Beruflich Dokumente
Kultur Dokumente
BIDDING DOCUMENT
For
August, 2019
Table of Contents - Summary Description
Page | i
Bidding Document Invitation for Bids
Director General,
Mahaweli Authority of Sri Lanka,
Page | ii
Bidding Document Instructions to Bidders
Section - 1
INSTRUCTIONS TO BIDDERS
Note: Bidders are advised to refer Section 1 – Instructions to Bidders of Standard Bidding
Document ICTAD Publication No. – ICTAD/SBD/01 – Second Edition-January 2007
Note:
Instruction to Bidders shall be read in conjunction with Bidding Data under Section 5 (Volume 2).
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 included under
Section 3 – Conditions of Contract (Volume 1) and Contract Data under Section 5 (Volume 2).
However, some information is reproduced in this section to facilitate the bidders to price their
bids.
Instructions to Bidders will not be a part of the Contract and will cease to have effect once the
Contract is signed.
Page | 1
Bidding Document Standard Forms
Section - 2
Letter of Acceptance
Agreement
Performance Security
Advance Payment Security
Retention Money Guarantee
Page | 2
Bidding Document Standard Forms
Bidders shall submit the completed form of Bid Security/Bid Securing Declaration as appropriate in
compliance with the requirements of the bidding documents.
Bidders should not complete the Form of Agreement at the time of preparation of bids.
The successful bidder will be required to sign the Form of Agreement, after the award of contract.
Any corrections or modifications to the accepted bid resulting from arithmetic corrections, acceptable
deviations, or quantity variations in accordance with the requirements of the bidding documents should be
incorporated into the Agreement.
The form of Performance Security, Form of Advance Payment Security and Form of Retention Money
guarantee should not be completed by the bidders at the time of submission of bids.
The successful bidder will be required to provide these securities in compliance with the requirements
herein or as acceptable to the Employer.
Page | 3
Bidding Document Standard Forms
---------------------------------------- [date]
To: ----------------------------------------------------------------------------------------------------------------
[Name and address of the Contractor]
This is to notify you that your bid dated ------------------- [insert date] for the Rehabilitation & Improvement
of Field Canal Nos FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03
in Track 04 of Aralaganvila Unit of Wijayabapura Block - System B Contract No:
CRIPAF/WORKS/MASL/NCB/130 [name of the Contract and identification number] for the Contract price
of LKR [name of currency] ---------------------------------------------------[amount in figures and words] as
corrected in accordance with Instructions to Bidders and / or modified by a Memorandum of Understanding,
is hereby accepted.
The adjudicator shall be --------------------------------------- [name and address of the Adjudicator, if agreed]/
shall be appointed by the Institute for Construction Training and Development (ICTAD)
You are hereby instructed to proceed with the execution of the said Works in accordance with the Contract
documents.
The Start Date shall be: ------------------------- (fill the date as per Conditions of Contract).
The amount of Performance Security is: ------------------- (fill the amount as per the Conditions of Contract).
The Performance Security shall be submitted on or before -------------------------- (fill the date as per
Conditions of Contract).
Authorized Signature: ------------------------------------------------------------------------------------------------
Page | 4
Bidding Document Standard Forms
WHEREAS the Employer desires that the Contractor execute the Rehabilitation & Improvement of Field
Canal Nos FC16/D01, FC17/D01, FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track
04 of Aralaganvila Unit of Wijayabapura Block - System B, CRIPAF/WORKS/MASL/NCB/130 name
and identification number of Contract](hereinafter called “the Works”) and the Employer has accepted the Bid
by the Contractor for the execution and completion of such Works and the remedying of any defects therein.
1. In this Agreement, words and expressions shall have the same meanings as are respectively assigned
to them in the Conditions of Contract hereinafter referred to, and they shall be deemed to form and be
read and construed as part of this Agreement.
(i) The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects wherein 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 thereto have caused this agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.
Page | 5
Bidding Document Standard Forms
--------------------------------------------------------------------------------------------------------[Issuing
Agency's Name, and Address of Issuing Branch or Office]
Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T.B. Jayah Mawatha,
Colombo 10[Name and Address of Employer]
Date:-----------------------------
This guarantee shall expire, no later than the------day of-----20------[insert date, 28 days beyond the
Intended Completion Date] and any demand for payment under it must be received by us at this
office on or before that date.
___________________________
[signature(s)]
Page | 6
Bidding Document Standard Forms
Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T.B. Jayah Mawatha,
Colombo 10[ Name and address of Employer]
Date: ----------------------------------
Furthermore, we understand that, according to the conditions of the Contract, an advance payment in
the sum----------------------- [amount in figures] (------------------------- ) [amount in words]is to
be made against an advance payment guarantee.
The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor.
This guarantee shall expire on ----------------------- [Insert the date, 28 days beyond the Intended
Completion Date].
Consequently, any demand for payment under this guarantee must be received by us at this office on
or before that date.
___________________________
[signature(s)]
Page | 7
Bidding Document Standard Forms
Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T.B. Jayah Mawatha,
Colombo 10[Name and Address of Employer]
Date: --------------------
Furthermore, we understand that, according to the conditions of the Contract, when the works have
being taken over and the first half of the Retention Money has been certified for payment, payment of
the second half of the Retention Money may be made against a Retention Money guarantee.
This guarantee shall expire, at the latest, --------------------------[insert 28 Days after the end of the
Defects Liability Period]. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.
[Signature(s)]
Page | 8
Bidding Document Conditions of Contract
Section - 3
CONDITIONS OF CONTRACT
Note :
Bidders are advised to refer Section 3 – Conditions of Contract of Standard
Bidding Document ICTAD Publication No. – ICTAD/SBD/01 –second edition-
January 2007
Note:
Conditions of Contract shall be Read in Conjunction with Section 5-Contract Data in Volume
2, which shall take precedence over the Condition of Contract
Page | 9
Bidding Document : Form of Bid and Qualification Information
Section - 4
Page | 10
Bidding Document : Form of Bid and Qualification Information
Form of Bid
Name of Contract: Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01,
FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of
Aralaganvila Unit of Wijayabapura Block - System B
Gentleman,
1. Having examined the Standard Bidding Document - Procurement of Works [ICTAD/SBD/01 - Second
Edition, January 2007], Specifications, Drawings and Bills of Quantities and Addenda for the
execution of the above-named Works, we the undersigned, offer to execute and complete such Works
and remedy any defect therein in conformity with the aforesaid Conditions of Contract, Specifications,
Drawings, Bills of Quantities and Addenda for the sum of Sri Lankan Rupees -----------------------------
---------------------------------------------------------------- (LKR ---------------------) or such other sums as
may be ascertained in accordance with the said Conditions.
3. We undertake, if our Bid is accepted, to commence the Works as stipulated in the Contract Data, and
to complete the whole of the Works comprised in the Contract within the time stated in the Contract
Data.
4. We agree to abide by this Bid up to ………….. or any extended period and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.
5. Unless and until a formal agreement is prepared and executed this Bid, together with your written
acceptance thereof, shall constitute a binding contract between us.
7. We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this -------------- day of -------------- 20------- in the capacity of -------------- duly authorized to sign
tenders for and on behalf of -----------------------------------------------------
(IN BLOCK CAPITALS)
Signature : ---------------------------------------------------------------------------------------
Name : ---------------------------------------------------------------------------------------
Designation: --------------------------------------------------------------------------------------
Address : --------------------------------------------------------------------------------------
Witness : --------------------------------------------------------------------------------------
Page | 11
Bidding Document : Form of Bid and Qualification Information
Qualification Information
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other Agency? (Yes/No)
IF yes provide details
Value of Construction works (attach copies of Certificate of Completion etc. and other documents such as
performed in last 5 years* profit-loss and income expenditure statement)
Year …….
Year …..
Year …..
Year …..
Year …..
Page | 12
Bidding Document Bidding data and Contract data
Section - 5
BIDDING DATA AND CONTRACTDATA
Note:
Bidding Data
This section shall be read in conjunction with Section 1 – Instructions to Bidders of ICTAD/SBD/01-
Second Edition-January 2007, and is intended to provide specific information in relation to
corresponding clauses in Section 1. Whenever there is a discrepancy, provided in the Section 1 –
Instructions to Bidders shall supersede the provisions in Section 5 – Bidding Data.
Contract Data
This section shall be read in conjunction with Section 3 – Conditions of contract of ICTAD/SBD/01-
Second Edition-January 2007, and is intended to provide specific information in relation to
corresponding clauses in Section 3. Whenever there is a discrepancy, provided in the Section 3 –
Conditions of Contract supersede the provisions in Section 5 – Contract Data.
Page | 13
Bidding Document Bidding data and Contract data
G. Bidding Data
ITB Clause Reference
3rd Floor, Technical Services Division, No. 500, T. B. Jayah Mawatha, Colombo 10
The Bid forms will be issued until 2019.09.05 between 9.30 hrs. to 15.00 hrs. on working
days.
(a) defines, for the purposes of this provision, the terms set forth below as follows:
(i) “corrupt practice” “another party” refers to a public official acting in relation to the
procurement process or contract execution]. In this context, “public official” includes
World Bank staff and employees of other organizations taking or reviewing procurement
decisions. is the offering, giving, receiving or soliciting, directly or indirectly, of
anything of value to influence improperly the actions of another party;
(ii) “fraudulent practice” a “party” refers to a public official; the terms “benefit” and
“obligation” relate to the procurement process or contract execution; and the “act or
omission” is intended to influence the procurement process or contract execution. is 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;
Page | 14
Bidding Document Bidding data and Contract data
(v)"obstructive practice" is
(bb) acts intended to materially impede the exercise of the Bank’s inspection and audit
rights provided for under sub-clause 3.1 (e) below.
(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 in competing for the contract in question;
(c) will cancel the portion of the loan allocated to a contract if it determines at any time that
representatives of the Borrower or of a beneficiary of the loan engaged in corrupt,
fraudulent, collusive, or coercive practices during the procurement or the execution of that
contract, without the Borrower having taken timely and appropriate action satisfactory to
the Bank to address such practices when they occur;
(d) will sanction a firm or individual, including declaring ineligible, either indefinitely or
for a stated period of time, to be awarded a Bank-financed contract if it at any time
determines that the firm has, directly or through an agent, engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices in competing for, or in executing, a Bank-
financed contract; and
(e) will have the right to require that a provision be included in bidding documents and in
contracts financed by a Bank loan, requiring bidders, suppliers, and contractors and their
sub-contractors to permit the Bank to inspect their accounts and records and other
documents relating to the bid submission and contract performance and to have them
audited by auditors appointed by the Bank.
Furthermore, bidders shall be aware of the provision stated in GCC Sub-Clause 59.3
Page | 15
Bidding Document Bidding data and Contract data
Grade : C6 or above
* Construction Programme
* Total monetary value of construction work performed for each of the last five years;
* Experience in works of a similar nature and size for each of the last ten years;
* Qualifications and experience of key site management and technical personnel proposed
* The Written confirmation of authorization to sign on behalf of the Bidder shall indicate:
a) The name and description of the documentation required to demonstrate the authority of
the signatory to sign the bid such as a Power of Attorney.
* any other
Page | 16
Bidding Document Bidding data and Contract data
4.4 * Average annual volume of construction work performed in last five years shall be at least
Rs 10 M.
*The minimum amount of liquid assets and/or credit facilities net of other contractual
commitments and exclusive of any advance payments which may be made under the
contract shall be not less than Rs. 6 Million.
* Proposals for the timely acquisition (own, lease, hire, etc.) of the following essential
equipment shall be;
1) B.Sc. Civil Engineering degree or equivalent with minimum of 5 years past experiences.
2). Technical officer qualified with NDT or NCT with 5 years past experience in civil
constructions
The Bidder shall provide details of the proposed personnel and their experience records in
the relevant forms.
E-mail : ddgts.masl@gmail.com
13.3 VAT component shall not be included in the rates. The amount written in the Form of Bid
shall be without VAT. However VAT component shall be shown separately at the end of the
BOQ.
13.4 The Contract is not subjected to price adjustment in accordance with Clause 47 of the
Conditions of Contract.
Page | 17
Bidding Document Bidding data and Contract data
15.1 The Bid shall be valid up to 91 days from the closing date of bid (From 2019...09.06 to
2019.12.02)
16.1 Bid shall include a Bid Security using the form included in Section 9
16.2 Bid Security shall be an amount of One Hundred Thousand Sri Lankan Rupees only (
Rs. 100,000.00 )
The Bid Security shall be valid until 119 days from Closing date of bid (from
2019.09.06 to 2019.12.06)
Bid security shall only be an unconditional guarantee issued by a bank recognized by the
Central Bank of Sri Lanka in accordance with the format given in Section 9, Standard
Forms. Bid securing declaration and Insurance guarantee shall not be accepted.
17 Pre Bid meeting will be held at 14.00 hrs on …………….. at Project office, Mahaweli
Consolidation Project, System-B, Welikanda.
A site visit will be organized and conducted by the Employer on ……………….. Commencing
at 15.00 hrs onwards.
Contract name- Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01,
FC24/D01, FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of
Aralaganvila Unit of Wijayabapura Block - System B
19.2(b)
Contract Number- CRIPAF/WORKS/MASL/NCB/130
21.1 Any bid received after the dead line for submission will be rejected & returned unopened to the
bidder.
28.1 The prices shall be quoted by the bidder in Sri Lankan Rupees (LKR)
Page | 18
Bidding Document Bidding data and Contract data
34 The amount of Performance Security is .5% of Initial Contract Price. It’s an unconditional on
Demand guarantee issued by agency acceptable to the Employer as stated in 16.2..
The Performance Security Shall be valid until 28 days beyond the intended completion
period.
The hourly fee together with reimbursable expenses for the proposed Adjudicator shall be
discussed and agreed between the Employer and Contractor at the time of appointment of
Adjudicator.
Fees and types of reimbursable expenses to be paid to the Adjudicator shall be on a case to
case basis and shall be shared by the Contractor and the Employer.
Page | 19
Bidding Document Bidding data and Contract data
Contract Data
(Please note that the Clause nos. given hereunder are that of Conditions of Contract)
1.1 The Employer is:
8.1 None
Page | 20
Bidding Document Bidding data and Contract data
13.1
(a) • The minimum cover for insurance of the Works and of Plant and Materials is
110% of Initial Contract Price.
• The maximum deductible for insurance of the Works and of Plant and
Materials is5% of Initial Contract Price.
•
The maximum deductible for insurance of Equipment is 5% of the
Minimum cover for equipment.
(c) • The minimum cover for insurance of other property (other than the Site) is
Rs. 1,000,000.00.
• for third party and employees of the Employer and other persons engaged by the
Employer in the Works is Rs.1 Million per event.
13.2 (a) The minimum cover for personal injury or death,
14.1 The following site investigation reports are annexed as Appendices: None
17.1 The Intended Completion Date for the whole of Works shall be 90 days from the
Start Date
21.1 The Site Possession Date shall be14 Days from Letter of Acceptance
Page | 21
Bidding Document Bidding data and Contract data
27.1 The Contractor shall submit a programme for the Works within 14 Days of delivery
of the Letter of Acceptance. Noisy equipment shall be avoided during the school
times.
27.3 The period between Programme update is 28 days.
39.2 Engineer may order variations up to a total cumulative value of not exceeding 5% of
Initial Contract Price
44.1 The following events shall also be Compensation Events: None
46.1 The exchange rate used for calculating the amounts to be paid in currencies other
than Sri Lankan Rupees - Not Applicable
48.1 The retention from each payment shall be10% of the certified work done.
The maximum amount of liquidated damages for the whole of the Works shall
be10% of the Initial Contract Price
51.1 The Advance Payments shall be: 30% of the Initial Contract Price excluding
provisional sums and contingencies shall be paid to the Contractor within 14 days of
submission of Advance Payment Guarantee and signing of the Contract Agreement.
59.3.1 If the Employer determines that the Contractor has engaged in corrupt, fraudulent,
collusive, coercive or obstructive practices, in competing for or in executing the
Contract, then the Employer may, after giving 14 days’ notice to the Contractor,
terminate the Contractor's employment under the Contract and expel him from the
Site, and the provisions of Clause 59.1 shall apply as if such expulsion had been
made under Sub-Clause 59.5.
59.3.2 Should any employee of the Contractor be determined to have engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practice during the execution of the
Works, then that employee shall be removed.
Page | 22
Bidding Document Bidding data and Contract data
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 25% of value of work not
completed.
63.7 The attendance fee payable to the Contractor on nominated sub-contract work shall
not exceed 8%.
Page | 23
Bidding Document Specifications
Section - 6
SPECIFICATIONS
Page | 24
Bidding Document Specifications
These publications are not issued with the Bidding Document and the Bidder/Contractor is
advised to procure them from ICTAD.
Page | 25
Bidding Document Specifications
1.0
1.1 EMP
(a) All debris and residual Disposal sites to Engineering contractor /PMU, ID and
spoil material including be identified by cost MASL
any left earth shall be the contractor and
disposed only at locations approved by Engineer to
approved by the engineer Engineer. the sub-project
for such purpose and
subjected to the clauses
Page | 26
Bidding Document Specifications
Page | 27
Bidding Document Specifications
allowing to stockpile at
identified locations for
debris disposal,
recommended by the
engineer. During
transportation, dispose
materials should be
covered with tarpaulin.
(a) Top soil of the agricultural Within the project Engineering Contractor PMU, ID and
areas and any other sites where topsoil cost MASL
productive areas where it from productive
has to be removed for the land to be removed Engineer to
purpose of this project the sub-project
shall be stripped to a
specified depth of 150mm
and stored in stockpiles of
height not exceeding 2m,
if directed by the engineer.
If the contractor is in any
doubt on whether to
conserve the topsoil or not
for any given area he shall
obtain the direction from
the engineer in writing
Page | 28
Bidding Document Specifications
Page | 29
Bidding Document Specifications
No burrow-sites be used
(current approved) or
newly established within
areas protected under
FFPO and FO
Page | 30
Bidding Document Specifications
To avoid siltation,
drainage paths should not
be directed to streams,
other water bodies directly
and they should be
separated from streams /
other water bodies /
Page | 31
Bidding Document Specifications
Page | 32
Bidding Document Specifications
(d) Sites used for vehicle and New servicing PMU, ID and
plant service and yards developed MASL
maintenance shall be by the contractor
restored back to its initial for the project Engineer to
status. Site restoration will the sub-project
be considered as incidental
to work.
Page | 33
Bidding Document Specifications
(a) Utilizing the existing All, quarry sites Engineering Contractor PMU, ID and
quarry sites available in which will be used cost MASL
the project influential area during
as much as possible which construction Engineer to
are approved by GSMB phase. the sub-
with valid EPL and project, CEA,
Industrial Mining GSMB, local
Licences; authorities
Page | 34
Bidding Document Specifications
(a) Storage locations of sand, At all material Engineering Contractor PMU, ID and
metal, soil should be storage locations cost MASL
located away from (stock piles of
settlements and other sand, gravel and Engineer to
sensitive receptors and metal) the sub-project
covered (with artificial
barriers or natural
vegetation).
(a) All cement, bitumen At all material Engineering Contractor PMU, ID and
(barrels), oil and other storage locations cost MASL
chemicals should be stored (cement, bitumen,
and handled on an fuel, oil and other Engineer to
impervious surface chemicals used for the sub-project
(concrete slab) above construction
ground level. activities)
Page | 35
Bidding Document Specifications
Adequate ventilation
should be kept to avoid
accumulation of fumes and
offensive odor that could
be harmful to material
handlers.
2.2.3 Transportation of
material
(a) The contractor should Within the project - Contractor PMU, ID and
avoid over loaded trucks to locations and the MASL
transport material to vicinity
construction sites. During Engineer to
transportation, materials the sub-project
should be covered with
tarpaulin.Avoid peak hours
in roads with moderate to
high traffic’; the contractor
shall minimize possible
public nuisance due to
dust, traffic congestion, air
pollution, etc., due to such
haulage; If local roads are
used, select routes based
on the truck load; divide
the load to prevent
damages to local roads and
bridges; observe speed
limits and maintain
vehicles in the good
Page | 36
Bidding Document Specifications
condition; transport
material under cover;
avoid peak hours in roads
with moderate to high
traffic.
(a) Contractor should make Project sites and - Contractor RDA, PMU,
employees aware on water worker camps ID and MASL
conservation and waste
minimization in the Engineer to
construction process. the sub-project
Page | 37
Bidding Document Specifications
Page | 38
Bidding Document Specifications
(a) Contractor shall take All water bodies Engineering Contractor PMU, ID and
measures to prevent located around the cost MASL
siltation of water bodies as project areas
a result of construction Engineer to
work including, the sub-project
construction of temporary /
permanent devices to
prevent water pollution
due to siltation and
increase of turbidity. These
shall include the measures
against erosion as per EMP
2.1.6.
Page | 39
Bidding Document Specifications
(a) Contractor shall not close All drainage paths Engineering Contractor RDA,
or block existing canals impacted by the cost NBRO/PMU,
and streams permanently. project activities ID and MASL
If diversion or closure or
blocking of canals and Engineer to
streams is required for the the sub-project
execution of work (e.g. for
construction of bypass),
contractor must first obtain
the Engineers approval in
writing. Contractor shall
carry out an investigation
and report to the Engineer,
if an investigation is
requested by the Engineer.
Contractor shall also
obtain the approval from
the relevant agencies such
as ID/ /Divisional
Secretary prior to such
action is taken. Contractors
shall restore the drainage
path back to its original
status once the need for
such diversion or closure
or blockage is no longer
required.
Page | 40
Bidding Document Specifications
blocked.
(a) The work shall be carried At all water Engineering Contractor PMU, ID and
out in such a manner that courses located cost MASL
pollution of natural water adjacent
courses rivers, lagoons, sea construction sites Engineer to
and other minor stream and downstream the sub-project
paths located within
construction areas or
downstream. Measures as
given in 2.1.6., 2.1.7,
2.1.8, 2.3.2 and 2.3.6
clauses shall be taken to
prevent the wastewater
produced in construction
from entering directly into
streams, water bodies or
the irrigation systems.
(a) All vehicle and plant Vehicle and plant Engineering Contractor PMU, ID and
maintenance and servicing maintenance and cost MASL
stations shall be located servicing centers
Engineer to
Page | 41
Bidding Document Specifications
(a) Locations selected for At all labor camps Engineering Contractor PMU, ID and
labor camps should be cost MASL
approved by engineer and
comply with guidelines/ Engineer to
recommendations issued the sub-project
by the CEA/Local
Authority. Construction of
laborer camps shall not be
located within 200m from
waterways or near to a site
or premises of religious,
cultural or archeological
importance and school.
Page | 42
Bidding Document Specifications
Page | 43
Bidding Document Specifications
of workers shall be
adhered to.
Page | 44
Bidding Document Specifications
Page | 45
Bidding Document Specifications
Page | 46
Bidding Document Specifications
Page | 47
Bidding Document Specifications
minimize generation of
dust.
(a) Contractor shall take all Within Engineering Contractor PMU, ID and
precautions such as storing construction and cost MASL
all chemicals used for work sites
construction works in including all sites Engineer to
properly closed containers used for store all the sub-
with good ventilations to chemicals and project, CEA
prevent odor and offensive places where
smell emanating from chemical reactions
chemicals and processes take place.
applied in construction
works or from labor
camps. In a situation
when/where odor or
offensive smell does occur
contractor shall take
immediate action to rectify
the situation. Contractor is
responsible for any
compensation involved
with any health issue
arisen out of bad odor and
offensive smells.
Page | 48
Bidding Document Specifications
Page | 49
Bidding Document Specifications
(a) All machinery and All machinery and Engineering Contractor PMU, ID and
equipment should be well vehicles used for cost MASL
maintained and fitted with construction works
noise reduction devices in Engineer to
accordance with the sub-
manufacturer’s project, CEA
instructions.
Page | 50
Bidding Document Specifications
2.4.2 Vibration
Page | 51
Bidding Document Specifications
(a) Blasting shall be carried At quarry sites and - Contractor PMU, ID and
out during fixed hours landslide MASL
(preferably during mid- mitigation sites
day), as permitted by the Engineer to
Engineer. The timing the sub-
should be made known to project,
all the people within 500 GSMB
m (200 m for pre-splitting)
from the blasting site in all
directions. People, except
those who actually light
the fuse shall be excluded
from the area of 200 m (50
m for pre-splitting) from
the blasting site in all
directions at least 10m
minutes before the
blasting.
Page | 52
Bidding Document Specifications
(a) All works shall be carried All project sites - Contractor PMU, ID and
out in a manner that the MASL
destruction to the flora and
their habitats is minimised. Engineer to
Trees and vegetation shall the sub-
be felled / removed only if project, FD,
that impinges directly on CEA, TC
the permanent works or
necessary temporary
works. In all such cases
contractor shall take prior
approval from the
Engineer.
(b) Contractor shall make
every effort to avoid
removal and/or destruction
of trees of religious,
cultural and aesthetic
significance. If such action
is unavoidable the
Engineer shall be informed
in advance and carry out
public consultation and
report on the same should
be submitted to the
Engineer.
(c) Contractor shall adhere to
the guidelines and
recommendations made by
the Central Environmental
Authority, if any with
regard to felling of trees
and removal of vegetation.
Page | 53
Bidding Document Specifications
(a) All works shall be carried All project sites - Contractor PMU, ID and
out in such a manner that MASL
the destruction or
disruption to the fauna and Engineer to
their habitats is minimum. the sub-
project, FD,
DWLC
Page | 54
Bidding Document Specifications
Page | 55
Bidding Document Specifications
its habitat.
(a) At all times, the Contractor All project sites Engineering Contractor PMU, ID and
shall provide safe and cost MASL
convenient passage for
vehicles, pedestrians and Engineer to
livestock. Work that the sub-
affects the use of existing project, FD,
accesses shall not be DWLC
undertaken without
providing adequate
provisions to the prior
satisfaction of the
Engineer.
Page | 56
Bidding Document Specifications
Page | 57
Bidding Document Specifications
Page | 58
Bidding Document Specifications
(a) Contractor shall take At worker camps, Engineering Contractor PMU, ID and
necessary actions to stores, yards cost MASL
prevent breeding of
mosquitoes at places of Engineer to
work, labor camps, plus the sub-project
office and store buildings.
Stagnation of water in all
areas including gutters,
used and empty cans,
containers, tyres, etc shall
be prevented. Approved
chemicals to destroy
mosquitoes and larvae
should be regularly
applied.
Page | 59
Bidding Document Specifications
2.9.5 Hygiene
(a) The contractor shall Worker camps Engineering Contractor PMU, ID and
provide and maintain and temporary cost MASL
necessary (temporary) sheds at work
Engineer to
living accommodation sites the sub-
and ancillary facilities project, CEA
for labour to standards
and scale approved by
the engineer.
(b) At every workplace and
labor camps sufficient
number of bathing
Page | 60
Bidding Document Specifications
Page | 61
Bidding Document Specifications
(a) All fossils, coins, articles In all project sites - Contractor PMU, ID and
of value of antiquity and MASL
structures and other
remains or things of Engineer to
geological or the sub-
archaeological interest etc. project,
discovered on the site Department of
and/or during construction Archeology
work shall be the property
of the Government of Sri
Lanka, and shall be dealt
with as per provisions of
Antiquities Ordinance of
1940 (Revised in 1956 &
1998)
Page | 62
Bidding Document Specifications
site of discovery.
Department of
Archaeological of Sri
Lanka on conservation
measures to be taken
artefacts prior to
recommencement of
2.11.1 Landscaping
Page | 63
Bidding Document Specifications
(a) Landscape plantation, re- All project sites Engineering Contractor PMU, ID and
vegetation of road and associated cost MASL
embankments and other sites
slopes, edge treatment of Engineer to
water bodies shall be taken the sub-project
up as per either detailed
design or typical design
guidelines given as part of
the Bid Documents. The
contactor also shall
remove all debris, piles of
unwanted earth, spoil
material, away from the
roadsides and from other
work places and disposed
at locations designated or
acceptable to the Engineer
or as per Clause 2.1.1.
(a) Contractor shall take care At all locations - Contractor PMU, ID and
not to damage/destroy or where electricity, MASL
affect the functional telecommunication
purposes of utilities such Engineer to
as water, electricity, and water supply the sub-project
telephone posts. The lines need to be
arrangements the shifted
contractor made with those
service providers shall be
informed to the Engineer
in writing (advance work).
Contractor shall assist the
service providers in
whatever possible manner
to minimize disruption to
such services.
Page | 64
Bidding Document Specifications
Page | 65
Bidding Document Specifications
Page | 66
Bidding Document Bill of Quantities
Section - 7
BILLS OF QUANTITIES
Notes: In preparation of the bidding document the users are advised to:
(1) Include the VAT Component separately and shall not carry the VAT component to
the Form of Bid.
(3) Any discount offered will not be considered for Provisional Sum Items.
Page | 67
Bidding Document Bill of Quantities
General Information
(a) Location of the Site
Wijayabapura, System ‘B’ Welikanda.
Miscellaneous Requirements
The contractor shall provide, erect and maintain suitable and sufficient warning lights, danger
signals, signs and barricades, and shall take necessary precautions for the protection of the
Works and the safety of the public. Roads closed to traffic shall be protected by effective
barricades and suitable diversions provided where necessary. Obstructions shall be
illuminated at night form sunset until sunrise.
The contractor shall minimize the pollution of and disturbance to the river, lands and other
places on and around the Site. No trees or other vegetation shall be damaged or stripped
except to the extent necessary for the works.
Excavated material and other things shall not be tipped or stockpiled near rivers or in places
from which they could become dislodge, whether by reason of climatic condition of
otherwise. The contractor shall provide, maintain and remove on completion of the Works,
setting lagoon and other facilities to minimize pollution due to his operations such as, inter
alia, quarrying, aggregate washing, concrete mixing and grouting.
The contactor shall as required by the Engineer, deliver to the Engineer or the Engineer’s
Representative a return in such detail and at such intervals as the Engineer may prescribe
showing the delivery, consumption and stock of materials, operating hours and fuel
consumption of plant, concrete returns, labor returns and similar information.
Page | 68
Bidding Document Bill of Quantities
Page | 69
Bidding Document Bill of Quantities
k. Complying with any limitations and constraints on the use of the site/sites
including coordinating with other Contractor's, with regard to site access,
security etc., maintenance of access to households and other users, maintenance
of existing roads, waterways etc.
l. Dealing with the existing flow of water from any source including irrigation
flow requirement, rainfall and surface runoff, groundwater, wave action and the
like. This includes all and any dewatering operations necessary for the execution
of the Works as well as coffer damming if required.
m. General obligations, liabilities and risks involved in the execution of the Works
set forth or reasonably implied in the documents on which the tender is based.
n. Overheads and profit.
o. Waste of material.
p. Attendance and transport for surveys including provision of boats and survey
instruments, sampling and testing carried out by the Engineer.
q. Performing all sampling and testing which are required to be carried out by the
Contractor, and supplying results of such tests.
r. Providing required material delivery certificates.
s. Coordination with Regulatory Institutes & all stake holders.
t. Disposal of all waste material.
u. Complying with all requirements in Specifications and Conditions of Contract
where separate items have not been provided.
1.6 Where Bill of Quantities items describe the replacement of existing equipment or
components, including mechanical and electrical equipment, the equipment removed
remains the property of the Employer, unless stated otherwise in the contract
documents. The rates entered shall include for delivery of such equipment to the
Employer or for disposal if so directed by the Employer.
1.7 The whole cost of complying with the provisions of the Contract (excluding
VAT) 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.
1.8 General directions and descriptions of work and materials are not necessarily repeated
nor 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.
1.9 Provisional Sums included and so designated in the Bill of Quantities shall be
expended in whole or in part or not at all at the direction and discretion of the
Engineer and in accordance with the Conditions of Contract. Where the expenditure
against a Provisional Sum is made in the form of a Variation, the payment for the
work will be made in accordance with Clause 37 of the Conditions of Contract.
1.10 The method and unit of measurement of completed work for payment shall be in
accordance with the method described in the specifications for each item or in the Bill
of Quantities. For Lump Sum items, measurements for Interim Payment Certificates
shall be based on percentage completion of such item of work or milestone as per the
Contractor’s proposed schedule of monthly payments, as approved by the Engineer.
Page | 70
Bidding Document Bill of Quantities
Bill of Quantities
SUMMARY
D Discount if any ( % of C)
Page | 71
Bidding Document Bill of Quantities
Bill of Quantities
BILL NO 1: PRELIMINARIES
Amount
Item Description Unit Qty Rate Amount in words
(LKR)
Sum
1.1 Providing security bonds & guarantees etc.
Sum
1.2 Providing a performance bond
Sum
1.3 Providing insurance of property, material & works at site
Sum
1.4 Providing third party insurance
Sum
1.5 Providing insurance against accidents
Sum
1.6 Construction Management services
431,424.00
1.10 Provisional sum for institutional fee on Earth & Gravel Provisional Sum
200,000.00
1.11 Employers share of adjudication fee Provisional Sum
TOTAL OF BILL NO 1
(CARRIED TO SUMMARY OF BILLS)
Page | 72
Bidding Document Bill of Quantities
Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words
Page | 73
Bidding Document Bill of Quantities
Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words
Demolishing of existing structures incl. disposal of debris and handing over of valuable materials rubble, gates, pipe etc. as
directed
Page | 74
Bidding Document Bill of Quantities
Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words
Construction of insitu field canal structures as per Drg.including excavation & back filling
Page | 75
Bidding Document Bill of Quantities
Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words
Construction of insitu Drop structure as per drawing including excavation & back filling
Page | 76
Bidding Document Bill of Quantities
Item No Description Unit Qty. Rate (LKR) Amount (LKR) Amount in Words
Total
Page | 77
Bidding Document Bill of Quantities
DAYWORKS SCHEDULE
1 LABOUR
1.1 Skilled Labour day 2
1.2 Unskilled labour day 10
2 MATERIALS
50 kg
2.1 Cement bag 20
2.2 Sand m3 5
2.3 Gravel m3 5
CONSTRUCTION
3 PLANT
Hydraulic Excavator
3.1 130 HP hr 2
Page | 78
Bidding Document Bill of Quantities
List of Works
Page | 79
Bidding Document Drawings
Section - 8
DRAWINGS
Page |90
Bidding Document Drawings
List of Drawings
No Drawing No Title
4 SYB/MCP/ST/05 Type Divider, Farm Outlet and Lean Drop for Field Canal
Page |91
Bidding Document Standard Forms
Section - 9
Bid Security
Forms for personnel
Forms for equipment
Site organization
Method statements
Mobilization and construction schedule
General Experience
Specific Experience
Current Contract Commitments/Works in Progress
Financial Situation
Average Annual Turnover
Affidavit
Check List for Bidders
Page |92
Bidding Document Standard Forms
Bidders shall submit the completed Form of Bid Security/Bid Securing Declaration as
appropriate in compliance with the requirements of the bidding documents.
Bidders should not complete the Form of Agreement at the time of preparation of bids.
The successful bidder will be required to sign the Form of Agreement, after the award of
contract.
Any corrections or modifications to the accepted bid resulting from arithmetic corrections,
acceptable deviations, or quantity variations in accordance with the requirements of the
bidding documents should be incorporated into the Agreement.
The Form of performance Security, Form of Advance Payment Security and Form of Retention
Money Guarantee should not be completed by the bidders at the time of submission of bids.
The successful Bidder will be required to provide these securities in compliance with the
requirements herein or as acceptable to the Employer.
Page |93
Bidding Document Standard Forms
[This Guarantee form shall be filled in accordance with the instructions indicated in brackets]
------------------------------------------------------------------------------------------------------- [insert
issuing agency’s name, and address of issuing branch or office]
Beneficiary: Director General, Mahaweli Authority of Sri Lanka, No. 500, T. B. Jayah
Mawatha, Colombo 10[insert (by PE) name59 and address of Employer]
BID GUARANTEE No.: -------------------------- [insert (by issuing agency) number]We have
been informed that ------------------------------------------------------------------------------ [insert (by
issuing agency) name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid
dated -------------------[insert (by issuing agency) date] (hereinafter called "the Bid") for the execution
of Rehabilitation & Improvement of Field Canal Nos FC16/D01, FC17/D01, FC24/D01,
FC27/Tank 03, FC28/Tank 03 and FC29/ Tank 03 in Track 04 of Aralaganvila Unit of
Wijayabapura Block - System B
[insert name of Contract] under Invitation for Bids No. CRIPAF/WORKS/MASL/NCB/ 130
[insert IFB number] (“the IFB”).
(a) has withdrawn its Bid during the period of bid validity specified; 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 Form, if required, or (ii) fails or
refuses to furnish the Performance Security, in accordance with the ITB.
This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of
copies of the Contract signed by the Bidder and of the Performance Security issued to you by
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 that the Bidder was unsuccessful, otherwise it will
remain in force up to …………… (insert date60)
Consequently, any demand for payment under this Guarantee must be received by us at the
office on or before that date.
___________________________________________
[signature(s) of authorized representative(s)]
Page |94
Bidding Document Standard Forms
59
Name of the Employer as given in Sub-Clause 1.1 of the Instructions to Bidders
60
Insert date in accordance with Sub-Clause 16 of Instruction to Bidders
Bidders should provide the names of suitably qualified personnel to meet the specified requirements
for each of the positions listed in Section III (Evaluation and Qualification Criteria). The data on their
experience should be supplied using the form 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
Page |95
Bidding Document Standard Forms
Position
Professional qualifications
Address of Employer
Fax E-mail
Summarize professional experience over the last five years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.
Page |96
Bidding Document Standard Forms
Page |97
Bidding Document Standard Forms
Type of Equipment
Page |98
Bidding Document Standard Forms
The following information shall be provided only for equipment not owned by the Bidder.
Address of owner
Fax Telex
Page |99
Bidding Document Standard Forms
Site Organization
The Bidder shall provide a personnel chart for the proposed site organization, indicating the key
positions as given in Section III (Evaluation and Qualification Criteria) and other positions, with names
of personnel proposed and a description of the tasks assigned for such positions.
Page |100
Bidding Document Standard Forms
Method Statements
The Bidder shall provide a method statement describing the methodology proposed to be adopted in the
execution of the contract.
Page |101
Bidding Document Standard Forms
The Bidder shall provide a detailed mobilization and construction schedule indicating the sequence of
all main operations and identifying critical activities.
Page |102
Bidding Document Standard Forms
Form CCC
Current Contract Commitments / Works in Progress
Name of Bidder or partner of a joint venture
Bidders and each partner to a JVA 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.
2.
3.
4.
5.
etc.
Value at current price levels of existing commitments and on-going works to be completed during
the next 1 year:
The Bidder shall provide evidence to substantiate the adequacy of the sources of finance to meet the
Bidder’s cash flow requirements on the above contracts.
Page |103
Bidding Document Standard Forms
Page |104
Bidding Document Standard Forms (Bid)
The Bidder shall attach copies of financial statements (balance sheets, including all related notes, and
income statements) for the years required above complying with the following conditions:
Statements must reflect the financial situation of the Bidder or partner to a JV, and not sister or
parent companies.
Historic financial statements must be audited by a certified accountant.
Historic financial statements must be complete, including all notes to the financial statements.
Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).
Page | 105
Bidding Document Standard Forms (Bid)
2013 – 2014
2014 – 2015
2015 – 2016
2016 – 2017
2017-2018
Total:
Average*
* Average annual turnover calculated as total certified payments received for work in progress or
completed over the number of years specified in Section III.
Page | 106
Bidding Document Standard Forms (Bid)
* List calendar year for years with contracts with at least nine (9) months activity per year starting
with the earliest year
Page | 107
Bidding Document Standard Forms (Bid)
Role in Contract
Contractor Management Subcontractor
Contractor
Total contract amount __________________________ LKR_______
If partner in a JV or subcontractor,
specify participation of total contract __________% _____________ LKR_______
amount
Employer’s Name: _______________________________________
Address: _______________________________________
_______________________________________
Telephone/fax number: _______________________________________
E-mail: _______________________________________
Page | 108
Bidding Document Standard Forms (Bid)
Complexity _________________________________
Methods/Technology _________________________________
Page | 109
Bidding Document Standard Forms (Bid)
Annex – 02b
AFFIDAVIT
3 I hereby declare and affirm that all information furnished in our tender including details
submitted in Annex-2a as Work in Hand are true and correct.
……………………….
Signature
Page | 110
Bidding Document Standard Forms (Bid)
ITB YES
ITEM REFERENCE
Clause (tick)
Form of Bid
Addressed to the Employer? 18
Completed? 18
Signed? 18
Bid Securing Declaration Form (If required)
Properly filled and signed 16
Bid Security (If required)
Addressed to the Employer? 16
Format as required? 16
Issuing Agency as specified? 16
Amount as requested? 16
Validity 28 days beyond the validity of Bid? 16
Qualification Information
All relevant information completed? 4
Signed? 4
Addendum
Contents of the addendum (if any) taken in to
10
account?
BID package
All the documents given in ITB Clause 12
12
enclosed in the original and copy?
ITB Clause 19 followed before Sealing the Bid
19
Package?
Page | 111