Similar documents
Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

5.Section 5 - Specimen Forms

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

REPUBLIC OF KENYA MINISTRY OF TRANSPORT, INFRASTRUCTURE, HOUSING AND URBAN DEVELOPMENT

Section 4. Bidding Forms

W-5 PROCUREMENT OF CIVIL WORKS UNDER SHOPPING PROCEDURES

GOVERNMENT OF PROJECT AGREEMENT NO. NATIONAL COMPETITIVE BIDDING (CIVIL WORKS COSTING US $100,000 AND BELOW) PERIOD OF SALE OF BIDDING DOCUMENT : TO

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

4. A bid Security of US $1, must be submitted along with the bid.

(e-procurement System)

Procurement of Small Works

C A R I B B E A N C O M M U N I T Y C L I M A T E C H A N G E C E N T E R ( C C C C C ) REQUEST FOR PROPOSAL FOR THE

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

REPUBLIC OF KENYA MINISTRY OF LAND AND PHYSICAL PLANNING PROPOSED ERECTION AND COMPLETION OF LAND REGISTRY AT BOMET, BOMET COUNTY

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

Cost of form BIDDING GRADUATE. S. No. RATES PER DAY ITEMS. Jug. Pedestal

Cost of form Rs. 2000/=(Non refundable) PURCHASE DEPARTMENT UNIVERSITY OF KARACHI TENDER DOCUMENT

PROPOSED REHABILITATION AND CONSTRUCTION OF RUIRU STADIUM - KIAMBU

BID FOR HIRING OF AGENCY FOR PRINTING JOBS IN CONSULTANCY DEVELOPMENT CENTRE (CDC) CONSULTANCY DEVELOPMENT CENTRE

e-tender Providing and fixing Modular Partition & Roller curtain Important Information: BID FORM for Procurement of

PARTNERS PROJECT IDENTIFICATION PROJECT IDENTIFICATION

STANDARD BIDDING DOCUMENT (SBD)

Request for Quotation (RFQ) for Services Transportation Service in Colombia

1. Name of the Firm/Dealer/Vendor: Address with telephone No. :.

KENYA SAFARI LODGES AND HOTELS LIMITED (KSLH) TENDER DOCUMENT FOR REFURBISHMENT WORK AT MOMBASA BEACH HOTEL TENDER NO. MBH/RW/001(A)/

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS Procurement Policies and Procedures Manual. Appendices APPENDICES

W-9 PROCUREMENT OF VERY SMALL WORKS UNDER NATIONAL COMPETITIVE BIDDING PROCEDURES

Procurement of Works & User s Guide

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

INSTRUCTIONS TO BIDDERS

Subject: Invitation to bid for the construction of one Payam Police Station in Adong Payam in Baliet County Jonglei State of South Sudan

DRILLING & DISTRIBUTION OF KISIMUNI, KWA KASILIA, MWANYANI & KITONGUNI BOREHOLES. TENDER No. GMC/W/T/37/2017/2018 FINAL BID DOCUMENT

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

Tamil Virtual Academy 4 th Floor, Elnet Software City, Taramani, Chennai , Tamil Nadu.

Standard Bidding Documents. Procurement of Goods. The World Bank

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

Tender No. AYCL/ED/SWG/14-16/Security Agency dated 24/10/2014. Appointment of Security Agency at. Electrical Division (Kolkata Operation)

BALMER LAWRIE & CO. LTD. [A Govt. of India Enterprise] Warehousing & Distribution No.1, Sonapur Road Kolkata Phone No.

COUNTY GOVERNMENT OF NYERI BILLS OF QUANTITIES

REQUEST FOR PROPOSAL FOR THE PROVISION OF EXTERNAL AUDIT SERVICES FOR THE THREE YEARS

Procurement of Goods

REPUBLIC OF KENYA TURKANA COUNTY GOVERNMENT PROPOSED CONSTRUCTION OF BOREHOLE DRILLING SERVICES & EQUIPPING AT TURKANA COUNTY HEADQUARTERS.

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

REQUEST FOR PROPOSAL

Section 7. General Conditions of Contract for the Procurement of Works

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

June 2017 BIDDING PROCEDURES No. 90

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

Procurement of Works & User s Guide

E-TENDER NOTICE COMPUTER STATIONERY ITEMS

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

TENDER NO KRC/2017/321

TENDER NO: BLC/CFS/ISO14001:18001:28000 /13 Dt Tender Document for

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

GOVERNMENT OF KARNATAKA

Provision of Janitorial & Related Services

PROPOSED CONSTRUCTION OF WATER TREATMENT PLANT TENDER DOCUMENT

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

GOVERNMENT OF NATIONAL COMPETITIVE BIDDING (CIVIL WORKS) (LUMPSUM CONTRACT) TIME AND DATE OF : DATE TIME HOURS PRE-BID CONFERENCE

1. Name of the Firm/Supplier /Vendor: Address with telephone No. :...

Webel Mediatronics Limited (A Govt. of West Bengal Undertaking) P- 1 Taratala Road, Kolkata Phone: , FAX:

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

Standard Request for Proposals Selection of Consultants

Tender. for Annual Rate Contract for Supply of the Chemicals. Indian Institute of Technology Jodhpur

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Notice Inviting Tender for Printing of Accounts Manual of APDCL

Construction of MLD Water Treatment Plant at Taba LAP

Gujarat State Project Management Unit (SPMU) ICZM Project Gujarat Ecology Commission, Gandhinagar

Danida Business Finance. Rules for Procurement

SECTION 4 CONTRACT DATA

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

NOTICE TO BIDDERS SOLICITATION IFB #: SA-1815 SANITARY SEWER MAIN LINING (CIPP)

DIRECTORATE OF EDUCATION (PRIMARY) MAHARASHTRA CENTRAL BUILDING, PUNE-1 SHORT NOTICE TENDER DOCUMENT FOR

, UN

KENYATTA NATIONAL HOSPITAL TENDER DOCUMENT

TENDER FOR CIVIL WORKS FOR ROAD, DRAIN AND CULVERT AT GORAKHPUR, UTTAR PRADESH [NIT NO. : PNPM/EM250/E/G-202] AMENDMENT-I, DATED:

Tender Reference Number: MMTC/CO/COMP/PUR-PC-PRN/ /1299 Dated: 27/01/2017. For Supply of

Arbitration Agreements DOs and DON Ts

BIDDING DOCUMENT. For

Sub.: Group Personnel Accidental Insurance (GPAI) Policy for PDIL s employees

ANNEX VIII a STANDARD FORMATS AND TEMPLATES

SPECIFICATIONS AND BIDDING DOCUMENTS USED ASPHALT PAVER

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

UNIVERSITY OF PERADENIYA

برنامج األمم المتحدة اإلنمائي/ برنامج مساعدة الشعب الفلسطيني

Invitation to Bid (ITB) for goods. For the. Purchase of Cement. ITB No: ITB-JAM (JH)

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Envelop Year Employer Description of Works Amount Contractor s Responsibility (%) Total

MASTER PROCUREMENT DOCUMENTS

TENDER DOCUEMNTS FOR SUPPLY OF CONTAINER SEAL [ONE TIME LOCK]

Empanelment of Vendors for procurement of Batteries. Ref. No. ZOBGP/DIT/Batt. Proc/ /01 Date:13/01/2016

Transcription:

1

2 Tender Terms and Conditions: 1. This NOTICE INVITING LIMITED TENDER is open to all contractors, Class-Small registered with the Construction Development Board. 2. The bidder shall be conducted through national competitive bidding procedures specified in the RGoB procurement manual and are open to all bidders from countries as defined in section ITB clause No. 11.1 of the bidding documents. 3. The quoted rate shall include materials cost, labor, all taxes, levy for Thimphu complete 4. Mandatory terms and conditions to be adhered while submitting the tender: Valid trade license and CDB certificate. The bidding documents should be sealed with firm s name and should be signed by the proprietor or legally authorized representative. Bidders failing to comply with any of above conditions shall be Rejected during the time of opening of the tender 5. The work shall be carried out to the satisfaction of the Corporation in accordance with the provisions of the contract. 6. Time extension may be allowed for reasons not directly attributable to the contractor like inclusion of additional work, adverse climatic condition or other natural calamities have caused work stoppages, delay or impudent on the part of the Employer etc. 7. The Successful bidder shall be asked to enter into an agreement with the corporation and he shall be bound by the clause of the agreement in respect of the works covered therein. 8. All bids shall be accompanied by a bid security of fixed amount. 9. The standard procurement manual 2009, Ministry of Finance, Royal Government of Bhutan shall be binding on both parties.

3 1. Contractor s Bid Notes on Form of Contractor s Bid The Bidder shall fill in and submit this Bid form with the Bid. Reference No.. [Date.] Title of Contract: The Chairman Tender committee Royal Insurance Corporation of Bhutan Limited Head Office, THimphu Having examined the all the Bidding Documents (with reference ITB 8), including addenda [insert list], we offer to execute the work in accordance with the Conditions of Contract accompanying this Bid for the Contract Price of Nu. (in figure). (in words)..... (currency). This Bid and your written acceptance of it shall constitute a binding Contract between us. We understand that you are not bound to accept the lowest or any Bid you receive. We hereby confirm that this Bid complies with the Bid validity and Bid Security required by the Bidding Documents and specified in the Bidding Data Sheet. We, including any subcontractors or suppliers for any part of the Contract, have nationalities from eligible countries in accordance with ITB Sub-Clause 3.1; We have no conflict of interest in accordance with ITB Sub-Clause 3.2;

4 Our firm, its affiliates or subsidiaries including any subcontractors or suppliers for any part of the Contract has not been declared ineligible under the laws or official regulations of Bhutan, in accordance with ITB Sub-Clause 3.3. Commissions or gratuities, if any, paid or to be paid by us to agents relating to this Bid, and to contract execution if we are awarded the contract, are listed below: In case if I withdraw my bid after opening for whatsoever reasons, I agree to the forfeiture of the EMD/Bid Security and also I shall be bound to pay the cost difference (positive) between my bid with that of the next lowest evaluated bidder and failure on my part to do so within a month, will authorize the client to debar my firm for a period of 2 years. Our duly executed Integrity Pact Statement is attached herewith as Appendix A Authorized Signature: (Affix Legal Stamp) Name and Title of Signatory: Name of Bidder: Address:

5 2. Bidding Data Sheet A. General ITB 1.1 The Employer is : The Chief Executive Officer Royal Insurance Corporation of Bhutan Limited, Head Office, Thimphu The name and identification of the contract are Providing and fixing aluminum partition at Branch Office. ITB 1.2 ITB 4.3 1 The Intended Completion Date is 20 (Twenty) days from the commencement of the work order. The information required from Bidders in ITB Sub-Clause 4.3 is modified as follows: NONE ITB 4.3 (j) The ceiling for sub contractor's participation and conditions are : NONE ITB 4.4 The qualification data required from Bidders in ITB Sub- Clause 4.4 is modified as follows: NONE ITB 4.5 ITB 4.6 The qualification criteria in ITB Sub-Clause 4.5 are modified as follows: NONE Subcontractors experience and resources [ shall not ] be taken into account B. Bidding Documents ITB 9.1 ITB 9.2 The Employer s address for clarification is: The Head, Real Estate Division, Head Office, Thimphu. Pre-bid Meeting shall be held on.[insert date& time if applicable] At the address given below.not Applicable C. Preparation of Bids ITB 11.1 The language of the bid is: [English] ITB 12.1 Any additional materials required to be completed and submitted by the Bidders are: (None) 1 Delete if prequalification has been conducted.

6 ITB 13.4 ITB 14.2 ITB 14.4 ITB 15.1 ITB 16.1 & 16.2 ITB 17.1 The Contract [ is not ] subject to price adjustment in accordance with GCC Clause 47. The authority for establishing the rates of exchange shall be the Royal Monetary Authority of Bhutan. Bidders [are not ] required to substantiate the rates and prices. The Bid shall be valid for [60 days] from the deadline for submission of Bids stipulated in ITB Clause 20.1 The Bid Security amount is Nu. (Nil) only Alternative Bids [ shall not be ] considered. ITB 18.1 In addition to the original Bid, the number of copies is [Nil copies] D. Submission of Bids ITB 19.1 Bidders may submit their Bids electronically: No ITB 19.3 (c) The Employer s address for the purpose of Bid submission is The Chairman Tender Committee Royal Insurance Corporation of Bhutan Limited Head Office, Thimphu ITB 19.3 (d) The name and Identification number of the contract as given in ITB 1.1 above in this sheet. ITB 19.3 (e) The warning shall read DO NOT OPEN BEFORE [03/12/2018 at 2.30 PM] at outer envelope. ITB 20.1 The deadline for submission of Bids shall be [03/12/2018 at or before 12.30 PM] E. Bid Opening and Evaluation ITB 23.1 ITB 30.1 ITB 30.3 (d) The Bid opening shall take place at: Conference hall, Head Office, Thimphu Date: [03/12/2018] Time: [2.30 PM] The electronic bidding is not permitted Margin of domestic preference of five percent (5%) [ shall not ] apply Other criteria to be used for the purpose of assessing

7 domestic preference eligibility are: [ none ] ITB 30.4 The procedure used to apply the margin of preference shall be: Not Applicable In the case of procurements in which any Bids are received from foreign (i.e. non-bhutanese) Bidders: (i) if two or more Bids are evaluated as equivalent in accordance with the evaluation methods and factors laid down in the Bidding Documents, and (ii) one or more of the Bids is from a domestic Bidder, as defined in ITB Sub-Clause 30.2, and iii) the total price of the domestic Bid does not exceed by more than five percent (5%) the total price of the lowest priced foreign Bid evaluated as equivalent, then the Contract shall be awarded to the domestic Bid. F. Award of Contract ITB 34.1 The Performance Security shall be provided in any one of the following forms: (a) demand guarantee in the form provided for in Section X, Security Forms, or (b) banker s certified cheque/cash warrant, or (c) Demand draft. Amounting to Nu. 15,000.00 (Fifteen thousand) only in favor of :- Chief Executive Officer Royal Insurance Corporation of Bhutan Head Office, Thimphu. ITB 35.1 The Advance Payment shall be limited to seven percent (7%) of the Contract Price. ITB 36.1 The Adjudicator proposed by the Employer is [ shall not ] apply

8 3. Special Conditions of Contract A. General GCC 1.1 (o) GCC 1.1 (r) GCC 1.1 (v) GCC 1.1 (y) GCC 1.1 (bb) GCC 1.1 (ff) GCC 2.2 GCC 2.3 (9) GCC 3.1 GCC 9.1 GCC 10.1 GCC 14.1 GCC 15.1 GCC 21.1 GCC 25.2 GCC 25.3 The Employer is [The Chief Executive Officer, RICBL, Head Office, Thimphu The Intended Completion Date for the whole of the Works shall be [20(twenty days)] The Project Manager is: The Head, Real Estate Division, Head Office, Thimphu The Site is located at [Head Office, Thimphu] The Start Date shall be [10 days after issuance of work order]. The Works consist of providing and fixing of aluminum partition at Branch Office. Sectional Completions are: [None] The following documents also form part of the Contract: [list documents; e.g. (delete or add to as appropriate)] Schedule of Other Contractors (GCC 9) Schedule of Key Personnel (GCC 10) Site Investigation Reports (GCC 11) Schedule of Operating and Maintenance Manuals (GCC 57) The language of the contract is (English) The law that applies to the Contract is the law of the Kingdom of Bhutan. Schedule of other contractors: [None] Key Personnel: (None) The minimum insurance amounts and deductibles shall be: (a) loss of or damage to the Works, Plant and Materials to be built into the works: [within the jurisdiction of the contractor] Queries. [Not Applicable] The Site Possession Date(s) shall be: [10 days after the Issuance of work order] Fees and types of reimbursable expenses to be paid to the Adjudicator: [Not Applicable]. [For smaller contracts, the institution is usually from Bhutan. For contracts that are awarded to international contractors it is recommended that the arbitration procedure of an international institution be used]

9 Institution whose arbitration procedures shall be used: For Contracts with Bhutanese Contractors Construction Development Board (CDB) or other Independent Agency: GCC Sub-Clause 24.3 All disputes arising in connection with the present Contract shall be for finally resolved by arbitration in accordance with the rules and procedures of the CDB or any other independent agency that has been appropriately mandated at the time of submission of the dispute through its National Arbitration Committee. The arbitration award shall be final on the parties who shall be deemed to have accepted to carry out the resulting award without delay and to have waived their right to any form of appeal insofar as such waiver can validly be made. For Contracts with International Contractors [one institution from among those listed below; insert the corresponding wording] United Nations Commission on International Trade Law (UNCITRAL) Arbitration Rules: GCC Sub-Clause 25.3 Any dispute, controversy or claim arising out of or relating to this Contract, or breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the UNCITRAL Arbitration Rules as at present in force. or Rules of Conciliation and Arbitration of the International Chamber of Commerce (ICC): GCC Sub-Clause 25.3 All disputes arising in connection with the present Contract shall be finally settled under the Rules of Conciliation and Arbitration of the International Chamber of Commerce by one or more arbitrators appointed in accordance with the said Rules. or Rules of the Arbitration Institute of the Stockholm Chamber of Commerce: GCC Sub-Clause 25.3 Any dispute, controversy or claim arising out of or in connection with this Contract, or the breach, termination or invalidity thereof, shall be settled by arbitration in accordance with the Rules of the Arbitration

10 GCC 26.1 Institute of the Stockholm Chamber of Commerce. Or Rules of the London Court of International Arbitration: GCC Sub-Clause 25.3 Any dispute arising out of or in connection with this Contract, including any question regarding its existence, validity or termination shall be referred to and finally resolved by arbitration under the Rules of the London Court of International Arbitration, which rules are deemed to be incorporated by reference to this clause. The place of arbitration shall be: [Insert city and country] Appointing Authority for the Adjudicator: [insert name of Authority]. B. Time Control GCC 27.1 The Contractor shall submit for approval a Program for the Works within [number] days from the date of the Letter of Acceptance. The Program shall include, but not be limited to, the following elements under the conditions stipulated: (a) Quality Assurance Plan (QAP). The Quality Assurance Plan shall specify the work methodology, quality control tests and intervals for such tests in accordance with the work specifications for each item of the Works. If in the opinion of the Project Manager the QAP submitted by the Contractor does not fully represent the spirit of the General Conditions of Contract or the Specifications he may seek further clarification from the Contractor before his approval. The Contractor shall strictly follow the QAP in the execution of the Works. If the Contractor does not comply with the QAP, he shall not be allowed to proceed further with the Works. Details of all procedures and compliance documents shall be submitted to the Project Manager for information before each execution stage is commenced. Compliance with the quality assurance system shall not relieve the Contractor of any of his duties, obligations or responsibilities under the contract. GCC 27.3 The period between Program updates is [30] days. The amount to be withheld for late submission of an updated Program is (not applicable)

11 C. Quality Control GCC 35.1 The Defects Liability Period is: [06Months] The Defects Liability Period is usually being 06 to 12 months. D. Cost Control GCC 44.1 (l) Other Compensation Events are: None GCC 45.1 In case of certain Tax exemptions, such as in foreign assistance projects, this specific exemption(s) should be clearly specified in this clause. GCC 47.1 The Contract [insert is or is not ] subject to price adjustment in accordance with GCC Clause 47. [Price Adjustment is applicable only for Contracts of duration more than 18 months} GCC 48.1 The proportion of payments retained is: [10%] GCC 49.1 The liquidated damages for the whole of the Works are [insert percentage of the final Contract Price] per day. The maximum amount of liquidated damages for the whole of the Works is [10%] of the final Contract Price. GCC 50.1 The Mobilization Advance Payment shall be seven percent (7%) of the Contract Price and shall be paid to the Contractor no later than 30 days after receipt by the Employer of an acceptable Advance Payment Guarantee. Note : (Shall not apply) GCC 50.2 The secured advance is 75% of the cost of materials delivered at site supported by original invoices/bills from the suppliers. GCC 51.1 The Performance Security amount is [insert amount(s), shall be ten percent (10%) of the Contract Price, denominated in the types and proportions of the currencies in which the Contract Price is payable, or in a freely convertible currency acceptable to the Employer]. Note: (Shall not apply) E. Finishing the Contract GCC 57.1 The date by which operating and maintenance manuals are required is [Not Applicable]. The date by which as built drawings are required is [Not Applicable]. GCC 57.2 The amount to be withheld for failing to produce as built

12 drawings and/or operating and maintenance manuals by the date required in GCC Sub-Clause 57.1,or failing to obtain the Project Manager s approval of them by the said date, is [Not Applicable]. GCC 58.2 (i) The maximum number of days is: [360 days (12 months) consistent with SCC Sub-Clause 49.1 on liquidated damages]. GCC 60.1 The percentage to apply to the value of the work not completed, representing the Employer s additional cost for completing the Works, is [20 %] 1. Bill of quantity Name of work : Fabrication of alluminium partiton at Branch Office Bill of Quantity SI.NO Discription Quantity Unit Rate Amount Remarks 1 Providing & fixing anodized Aluminum section for doors, windows, ventilators, partitions framing, false ceiling framing of specified sections including all accessories such as U- rubber gasket for fixing glass panes, weather strips or weather seals, roller, springs, etc complete (including the cost of glass panes or boards in case of partitions/ doors/ windows and ceiling boards in case of ceiling). The rate should be quoted including door lock, 5.5mm thick clear glass, both laminated particle board 8mm thick. Rate should be quoted at individual Branch Office. Gelephu Branch 17.40 Sq.m Gedu Branch 48.16 Sq.m Tsirang Branch 41.76 Sq.m Mongar Branch 19.18 Sq.m Trashigang Branch 12.00 Sq.m Zhemgang Branch 12.00 Sq.m Nganglam Branch 43.50 Sq.m Amount in Nu. Rebate offer Total amount in Nu. In word Nu