is the reason
shown by the Firm later on, shall not be entertained.
Except “Third Party Technical Audit”, all engineering packages are applicable only for LSTB.
In case of SSTB/Community Bridges, a nominated NGO shall provide the engineering and social support to
the community for construction of the said bridges from planning phase up to the construction phase.
“Third Party Technical Audit” is applicable for all bridges of the District, which includes both
SSTB/Community Bridges and LSTB.
The detail tasks and responsibilities of the above are given in the Terms of Reference (ToR) of respective
packages and Standard Bidding Documents (SBDs)2.
1
Refer to “Manual for Contractor –Trail Bridge Construction”
2
Refer to Bidding Document for EP.
4 - Page Procurement of Consulting Service (EP)
Trail Bridge Construction Manual for Consultants
This manual is prepared for the application of all open bid procedure only. Open bid method is applied
through the open invitation of bid for all eligible and qualified bidders concerned. The bidders can purchase
the SBDs without any restrictions from the DDC office and can make their bid within the stipulated time. In
order for sufficient number of firms to participate in the bidding process, an Invitation For Bid (IFB) shall be
made from eligible firms. Such invitation shall be made on the National Daily Newspaper with all the
necessary information.
The DDC's Office shall determine to its satisfaction whether the Bidder that is identified as having submitted
the lowest evaluated responsive bid is qualified to perform the contract satisfactorily, in accordance with the
criteria listed in Standard Bidding Documents (SBDs). The determination shall be based upon an
examination of the documentary evidence submitted by the Bidder in accordance with the requirements set
forth in the SBDs. Following packages are procured through open bid method as per LFAR.
Detailed description of this package consists the works specified in the TOR of respective SBD.
The scope of work includes conducting construction supervision and quality control of trail bridges to ensure
that quality of the constructed bridge, i.e., steel parts and its fixtures, construction material used, civil
structures and erection works meet stipulated design standards, technical norms and specifications according
to sound engineering practices and as per LSTB standard. The job of construction supervision and quality
control of trail bridges includes:
(a) to ascertain that smooth work flow is maintained by the Contractor/Fabricator according to schedule
as agreed in the Contract Agreement.
(b) to ascertain that construction materials of standard quality are used and meet specifications.
- to ascertain that works are regularly supervised on behalf of contractor / fabricator by the
persons as given in the technical proposal of contractor / fabricator or agreed during the signing
of contract agreement or as consented by the Employer.
- to ascertain that all items of work stipulated for the bridge construction are carried out as per
design, norms, specifications and standards.
- to ascertain and make available with recommendation to the EMPLOYER a listing of any
additional works and volume of work, not originally conceived, but necessary in order to make
the bridge safe in a long run, e.g. bank protection, retaining walls, drainage structures and
environmental works etc.
Detailed description of this package consists the works specified in TOR of the respective SBD.
Contract price is fixed on lump sum basis.
The primary objective of conducting third party technical audit of all LSTB and SSTB bridges of the district
is to ensure the following:
Detailed description of this package consists the works specified in TOR of the respective SBD.
Contract management encompasses within it the management and implementation of all activities that are
concerned and related with contract in close coordination with the overall planning of DDC, acquiring and
filing the necessary proposals and other relevant documents and publication of bid notice, evaluation of
SBDs, award of contract, signing of contract agreement, issuing work order and monitoring work executed
by the contractors etc. Furthermore, the problems accruing during the contract administration have to be put
forward to the management and contribute actively towards its solution. As the contract management is
incomplete without the quality control/assurance, supervision of overall construction, coordination in
personnel management and other related activities shall be within the scope of contract management.
The procedure to administer any type of contract for any type of work packages within and as defined by the
DDC’s Office, starts from the actual implementation plan or the construction execution in line with the set
target according to the overall planning of the DDC and ends when the final account with the Firm/s is
settled, the file closed with all the necessary documentation and forwarded for the audit.
Bidding procedures involves all the procedures and steps since the publication of bid notice until completion
of the contracted job and final settlement of account including final check, third party technical audit and
audit of books and account. Consulting Firms interested to bid shall fill in and provide all information
required of them as follows :
For the first time, if less than three firms bid or post qualified, the package shall be re-tendered without
opening the earlier financial proposals. In any case regarding the minimum number of bidders required for
opening up of financial proposals, the LFAR rules shall prevail.
All sealed envelopes containing financial proposal of firms which are not post-qualified shall be returned
unopened to the respective firms upon their written request. The DDC’s Office shall analyze the data
submitted by firms, evaluate the responsive technical proposal of firms, and establish a short-list of post
qualified Firms (minimum 3 Firms) based on evaluation criteria for post qualification as per Bidding Data
Sheet of respective SBD. Only the firms whose technical proposal fulfill the minimum required score
according to the criteria shall be post qualified. In re-tenders, Local Financial Administration Rule (LFAR)
shall govern.
After post qualification and opening of financial proposal, lowest price evaluated shall be the basis for
contract implementation. However, and whenever required a negotiation can be held in case when all the
financial bids are in the opinion of the Employer unnecessarily higher than the estimate, first, to negotiate a
lower contract amount, second to identify why the bids were high (suggestions with authentic justifications
shall only be considered responsive).
The information specific to the procurement in hand shall be inserted in the spaces provided in the brackets
and italics. Local Development Officer (LDO) prior to publication of the invitation for bid should approve
the completed SBDs along with the bid evaluation criteria.
• Matters governing the performance of the Contractor, payments under the Contract, or
matters affecting the risks, rights and obligations of the parties under the Contract are not
normally included in this ITB Section, but rather under General Conditions of Contract
(GCC) and/or Special Conditions of Contract (SCC). If duplication of a subject is inevitable
in the different sections of the documents, care must be exercised to avoid contradiction
between clauses dealing with the same matter.
• These provisions shall prevail over the Clauses of the Instructions to Bidders.
• Instructions for completing the Bidding Data Sheet are provided, as needed, in the notes in
italics mentioning the relevant ITB Clauses.
• The use of General Conditions of Contract for building and civil works will promote
comprehensiveness of coverage, general acceptability of its provisions, savings in cost and
time in bid preparation and review, and the development of a solid background of legal case
histories.
• Matters governing the performance of the Consultant, payments under the Contract, or
matters affecting the risks, rights, and obligations of the parties under the Contract are
normally included in this section of General Conditions of Contract and/or Special
Conditions of Contract. If duplication of a subject is inevitable in the different sections of the
documents, care must be exercised to avoid contradiction between clauses dealing with the
same matter.
• Matters governing the performance of the Contractor, payments under the contract, or matters
affecting the risks, rights, and obligations of the parties under the contract are normally
included in this section.
• The Special Condition of Contract shall supplement the General Conditions of Contract.
Whenever there is a conflict, the provisions herein shall prevail over those in General
Conditions of Contract. The corresponding clause number in the General Conditions is
indicated in parentheses. Where sample provisions are furnished, they are only illustrative of
the provisions that the Employer should draft specifically for each procurement.
2) The IFB provides information that enables potential Bidders to decide whether to participate.
Apart from the essential items listed in the SBDs, the IFB should also indicate any important
Bid evaluation criteria (for example, the application of a margin of preference in Bid
evaluation) or qualification requirement (for example, a requirement for a minimum level of
experience in releavnt job).
3) The IFB should be incorporated into the SBDs. The information contained in the IFB must
conform to the SBDs and in particular to the relevant information in the Bidding Data Sheet.
2) However, the competitive bidding is open to any Firm, the bidding document have clearly
disclosed the following eligibility requirements applicable to bidder in the procurement
proceedings, and the documentation required to prove conformity with those requirements.
3) However, to encourage the new comers to work and acquire the required experience, they can
bid for any such bid, but in a joint venture (JV) with any eligible firms. In case of a Joint
Venture (JV) or support from another firm, a JV agreement or a Memorandum of
Understanding (MOU) signed between the concerned parties shall be made available. The
leading firm shall be defined and it shall submit its letter of intent in consensus with other
firms, if there are any, along with the proposals.
4) The details of sale of SBDs and submission of the bid shall be recorded in a register
maintained for the purpose. After the expiry of the time for submission of the bids, the Local
Development Officer or office employee designated by him shall close the entries having
signed it. The account of the revenue obtained from the sale of bids be maintained and shall
be deposited in the bank account of District Development Fund (DDF).
• Bidding procedures,
• Terms of Reference,
• Other relevant information,
• Clarification, if any confusion to the bidders.
2) The DDC's Office shall prepare minutes of the meeting containing the questions submitted at
the meeting and its responses to those questions, without identifying the sources of the
questioner. The minutes shall be provided promptly to all bidders to which the DDC's Office
provided the SBDs, so as to enable those bidders to take the minutes into account in preparing
their bids.
3) The DDC's Office shall issue an amendment to the bidding document if the pre-bid
conference or other requests for clarification submitted in writing result in a modification of
any technical or commercial aspect of the SBDs. The amendment shall be mailed to all those
who purchased or received the SBDs.
4) The DDC's Office shall not arrange for site visits during or after the pre-bid conference,
bidders may arrange site visits at their own cost.
(2) Bids shall be submitted in only one place, in accordance with the instructions in the SBDs.
(3) The bidder shall submit the bid signed, and accompanied by a power of attorney, if so
required, and in a sealed envelope, as prescribed in the SBDs. Bidders shall submit their
technical and financial proposals enclosing both proposal separately in each envelope and
enclosed both envelope in a single envelope (two envelop system).
(4) The bidder shall have the option to submit the bid by post/mail, courier or personal delivery.
If the bid is delivered by hand, the DDC's Office shall provide a receipt showing the date and
time when its bid was received.
(5) Before the submission of Bid, Firms that are interested to bid shall check in and provide all
information required of them as follows :
Technical Proposal of the Bid should consist of:
• Bid Form with all forms duly filled
• Technical Proposal as required for the specific type of package consisting of:
- Company profile
- Recently signed CVs of proposed personnel for the particular work package
- Equipments
- Financial status
- Work program
- Firm’s Experience in the related field
Financial Proposal of the Bid should consist of:
• Financial proposal.
8. BID-VALIDITY PERIOD
The SBDs shall specify the bid-validity date. Such date shall be 90 days from the deadline of submission of
bids. The DDC's Office shall complete the examination, evaluation and comparison of bids and to obtain all
the necessary approvals of the proposed award within 90 days from bid opening date.
A bid received by the DDC's Office after the deadline for the submission of bids shall not be opened and
shall be returned to the bidder that submitted it after noting the date and time of arrival.
The rejection of all bids is justified when the bids submitted are not responsive or where none of the bids
received meets the specifications or where there is evidence of lack of competition or Where all bid prices
have exceeded by ten percent of the cost estimate. Where all bid prices have substantially exceeded the cost
estimate.
(2) Prior to opening of bids, disclosure of the number of the bids received shall be made only to public
officials who as part of their official duties require that information.
- DDC Engineer
- DDC Account Officer
- Representative of Donor Agency, if applicable
Following categories of tender packages are to be evaluated separately based on a set of criteria for each
category because of the different nature and kind of work involved in each package. It is intended to keep the
guideline for evaluation simple, relevant and easy. A standard criteria is set for evaluation of each package.
These criteria incorporate within them requirements for each said package in order to make a rational
selection of capable firm according to the Terms of Reference (ToR) of corresponding packages.
The entire job for a specific package shall be undertaken by a single firm (in case of JV, a leading Firm),
which shall be accountable for all the responsibility bestowed to them, and has to organize, manage and co-
ordinate all the activities included in any package by itself, a default on which shall entirely be accredited to
the firm’s account as a liability towards the Employer. In order to post-qualify for any package, a firm has to
acquire a minimum number of 70.
Considering the importance of study/engineering phase in any project cycle, the quality in this package is of
utmost importance. The quality depends on the performance of a team involved in the actual work. Thus the
emphasis is given to the experience of the proposed team of personnel in the technical proposal the
replacement for whom with personnel of higher competence can only be realized with approval from the
Employer.
(5) Bids for which an acceptable notice of withdrawal has been submitted shall not be opened.
(6) All bids received prior to the deadline for submissions shall be opened.
(7) At the opening, the committee shall open first envelopes marked "Withdrawal" and "Modifications"
and all bids received prior to the deadline for submissions and read out the name and address of the
bidder, the bid price, discounts if any,
(8) Any other important infirmity noticed shall be announced and recorded in the minutes which shall
be signed by those present such as:
For all tender packages of Consulting Services, the financial proposal shall be given weightage of 30%.
Financial evaluation of Firm shall be performed based on proposed bid prices submitted by the Firm. The
ranking based on the merit list of evaluated bid amount of the Firm shall be prepared on the basis of amount
quoted on the financial proposal and their evaluation. This might be helpful in two ways: first, to expedite a
further negotiation, if required, and second to invite the next on line bidder, in case the lowest bidder defaults
to enter into a legal agreement of the said contract. Financial evaluation format 9.9.4.1 to be filled after post-
qualification has been made based on financial proposal format to be submitted by bidders. It shall be
compatible with the lump sum amount quoted in financial proposal.
Total Score (Points) = Points on Technical Proposal x 0.7 +100 x 0.3 (Lowest Bid Amount / Bidder’s
Amount)
Final evaluation format 9.9.5.1 to be filled after post-qualification has been made based on technical proposal
and evaluation of financial proposal. The contract will be awarded to the Firm with highest total score.
Points Firm (1) Firm (2) Firm (3) Firm (4) Firm (5) Firm (6) Firm (7) Firm (8)
Selection Factors for Evaluation min. max.
1 Personnel :
Team Leader (Coordinator) 5 10
Socio-Economist 13 15
Engineer Geologist 12 15
2 Equipments 7 10
3 Financial Status 8 10
4 Work Programme 5 10
Firm's Experience and
5 Performance 20 30
Total Points for Technical Proposal 70 100
Technical Ranking of Firm
Points Firm (1) Firm (2) Firm (3) Firm (4) Firm (5) Firm (6) Firm (7) Firm (8)
Selection Factors for Evaluation min. max.
1 Personnel :
Team Leader (Coordinator) 5 10
Survey/Design Engineer
(Engineer Geologist) 18 20
Geologist (optional) 7 10
2 Equipments 7 10
3 Financial Status 8 10
4 Work Programme 5 10
Firm's Experience and
5 Performance 20 30
Total Points for Technical Proposal 70 100
Technical Ranking of Firm
Points Firm (1) Firm (2) Firm (3) Firm (4) Firm (5) Firm (6) Firm (7) Firm (8)
Selection Factors for Evaluation min. max.
1 Personnel :
Team Leader (Coordinator) 5 10
Quality Control Engineer (Civil) 25 30
2 Equipments 7 10
3 Financial Status 8 10
4 Work Programme 5 10
Firm's Experience and
5 Performance 20 30
Total Points for Technical Proposal 70 100
Technical Ranking of Firm
Points Firm (1) Firm (2) Firm (3) Firm (4) Firm (5) Firm (6) Firm (7) Firm (8)
Selection Factors for Evaluation min. max.
1 Personnel :
Team Leader (Coordinator) 5 10
Socio-Economist 12 15
Quality Control Engineer (Civil) 13 15
2 Equipments 7 10
3 Financial Status 8 10
4 Work Programme 5 10
Firm's Experience and
5 Performance 20 30
Total Points for Technical Proposal 70 100
Technical Ranking of Firm
S. Bridge Cost Firm (1) Firm (2) Firm (3) Firm (4) Firm (5)
N. No. Name Estimate Rs. Rs. Rs. Rs. Rs.
5
Sub-Total
Discount
Total
S. Bridge Cost Firm (1) Firm (2) Firm (3) Firm (4) Firm (5)
N. No. Name Estimate Rs. T. Score* Rs. T. Score* Rs. T. Score* Rs. T. Score* Rs. T. Score*
5
Ranking as per merit
* Total Score = Points on Technical Proposal x 0.7 + 100 x 0.3 x (Lowest Bid Amount / Bidders Amount)
** Socio-Economic and Technical Feasibility Study/Detailed Engineering Survey and Detailed Design/Construction Supervision and Quality Control/Third Party Technical Audit.
** For Third Party Technical Audit attach list of bridges to be audited
(2) Award of the contract shall be made within the validity period of the bid.
Upon submission of performance security by the Firm the office shall immediately process the document and
make arrangement for signing the Agreement. In the event of a failure of the bidder whose bid has been
accepted to sign a contract in accordance with the SBDs, to provide security for the performance of the
contract, the DDC's Office shall select a successful bid in accordance with the evaluation criteria set forth in
the SBDs from among the remaining bids that are in force.
12.2 Witness
From DDC Office witness for Contract Agreement shall be DDC Engineer and the Account Office
15. ORIENTATION
An orientation program to the Firm, to whom job was awarded, shall be conducted by the Employer. The
main objectives of the orientation program shall be to brief the Firm about the Scope of Works and ToR,
methodology and quality requirements
18.1 Advance
As the contract is comparatively small, no advance payment shall be made.
18.2 Payment
Payment for work done shall be according to the “Mode of Payment” as per “Condition of Contract” for each
package. Provision for advances shall be governed by the LFAR, accepted practice and the contract
documents.
22. EVIDENCE
Evidences regarding contractor and its representative’s presence at site all the time and photographs to
supplement the physical progress achieved have to be submitted to the Employer.
(1) DDC's Office shall open a special file for every procurement proceeding. All the documentation
relating to the proceeding such as the invitation to bid, decision of award, work take-over certificate
and any other information on the method of the Contractor or Supplier's completion of his
commitment shall be kept in the file. A contract file index shall be established for each contract file.
Personnel :
Socio-Economist 5 Man Days @ Rs…………… = …….…………… (1)
Engineer Geologist 5 Man Days @ Rs…………… = …….……….……(2)
Traveling :
Socio-Economist ……. Days @ Rs…………… = ……..……………(3)
Engineer Geologist ……. Days @ Rs…………… = ……..……………(4)
• Desk study
Personnel :
Engineer Geologist 3 Man Days @ Rs…………… = ………………… (1)
Traveling :
Civil Engineer ……. Days @ Rs…………… = …………………(4)
Engineer Geologist …….. Days @ Rs…………… = …………………(5)
3
LSTB = Long Span Trail Bridge
Detailed Design
Personnel :
Design Engineer 10 Man Days @ Rs… ……… = …………………(9)
1.4 Third Party Technical Audit for SSTB5 and LSTB1 (TPTA)
Consultant ‘s service charge per running
meter bridge span for “TPTA” service = 0.40 x NGO Service Charge4 per running
meter bridge span for technical support for
SSTB
4
Refer to website, www.nepaltrailbridges.org or Trail Bridge Section of MoLD/DoLIDAR
5
SSTB = Short Span Trail Bridge