Professional Documents
Culture Documents
BIDDING DOCUMENT
FOR
OF THE PROJECTS
ITB.2.1. DHyE (Druk Hydro Energy Limited), hereafter referred to as the “Employer” intends to hire the
following private vehicles for carrying out duties of its officials in the implementation of small hydro
projects for an initial period of 2 (two) years and on renewable basis, subject to DHyE’s
requirement.
ITB.3.1. The bidder/vehicle should meet the following minimum eligibility criteria for vehicle to be
eligible for hire:
1. The Bidder shall be a Bhutanese National holding valid Citizenship Identity Card. Registration
of the vehicle shall be in the name of Bidder only; sale deed or transfer of ownership
agreement/authorization etc. shall not be considered.
3. The vehicle shall meet the following minimum criteria to be considered for the bid evaluation
as detailed hereunder;
a) The vehicle should be the type and make as specified above at ITB 2;
b) Only vehicles with the initial registration number on or after 1st of January 2018 shall be
considered. The vehicle may cease to be in service of DHyE on completion of 7 years life
to be reckoned from the initial registration date.
4. The vehicle shall be well maintained and in good running & mechanical condition. DHyE will
inspect the condition of the vehicle before the issuance of LoA.
ITB. 4. Fraud and Corruption
ITB.4.1. DHyE requires that the Bidders and their respective employees shall observe the highest standards
of ethics during the bidding process and execution of contracts. In pursuance of this policy, the
terms “Corrupt practice”, “Fraudulent practice”, “Collusive practice”, “Coercive practice” and
“Obstructive practice” shall be as per definition.
ITB.4.2. DHyE will reject a Bid 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 in competing for the Contract in question;
ITB.4.3. DHyE will declare the Bidder ineligible, either indefinitely or for a stated period of time for award
of any Contract, if at any time it determines that the Bidder has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive or obstructive practices in competing for, or in
executing, a Contract;
ITB.4.4. DHyE requires that Bidders, as a condition of admission to eligibility, execute and attach to their
Bids an Integrity Pact Statement as per Format attached at Annexure-I. Failure to provide a duly
executed Integrity Pact Statement may result in rejection of the Bid; and
ITB.4.5. DHyE will report any case of corrupt, fraudulent, collusive, coercive or obstructive practice to the
relevant agencies, including but not limited to the Anti-corruption Commission (ACC) of the
Kingdom of Bhutan, for necessary action in accordance with the statutes and provisions of the
relevant agency.
ITB.5.1. A Bidder shall not have conflict of interest. Any Bidder found to have a conflict of interest shall be
disqualified. Bidders may be considered to have a conflict of interest with one or more parties in
the same bidding process if they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to information about or influence on the
Bid of another Bidder, or influence the decisions of DHyE regarding this bidding process.
ITB.6.1. DHyE strongly encourages the Bidders to visit the respective project sites to assess the
terrain and conditions of the roads. Having participated in this bidding process, Bidders
are deemed to have complete knowledge about the site conditions with respect to the
terrain and conditions of roads and the weather conditions of all seasons.
ITB.6.2. DHyE will not assume any responsibility regarding information gathered, interpretations or
conclusions made by the Bidder or regarding information, interpretations or deductions the Bidder
may derive from the data or any report furnished by DHyE. Verbal communication or conversation
with any officer, employee of DHyE either before or after the submission of Bid shall not affect or
modify any of the terms or obligations contained herein.
ITB.6.3. It shall be the sole responsibility of Bidders to determine and to satisfy themselves by such means
as they consider necessary or desirable as to all matters pertaining to this bidding process including
in particular all factors that may affect the performance of the Contract in the event of award.
ITB.7.1. The set of Bidding Documents issued for the purpose of bidding includes the sections stated below
together with any addendum/amendment to be issued.
i. Section I : Instruction to Bidders
ii. Section II : Lease Agreement
Annexure I- Integrity Pact Statement
Annexure II- Price Schedule
ITB.7.2. DHyE is not responsible for the completeness of the Bidding Documents and their addenda, if any,
if these were not obtained directly from DHyE. Bidders shall contact the following official of DHyE
for registration and request for documents, before the deadline for submission of Bid, its intention
to submit the Bid on the basis of the requested documents:
Head,
Contracts and Procurement Division,
Druk Hydro Energy Limited,
Dekiling Geog, Jigmmeling,
Contact No: 17254277
ITB.7.3. The Bidder is expected to examine all instructions, terms and conditions, and other information in
the Bidding Documents and shall be deemed to have carefully examined the Bidding Documents
and also to have satisfied himself as to the nature, character and scope. Failure to furnish all
information and documents required as per the Bidding Documents or submission of a Bid not
substantially responsive to the Bidding Documents in every respect will be at the Bidder’s risk and
may result in rejection of his Bid.
ITB.8.1. The Bidder shall examine the Bidding Documents thoroughly in all respects and if any conflict,
discrepancy, error or omission is observed, Bidder may request for clarifications if any on or before
6th February 2023 which shall be replied promptly within two days in writing and also be sent to
all prospective Bidders who have downloaded the Bidding Documents. For the information of
Bidders, the clarifications shall also be emailed to the bidder.
ITB.9.1. At any time after the NIT issue date, but not later than Seven (7) days prior to the deadline for
submission of Bids, DHyE may amend the Bidding Documents by issuing an amendment
(addendum/corrigendum). This may be done either on DHyE’s own initiative or in response to
clarification requests from any prospective Bidder who have obtained the Bid Documents from
DHyE.
ITB.10.1. The Bidder shall bear all costs, direct or indirect associated with the preparation and submission of
his Bid and DHyE in no case shall be responsible or liable for these costs, regardless of the conduct
or outcome of the bidding process.
ITB.11.1. The Bid, and all correspondence and documents related to the Bid shall be in English.
ITB.12.1. The Bid to be prepared and submitted by the Bidder shall consist of the following documents:
a. Bid Security as per ITB 16. Bids not accompanied by the requisite Bid Security or Bids
accompanied by Bid Security of inadequate value, shall be treated as a non-responsive bid;
Non-submission of this documents will lead to bid being treated as a non-responsive bid and
the bid shall be rejected.
ITB.13.1. The Bidders shall quote the rate and the details of the Vehicle offered for lease as per Price
Schedule at Annexure-II.
The bidders shall be required to quote only the Lump Sum Hiring Charges per month for the
vehicle. For 1 (one) vehicle, the Bidder are allowed to quote for only one location at her/his own
option depending on her/his own assessment as per the Price Schedule.
The Bidders should note that the charges for the hired vehicle (successful bidder) shall be the Lump
Sum Hiring Charges plus the cost of 1 litre of Diesel for every 8.5 Kilometre run.
ITB.13.2. The Bid Prices shall be inclusive of all taxes payable. 5% TDS as applicable shall be deducted from
the total monthly hire charges.
ITB.14.1. The unit rates and prices shall be quoted by the Bidder in Ngultrum (Nu.) only.
ITB.16.1. The Bidder shall furnish, as part of its Bid, a Bid Security for an amount Nu. 5,000.00 (Ngultrum
Five Thousand) only, in form of Demand Draft/Cash Warrant or Bank Guarantee issued by any
financial institutes of Bhutan. The Bid Security should be in favour of Druk Hydro Energy
Limited. The Bid Security should be valid up to 25th April 2023.
ITB.16.2. Any Bid not accompanied by an adequate Bid Security shall be rejected by the Employer as non-
responsive;
ITB.16.3. The Bid Securities of unsuccessful Bidders shall be discharged/returned as promptly as possible
upon award of contract, but in any event not later than thirty (30) days after the expiry of the period
of bid validity;
ITB.16.4. The Bid Security of the successful Bidder shall be returned as promptly as possible after the
successful Bidder has signed the Contract and furnished the required Performance Security; and
a) if a the particular Bidder who is determined to be the lowest evaluated bidder withdraws its Bid
during the period of Bid validity or
b) if the Bidder adopts corrupt or collusive or coercive or fraudulent practices covered under ITB
Clause 4[Fraud or Corruption] or defaults committed under Integrity Pact. Or
c) in the case of a successful Bidder, if he fails, within the specified time limit to:
i) sign the Contract Agreement
ii) deposit the Security Deposit or disagree for deduction of Security amount from the
first bill.
ITB.17.1. Bids shall be delivered by hand, courier or registered post so as to reach DHyE at the address
specified below:
Head,
Contracts and Procurement Division, CO;
Druk Hydro Energy Limited,
Jigmeling, Dekiling Geog,
Sarpang.
Bidders, as an option, can also submit the Bids through electronic media to the email address
contracts_procurement@dhye.bt in pdf format with a password protection. The password shall be
submitted separately to the same email half an hour before the bid opening deadline.
ITB.17.2. Bids are to be submitted in a single closed cover envelope with superscription of the NIT reference
number and shall be sealed with adhesive or other sealant to prevent reopening and be signed across
their seals by the person authorized to sign the Bid on behalf of the Bidder.
ITB.17.3. If the envelope is not properly sealed and marked as above, DHyE shall assume no responsibility
for the misplacement or premature Opening of the Bids.
ITB.18.1. Bids must be received by DHyE on or before 15th February 2023 up to 1430 Hours.
ITB.18.2. DHyE may, at its discretion, extend the deadline for the submission/opening of Bids by issuing an
addendum and hosting the same on the website, in which case all rights and obligations of DHyE
and the Bidders previously subject to the original deadline shall thereafter be subject to the deadline
as extended.
ITB.18.3. In the event, the deadline for submission of Bid is extended by DHyE, the Bidders who have already
submitted their Bids within the original deadline of submission shall have the option to submit their
revised Bid in substitution either in full or in part of earlier Bid. In the absence of a revised Bid, the
original Bid shall be considered for opening and subsequent evaluation if otherwise in order.
Wherever, the Bidder has submitted the revised Bid in modification of earlier Bid, the earlier Bid
shall be returned unopened to the Bidder.
ITB.19.1. Any Bid received by DHyE after the Bid submission deadline will be declared late, rejected and
returned unopened to the Bidder.
ITB.20.1. A Bidder may withdraw, substitute or modify its Bid after it has been submitted by sending a written
withdrawal/ substitution/ modification notice prior to the deadline for submission of Bids, duly
signed by an authorized representative. The Bid requested to be withdrawn shall be returned
unopened to the Bidder.
ITB.20.2. No Bid may be withdrawn, substituted or modified in the interval between the deadline for
submission of Bids and the expiry of the period of Bid validity.
ITB.20.3. Withdrawal, substitution or modification of a Bid between the deadline for submission of Bids and
expiration of the period of Bid validity (or any extension thereto) shall result in the forfeiture of the
Bid Security.
ITB.21.1. DHyE will conduct the Bid Opening in the Conference Hall, CO, DHyE, Jigmeling at 1500
Hours on 15th February 2023.
ITB.21.2. Bidders or their authorized representatives who have submitted the Bids shall be allowed to attend
the Bid Opening. Bidders who chose to attend shall sign the attendance sheet provided in the record
of Bid opening with their name, designation, firm name and phone number or any other particulars
as may be required. Bidders who chose to attend the opening shall not be allowed to speak on
matters related to the Bid until and unless required by the Committee Members or by seeking
permission from the Chairperson by raising hand. Bidders who have any complain with regard to
the Bid opening shall write in the complaint sheet and duly sign the sheet.
ITB.21.3. The written withdrawal notice duly signed by an authorized representative of the Bidder for
withdrawal of Bids, if any, shall be opened first and read out and such Bids shall be returned to the
Bidder unopened.
ITB.21.4. Cover envelopes of all other Bids shall be opened one at a time. Bids not accompanied by
requisite/invalid Bid Security and signed Integrity Pact Statement will be rejected and returned to
the Bidder.
ITB.21.5. The following information shall be publicly announced during the Bid opening for the Bidders to
note:
ITB.21.6. DHyE shall prepare a record of the Bid Opening, which shall include the information disclosed to
those present. The record of the Bid Opening shall include, as a minimum:
ITB.21.7. The Bidder’s representatives who are present shall be requested to sign the record. The omission
of a Bidder’s representative’s signature on the record shall not invalidate the contents and effect of
the record.
ITB.22.1. Except as may be required by law, information relating to the examination, clarification, evaluation,
comparison and qualification of Bids, and recommendation of Contract Award, or any other matter
concerning the Bid shall not be disclosed to Bidders or any other persons not officially concerned
with such process after the public opening of the Bids until issuance of the Letter of Acceptance.
ITB.22.2. Subject to above, no Bidder shall contact DHyE on any matter related to its Bid from the time of
the opening of the Bid to the time the Contract is awarded. Any attempt by a Bidder to influence
DHyE in the examination, evaluation, comparison and qualification of the Bids or Contract award
decisions may result in the rejection of its Bid.
ITB.22.3. All documents, correspondence, decisions, and other matters concerning the Contract shall be
considered of confidential and restricted nature by the Bidder and he shall not divulge or allow
access thereto by any unauthorised persons.
ITB.23.1. To assist in the examination, evaluation, comparison, and qualification of the Bids, DHyE may, at
its discretion, ask any Bidder for a clarification on its Bid including justification. Any clarification
submitted by a Bidder that is not in response to a request by DHyE shall not be considered.
ITB.23.2. No change in the prices or substance of the Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by DHyE in the evaluation of the Bids. If a
Bidder does not provide clarifications of its Bid within the timeline notified by DHyE’s request for
clarification, its Bid may be considered as non-responsive and shall be rejected accordingly.
ITB.24.1. DHyE shall examine the Bid to confirm that the bid is substantially responsive and all terms and
conditions specified in the Bidding Documents have been accepted by the Bidder without any
material deviation, reservation, conditionality or omission. DHyE's determination of a Bid’s
responsiveness shall be based on the contents of the Bid itself without recourse to extrinsic
evidence.
ITB.24.3. DHyE may request that the Bidder submit the necessary information or documentation, within a
reasonable period, to rectify non-material deviations or omissions in the Bid related to
documentation requirements. Such omission shall not be related to any aspect of the price of the
Bid. Failure of the Bidder to comply with the request may result in the rejection of the Bid.
ITB.25.1. DHyE shall examine whether the Bidder/vehicle meets the minimum eligibility criteria as per ITB-
3 before further examination of the financial aspects of the Bids. The Bids which meets the
minimum eligibility criteria shall be considered for further evaluation of the financial bids.
ITB.25.2. For each location (Corporate Office at Jigmeling, Burgangchhu HPP at Zhemgang, Suchhu HPP
at Ha and Yungichhu HPP at Lhuentshe) the vehicles shall be listed in serial numbers starting from
the newest vehicle and then in descending order.
ITB.25.3. The selection of the vehicle shall be based on the Lump Sum monthly hire charges quoted by the
bidder for each of the location. The vehicle against which the quoted lump sum amount is lowest
provided which has been determined to be substantially responsive and which meets all the specified
requirements shall be selected for hire.
ITB.25.4. For locations where the requirement of the particular type of vehicle is more than one, the choice
shall be offered to next listed vehicle as per the initial registration date to match with the lowest
quoted monthly hire charges. If he/she agrees to the rates then the particular vehicle shall be hired.
If not the next in line shall be offered the same choice.
ITB.25.5. If two or more bidders have quoted or offered same rates, then the preference will be given to the
bidder(s) who has offered a newer model vehicle. In case the model of the vehicle is also same, then
the vehicle with less kM run at the time of Bid Submission shall be given the choice.
ITB.25.6. The listed serial of vehicles shall be maintained for future requirement, if any. The owners shall be
contacted if there are future requirement for particular type of vehicle.
ITB.26.1. DHyE reserves the right to accept or reject any Bid, and to annul the whole bidding process and
reject all Bids at any time prior to contract award, without thereby incurring any liability to Bidders
or any obligation to inform the affected Bidders of the grounds for such action of the DHyE.
ITB.26.2. DHyE is not bound to accept the lowest quoted rate. The evaluation criteria will also include the
condition and types or options of the vehicle, driver’s experience, etc. in addition to the minimum
requirements as specified in ITB 2.2. A detailed physical inspection of the vehicle will be carried
out by DHyE to verify the fulfillment of the above requirements.
ITB.27.1. Prior to the expiry of the period of Bid validity, DHyE will notify the successful Bidder by a Letter
of Award (LoA) in writing that its Bid has been accepted and indicating the rates for the lease.
ITB.27.2. Until a formal Lease Agreement is prepared and executed, the Letter of Award shall constitute a
binding Contract between DHyE and the successful Bidder.
ITB.28.1. Within 15 (fifteen) days of the issue of LoA, the successful Bidder shall report to DHyE for the
signing of the Lease Agreement as per the terms and conditions at Section-II.
ITB.29.1. The vehicle owner of the hired vehicle shall deposit a sum of Nu. 10,000.00 (Ngultrum Ten
Thousand) only as a security deposit.
LEASE AGREEMENT
This LEASE AGREEMENT is made on ........................ between Druk Hydro energy Ltd (DHyE), here-
in-after called the “LESSOR”, which expression shall include his heirs, successors, legal representatives and
assignees on the First Part, and Mr.....................................(Owner of the Vehicle) herein-in-after called the
“LESSEE” on the other part.
Whereas the LESSOR is desirous to hire Vehicle bearing Registration No. BP-.........(Vehicle Type) owned by
the LESSEE (Name............); for a fixed monthly hire charges of Nu............ (Nu. In words) only. Whereas the
LESSOR is willing to hire the above-mentioned vehicle to DHyE.
THIS DEED THEREFORE WITNESSED AS UNDER:
1. RENTAL
The vehicle is hereby leased at a monthly rate as under:
SN Description Amount (Nu)
1 Hire charges with driver per month Nu. ……………………..
2 Reimbursement towards fuel consumption Nu……..Equivalent to Cost of 1
(one) litre of Diesel for every 8.5
kM run.
3 Night halt charges for driver per night outside the Project Nu. 500.00
area.
The rental for the vehicle shall be for the period of the contract and no price escalation shall be payable
separately for whatever reason and conditions thereof.
2. DURATION
The agreement shall endure for a period of two years commencing on ……….DAY,
…………MONTH…………YEAR and shall then expire unless renewed by the mutual agreement of the
Parties. The Lessee shall have the right to extend up to a period not exceeding one year on the same terms
and conditions or not to extend the duration of the contract.
3. TERMS OF PAYMENT
The monthly payment for rental of vehicle shall be as specified under Clause 1 of this agreement. The
monthly bill shall comprise of lump sum hire charges, fuel, and night halt charges for the driver. The Lessor
shall ensure that night halt charges are paid to the driver to compensate for the expenses he had incurred
while on tour outside the project area.
The Lessee shall make the monthly payment after deduction of statutory levies, directly to the account of
the owner within 15 days after submission of bills duly verified by the Project Director/Engineer-In-
Charge/Fleet In-charge. For this purpose, the Lessor shall submit bank account and contact details at the
time of signing the agreement.
4. SECURITY DEPOSIT
The Lessor shall deposit a sum of Nu. 10,000.00 as the security deposit at the time of signing the agreement
or it shall be deducted from the first monthly bill of the vehicle. The security deposit shall be forfeited in
case the Lessor fails to comply with the terms and conditions of this agreement. The security deposit shall
be refunded within one month after the vehicle has been released by Lessee upon successful completion
of the contract duration or prior to the expiry of the contract duration as per the stipulations of this
agreement.
The Lessor may avail two days of rest in a month with prior approval of the Project Director/Engineer-
InCharge/Fleet In-charge. These rest days shall be used only for routine maintenance of the vehicle. The
journeys performed for maintenance shall be at the cost of the Lessor.
The speedometer of the vehicle will be jointly sealed by the parties at the time of signing the agreement.
No vehicle without working speedometer shall be acceptable. In the specific cases of speedometer break
down, the permission for running the vehicle shall be obtained from the Project Director/Engineer-In-
Charge/Fleet In-charge.
7. DRIVER
The Lessor shall provide a driver holding valid driving vehicle license and having at least three years
experience of driving. Any changes of the driver by the Lessor shall be intimated to the Lessee in writing.
The payment of salary and other perks for the driver shall be the responsibility of the Lessor. The Lessee
shall not provide any accommodation whether temporary or permanent or pay any house rent to the driver.
The driver shall have a mobile phone with local number for better coordination with representatives of the
Lessee. The expenditure on this account shall be borne by the Lessor or the driver himself. Any
fine/penalty, if imposed due to default on the part of the driver shall be paid by the Lessor.
It is the duty and responsibility of the driver to keep daily records of the movement and mileage coverage
of the vehicle and get it properly signed by the officer using the vehicle. The officer using the vehicle shall
IN WITNESS WHEREOF, the parties hereto have caused this Contract to be executed in accordance with
their respective laws the day and year first above written.
Name:…………………….. Name:………………………………………
CID No……………………. CID No…………………………………….
Affix Affix
Legal Legal
Stamp Stamp
EMPLOYER BIDDER/REPRESENTATIVE
CID CID :
:
Name: Name:
CID: CID :
::
Sl.
Details of Vehicle To be filled by the Bidder
N0.