bid document for proposed renovation works of existing …
TRANSCRIPT
BID DOCUMENT
FOR
PROPOSED RENOVATION WORKS
OF
EXISTING ICE PLANT
AT
TANGALLE FISHERY HARBOUR
CEYLON FISHERY HARBOURS CORPORATION,
NO- 15, P.O.BOX 1747,
ROCK HOUSE LANE, COLOMBO-15.
FEBRUARY 2021
CONTENTS
Pages
Section 1 Instruction to Bidders 1-2
Section 2 Standard Forms 3-4
Section 3 Condition of Contract 5-6
Invitation for Bids 7-8
Section 4 Form of Bid and Qualification information 9-12
Section 5 Schedules 13-17
Section 6 Specifications 18-19
Section 7 Bills of Quantities 20-29
Section 8 Drawings 30-31
Section 9 Standard Forms 32-36
Section – 1
INSTRUCTIONS TO BIDDERS (ITB)
Notes
Refer
Instructions to Bidders shall be read in conjunction with Bidding Data under Section 5 (Volume 2)
Matters governing 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 facilities the bidders as price their bids.
Instruction to Bidders will not be a part of the Contract and will cease to have effect once the Contract
of signed
Note
Bidders may consider the information printed in blue
1
Instruction to Bidders
Refer ICTAD/SBD/03 - (Second Edition – January 2007)
Minor Contracts for Instructions to Bidders with
Addendum 01 - January 2009
2
Section - 2
STANDARD FORMS (CONTRACT)
Letter of Acceptance
Agreement
Performance Security
Advance Payment Security
Retention Money Guarantee
3
STAND FORMS (CONTRACT)
Refer ICTAD/SBD/03 – Minor Contracts for Condition of
Contract Second Edition January 2007 with Addendum 01,
Issued in January 2009
4
Section -3
CONDITIONS OF CONTRACT
5
Condition of Contract
Refer ICTAD/SBD/03 (Second Edition – January 2007)
Minor Contracts for Condition of Contract
Addendum 01 - January 2009
6
INVITATION OF BIDS
7
Invitation for Bids (IFB)
[All notes given inside the square brackets should be deleted when preparing the Volume 2 of the bidding
document]
[insert: name of Procuring Entity (if relevant name of the Ministry)]
[ insert: Title of Contract & Contract (Bid) Number]
1. The Chairman [insert MPC/DPC/PPC/RPC as appropriate] on behalf of the [insert name of Procuring Entity]
invites sealed bids from eligible and qualified bidders for construction / renovation / rehabilitation /
refurbishment / repair of [insert the title of the Works to be procured] as described below and estimated to cost
[insert relevant cost of construction in the latest TCE (Total Cost Estimate)] [Insert a brief description
of the Works including major quantities, location of project, and other information necessary to enable
potential bidders to decide whether or not to respond to the Invitation. The construction period is [insert no.
of Days].
2. Bidding will be conducted through National Competitive Bidding Procedure.
3. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet the
following requirements [list the required ICTAD registration]
4. Qualification requirements to qualify for contract award include: [insert key technical, financial, legal and
other requirements].
5. Interested bidders may obtain further information from [insert name of Procuring Entity; insert name, address
telephone, fax and e-mail of officer in charge] and inspect the bidding documents at the address given below
[state address at end of this IFB] from [insert office hours].
6. A complete set of Bidding Documents in English language may be purchased by interested bidders on the
submission of a written application to the [state addressee] from [state date of commencement of issuing
document] until [state date] from 0900 hrs to 1500 hrs. upon payment of a non refundable fee of [insert
amount in Rupees]. The method of payment will be [insert method of payment].
7. Bids shall be delivered in duplicate to the address below at [state address] on or before [insert time and
date]. Late bids will be rejected. Bids will be opened soon after closing in the presence of the bidders’
representatives who choose to attend.
8. Bids shall be valid up to ( insert number of Days after the deadline for Bid Submission. The period shall be
realistic. Normally the period shall be between 60-90 days)
9. All bids shall be accompanied by a [insert as appropriate, either “Bid Securing Declaration”/“Bid-Security,
of (insert amount in Rupees”)]Bid Security shall be valid up to ( insert date, shall be same as Bidding Data
Clause 16)
The address(es) referred to above is(are):
Name
Designation,
Address, fax number etc of the Procuring Entity
8
Section -4
FORM OF BID AND QUALIFICATION
INFORMATION
9
FORM OF BID
Note: Prior to issue of the bidding documents, the Employer should insert relevant data for all items marked with an
asterisk (*).
Name of Contract:*Proposed Renovation Works of Existing Ice plant at Tangalle Fishery Harbour
To:* Chairman, Ceylon Fishery Harbours Corporation, No 15, Rock House Lane, Colombo 15
Gentleman,
1. Having examined the Standard Bidding Document - Procurement of Works - Minor Contracts
[ICTAD/ SBD/ 03 - Second Edition, January 2007] with Addendum -0, January 2009, Schedule,
Specifications, Drawings and Bills of Quantities and addenda for the execution of the above-named
Works, we/I the undersigned, offer to execute and complete such Works and remedy any defect therein
in conformity with the aforesaid Conditions of Contract, Schedule, Specifications, Drawings, Bill 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.
2. We/I acknowledge that the Schedule forms part of our Bid.
3. We/I undertake, if our Bid is accepted, to commence the Works as stipulated in the Schedule, and to
complete the whole of the Works comprised in the Contract within the time stated in the Schedule.
4. We/I agree to abide by this bid for the period stated in the Sub-Clause 15 of Instructions to Bidders 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/me.
6. We/I 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 : ....................................................
Address : ..............................................................................................................
Witness : ....................................................
10
Qualification Information
(SPECIMEN) Note: Prior to issue of the bidding documents, the Employer should insert relevant data for all items marked
with an asterisk (*).( to be completed by the bidder and submitted with the Bid)
Eligibility Requirement Bidder’s Qualification
ICTAD Registration
Registration number
Grade (insert the Grade required)
*Grade C 9 and
C8,
Specialty (insert the Specialty required)* Building
Expiry Date
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other
Agency? Yes/No
IF yes provide details
VAT Registration Number
Construction Program (attach as annex)
Legal status Public company/Private Company/Partnership/Sole proprietor
11
Eligibility Requirement Bidder’s Qualification
Qualification and
experience of key staff
Category, Experience and
Qualifications
Required
Nos.*
Proposed by bidder
(Name, experience and
Qualifications)
2.NCT Qualified Civil
Supervisor with 05 Years
Experience(Full time)
01
Value of Construction
works performed in
last 5 years
(attach copies of Certificate of Completion etc. and other
documents such as profit-loss and income expenditure
statement)
Year …..
Year …..
Year …..
Year …..
Year …..
Value of similar
works completed in
last 5 years (indicate
only the three largest
projects)
1. Value Year ……………..
2. Value Year ………....…..
3. Value Year …….………. (attach copies of Certificate of Completion etc., as annex)
Works in hand
Signature of the Bidder : ……………………………
12
Section -5
SCHEDULE
13
Schedule
ITB` Condition Item Data
Clause Of
Contract
Clause
1 1.1.8 Employer is Name :- Chairman
Address: - Ceylon Fishery Harbour
Corporation, No 15,
Rock House Lane,
Colombo 15
1.1.10 Engineer is Name:- Engineering Manager Civil
Address:- Ceylon Fishery Harbour
Corporation, No 15,
Rock House Lane,
Colombo 15
1 & 13 1.1.21 Summary of The Works consist of ;- as
per BOQ
Located at Tangalle Fishery Harbour
(Hambanthota District)
Contract Name:- Proposed Renovation
works of Ice plant Contract Number:-
CFHC/SD/T/REN/ICE/PLA/TAN/2021/6
1. 1.1.4 Intended Completion Intended Completion Date is
Date 60 Calendar days
from the Start Date
2. Source of Funds The source of funds is from
Capital budget
3. Eligibility The requirement is
* shall be included in the List
of “Approved Societies” issued by the
General Treasury.
14
12. Documents of the Any other information……………..
Bid ……………………………………..
13. 10.10 Price Adjustment The Contract “is not” subject to price
adjustment in accordance with Sub Clause
10.10 of the Condition of Contract.
The price adjustment shall be computed in
accordance with Option ( Specify
“A” or “B” ) under Sub- Clause
10.10
Non adjustable element shall be :
BOQ Item Numbers:-------------,
--------------, --------------, ------------,
---------------, --------------, -----------
OPTION A:
Weights of inputs:
Indices No Input Name Input
Percentage
------------ ------------ -------------
------------- ------------ -------------
-------------- ------------- -------------
Total 90%
OPTION B:
Type of Construction:
…………………………………………
15. Period of validity of Bids 49 days
16 Bid Security/ Bid Securing ( Select one of the following option)
Declaration Bid shall include a Bid Security:
For an amount of Rs.17,500.00
* issued by bank acceptable
to employer using the form for bid
security (unconditional on demand bank
guarantee) included in Section 9, Standard
Forms.
* remain valid till after 28 days from the
Bid validity period. 15
OR
*Bid shall include a Bid-Securing
Declaration using the form included in
Section 9”
31 4.4 Performance Amount of Performance Security
Security required is 5 % of the Initial Contract
Price.
The form acceptable is unconditional on
demand bank guaranty
6.4 Late Completion The amount to be paid is 0.05% of
Initial Contract Price per day , subjected to
maximum of 10% of Initial Contract
Price.
8.1 Notification of The period for Defect Notification is 365
Defects Calendar Days from Taking Over.
10.3 Retention The amount of retention is 10 % of
certified work done.
The maximum amount of retention is
5% of Initial Contract Price which will be
released at the end of the defects
notification period.
Delete the following paragraph:
After taking over of the completed, Works
In accordance with sub clause 7.2, and
Contractor submitting a guarantee in the
format given in Section 02 and valid up
to 28 days beyond the Defects Liability
Period, from an agency acceptable to the
Employer.
10.12 Advance Payment Upon the payment of the advance payment
in full the Employer shall return the
original of the advance payment guarantee
to the Contractor. Amount of advance
shall be 20% of the Initial Contract Price (
less provisional sum & Contingencies)
The form acceptable is
unconditional on demand bank guaranty
16
13.1 (c) Insurance, Third Party Minimum amount for third party
Insurance is Rupees 25,000.00
13.1 Insurance for Minimum amount for insurance
Contractor’s for Contractor’s Personnel is
Personnel Rupees 25,000.00
33. 1.1.11 Adjudicator Not Applicable
14.0 Resolution of Not Applicable
Disputes
17
Section - 6
SPECIFICATIONS
18
SPECIFICATION
A set of precise and clear specifications is a pre-requisite for bidders to respond realistically and
competitively to the requirements of the Employer without qualifying or conditioning their bids. The
specifications must be drafted to permit the widest possible competition and, at the same time ,present
a clear statement of the required standards of workmanship, materials, and performance of the goods
and services to be procured. Only if this is done will the objectives of economy, efficiency, and
fairness in procurement be realized, responsiveness of bids be ensured , and the subsequent task of bid
evaluation facilitated. The specifications should require that all goods and materials to be incorporated
in the works be new, unused, of the most recent or current models, and incorporate all recent
improvements in design and materials unless provided otherwise in the Contract.
For drafting specifications the Employers are advised to use the following standard specifications
published by ICTAD .
* SCA/3/1 Irrigation & Land Drainage
* SCA/3/2 Water Supply Sewerage & Storm Water Drainage
* SCA/3/3 Reclamation Works
* SCA/3/4 Ground Water Exploration & Exploitation
* SCA/4 Building Works (Vol I)
* SCA/4/II Building Works ( Vol II)
* SCA/5 Roads & Bridges
* SCA/6 Coastal Harbour Engineering Works
* SCA/8 Electrical & Mechanical Works
* ICTAD/DEV/16 Board & Cast In –Situ Reinforced Concrete Piles
* ICTAD/DEV/17 Site investigation for Building Works & Sample Bills of
Quantities
* Any other Standard Specification approved by the Government
19
Section - 7
BILLS OF QUANTITIES
20
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. Cts Rs. Cts
Notes:-
For the full description of materials and workmen ship refer
ICTAD specification.
(a) This is Measure & Pay type contract.
(b)If Bidder quotes a discount or addition on a total, such
discount or addition will be deemed to apply to each and
every rate quoted in arriving at the total. Payment for each
item will be made on the reduced or increased rate computed
on the discount or addition as the case may be . The reduced
or increased rate will also apply to extras, omissions, and
variations etc where such are relevant in terms of the
Contract.
(c) All fittings and fixtures shall suitable for marine environment
and shall take necessary action to prevent corrosion.
(d) Bid Bond is 1% from initial contract price and insurance
guarantee also accepted.
(e) The limit of Retention is 5% of the initial contract amount for
the period of 365 calender days and shall release at the end of
the defects liability period.
(f) Contractor shall provide a unconditional on demand bank
guarantee as a performance bond 5% of contract value and
valid at the end of the defects liability period.
(g) Contract period of the contract is 60 calender days
(h) Bidder shall visit the site before price the bid.
Ceylon Fishery Harbours Corporation 21
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. Cts Rs. Cts
BILL 01- PRELIMINARIES
1.1 Allow lump sum for providing of Performance
Guarantee.(Primium only)
Item
1.2 Allow lump sum for providing of Advance payment
Guarantee.(Primium only)
Item
1.3 Allow lump sum for providing of Contractor's All Risk policy.
(Primium only)
Item
1.4 Construct, equip & maintain temporary building for protect
and storage of materials.
Item
1.5 Allow lump sum for temporary electricity supply duration of
the project.
Item
1.6 Allow lump sum for temporary water supply duration of the
project.
Item
1.7 Allow lump sum for erecting and maintaining scaffolding
and/or self-climbing platforms. Such scaffolding etc. shall be
removed on completion.
Item
1.8 Allow the lump sum for clearing of site on completion and
removal of rubbish and debries, leaving all in good condition
during construction complete as directed.
Item
BILL NO 01 - PRELIMINARIES TO SUMMARY
Ceylon Fishery Harbours Corporation 22
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. Cts Rs. Cts
BILL NO. 02 - RENOVATION OF ICE PLANT
2.1 - DEMOLITION WORK
Rate shall include for
i Precaution to avoid damages to the existing wall and roof of
the building.
ii It is the responsibility to the Contractor to rectify the damage
if any.
iii Remove all the debries away from site as directed.
iv All usable material shall re- use.
v Other materials shall hand over to the authorized officer
appointed by Manager, Civil Engineering.
IN EXISTING ICE PLANT BUILDING
2.1.1 Carefully chipping of uneven floor rendering area in ice store
room.
m² 33.00
2.1.2 Carefully Removing and stacking decayed eaves gutter and
down pipe from roof of single storied buildings.
m 15.00
2.1.3 Carefully remove of damaged 3 bays window sash with 50 x
50mm welded mesh, window overall size 2400 x 1350mm.
Nrs 1.00
2.1.4 Carefully remove of damaged 4 bays window sash with 50 x
50mm welded mesh, window overall size 1800 x 1350mm.
Nrs 1.00
2.1.5 Carefully remove of decayed timber trellis with frame in
exsisting fanlight, overall size of fanlight 2250 X 700mm.
Nrs 9.00
2.1.6 Carefully Removing and stacking damage corrugated cement
fibre or asbestos roofing sheet from roof in double height
single storied building.
m2 75.00
2.1.7 Carefully Removing decayed 125 x 75mm / 125 x 50mm
purlings , stacking at site and clearing debris away in double
height single storied building.m 30.00
2.1.8 Carefully Removing and stacking valance/Barge board
materials and clearing debris away in double height single
storied building.m 14.00
C/F
Ceylon Fishery Harbours Corporation 23
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. cts Rs. cts
B/F
2.2 -METAL WORK
Note:-
a. All aluminium extrusions to be used for all doors & windows
are as per AA 6063 standard for aluminiun & alloy hardness
should be T8-T10 above shall match with the existing.
b. All aluminium doors & windows to be approved color
powder coated standard coating thickness of 15-20 microns on
the significant surfaces as are BS 1615. Powder used to coat
the product shall meet GSB Quticoat & British standard for
weather in adhesion & impact. Colour to be match with the
existing.
c. Manufactus test reports & certificates on maintaining of the
standard for their products should be submitted.
d. All gaskets to be imported Neoprean gaskets of European
qualities standards & weather strips should be Mohair' or
similar approved quality wether strips to be.
e. Quick dry silicone sealant (or preferebly polysulphide
sealant) to be used at all fabricated joints & between the
frames & masonary walls so as to seat all minute cavities
prevent water penetration.
f. As the building is situated near the sea, the contractor
should get aditional prevent measures in making adsolutely
sure on prevention & on withstanding for high wind presure.
Main members of all component as follows
Fanlight 70mm x 15mm thick
2.2.1 Supplying fabricating and fixing of approved colour powder
coated aluminium framed louver overall size 2250 x700 mm for
existing fanlight area complete as per indtruction by the
Engineer. Rate shall include for all hardware ( rubber beading,
screws, plastic guides, pop reverts etc.).
Nrs 9.0
C/F
Ceylon Fishery Harbours Corporation 24
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. cts Rs. cts
B/F
2.3 -WOOD WORK
Note:
Timber :
Refer preamble note for approved timber species for
Doors & Windows.Note
All timber for doors & windows should be well drying
subjected to pressure impregnation treatment using
chemical of copper sulphate pentahydrate, Sodium
dichromate dihydrate and Boric acid to reduce the
moisture level up to 8%- 10% ( Final moisture level should be
maintain 12% to 15% after Stabilize with the Environment.)
Note
Glass thickness to be 5mm. Note
Following Brass furniture are recommended for timber
Doors/ Windows/ Fan lights. Note
(a)Windows above 1200mm height :- 3 no. 100x 50mm Solid
brass hinge
(b)Windows :- 1 no. 50mm Solid brass ring
(c)Windows :- 1 no. 250mm Solid brass Casement Stay
(d)Windows :- 1 no. Solid brass Casement Fastener
* Class I timber shall be use for shash.
Rate shall include for one primer and two coats of approved
colour enamel paint
2.3.1 Supply & fixing 25mm thick glazed window sash only to
existing timber frame Overall size 600 x 1200mm regal , Rate
with 5mm thick glass. brass furniture's as hinges, casement,
pastnrs etc.
Nrs 7.00
C/F
Ceylon Fishery Harbours Corporation 25
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. cts Rs. cts
B/F
2.4 - ROOF COVERING / ROOF PLUMBING
Note
The whole of the timber used in the work shall be the best of
its kind obtainable and shall be thoroughly dry and well
seasoned free from shakes, wanes, loose or dead knots and
any other defects and shall be to the approval of the Engineer
and stored under cover when not in use. Any wrapped or
unseasoned timber shall be rejected by the Engineer.
Rates are to include for all labour for framing, jointing &
fixing in position complete with all nails, spikes, screws.
Unless otherwise specified in the respective items the timber
for roof shall be Class I ,Roof frame : Red balau, Kempas,
Thulan
The rates are to include for the application of two coats of
wood preservative,one coat primer and two coat ofapproved
colour enemal paint for the new timber members.
2.4.1 Supply and fixing Roof covering with corrugated cement fibre
roofing sheets on existing timber frame with necessary roofing
screw. m2 75.00
2.4.2 Supplying and fixing 117mm x 70mm purling up to 3.6m
length. approved local timber or imported Balau, Kempas.
m 30.00
2.4.3 Supply and fix 0.47 zincalum gutter size - Girth 660mm
with making necessary bending complete with stop end plates,
pop rivot, etc. All joints to be properly connected with an
adequate laps not less than 150mm length and with sealant
to ensure water tightness along the entire length of the
gutter.
m 20.00
2.4.4 Supply and fixing 20mm x 6mm x 700mm long flat iron bracket
600 centre to centre for fixing beam with nut and bolt. Rate
shall include for two coats of anti-corrosive paint.
Nrs 45.00
2.4.5 Supply and fix proprietary coated 0.47 zincalum square down
pipe size 150 x 150mm compatible for girth 660mm gutter
complete with necessary nozzle , offset, 30' degree bend
down pipes, shoe, down pipe bracket, etc. All joints to be
properly connected and with sealant to ensure water
tightness along the entire length. Down pipe brackets @ 1.0 m
c/c
m 30.00
2.4.6
Timber valance/barge board in GINISAPU timber (finished
size 225mmX18mm thick) fixed to timber roof frame with brass
screws.
m 15.00
C/F
Ceylon Fishery Harbours Corporation 26
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. cts Rs. cts
B/F
2.5- FLOOR, WALL FINISHES
Generally:-
1.Thickness of plaster work ,bedding ,backing etc given in the
description of items are optimum thickness required.
Rate shall include for
(a) Roughening and plastering surfaces of concrete
to receive rendering etc.
(b) Joints between different surfaces and within the surfaces
(c) Finishing to slopes and cross falls.
(d) Making good around pipes, sanitary fittings, other fixtures
Floor Finishes
Rendering work
20mm thick rendering in cement sand in 1:3 mix finished
smooth with neat cement slurry and colour pigment to match
with existing
2.5.1 Ice room 1 and 2 m2 74.00
Prepare of weak beam with MASTER EMACO S 5400 or
equivelent
Carefully remove the existing plaster covering, concrete chip
and remove the existing loose partical and expose the sound
concrete surface. Hack off loose concrete to expose sound
surface maintaining at least 10mm beyond the reinforcement
to enable anti corrosive treatment.
Note
EMACO 1570 PRIMER or equivelent apply
2.5.2 Saturated concrete surface with water and apply bonding
slurry EMACO 157D PRIMER cement as a slurry
m2 1.00
MASTER EMACO S 5400 or equivelent Apply
2.5.3 Build up above area with shrinkage compensated, polymer
fibre - reinforced, thixotropic repair mortar MASTER EMACO S
5400 as per manufacture's specipications. (Maximum thickness
25mm)
m2 3.00
MASTERKURE 181 or equivelent Apply
2.5.4 Cure the repaired area with MASTERKURE 181 m2 3.00
C/F
Ceylon Fishery Harbours Corporation 27
Proposed renovation works of existing Ice Plant at Tangalle Fishery Harbour
Item Description Unit Qty Rate Amount
No Rs. cts Rs. cts
B/F
2.6- PAINTING AND DECORATING
Generally
All paint materials shall be best quality and shallbe prepared
products of manufacture's approved .
All surfaces to be painted shall be prepared as specified and
the prepared surfaces shall be approved by the engineer
before painting
Unevenness and fillings in the plastered surfaces shall be
filled with gypsum and allowed to set sand papered to give a
smooth and even surface.
Only alkali resistance emulsion paint shall be used on
plastered surfaces.
Rate shall include for:-
(a) Preparation of surfaces ,cleaning down
(b) Smoothng,knoting.stopping , sandpapering etc.
(c) Protecting floors, and fittings etc.
(d) Removing and replacing doors ,furnitures and cleaning
upon completion.
(f) Providing painting to an approved colour scheme and
design.
2.6.1 Prepare and apply two coat weathershield paint for external
walls
m2 621.00
2.6.2 Prepare and apply two coat Emulsion paint for Internal walls m2 742.00
2.6.3Prepare and apply one coat Enamel paint to walls
m2 93.00
BILL NO. 02 - RENOVATION OF ICE PLANT TO SUMMARY
Ceylon Fishery Harbours Corporation 28
BOQ-Proposed Office Building Phase 111 - Head office, Colombo 15
SUMMARY
Amount
Rs. Cts.
BILL NO 01- PRILIMINARIES
BILL NO 02 - RENOVATION OF ICE PLANT
Sub Total-1
Ddt: Discount ( If any) ……….%
Sub Total-2 carried to Form of Bid
Add 10 % Contengincies
Sub Total -3
Add 8% VAT
Total amount
Vat Registration Number:-
Name and address of the Bidder:-
Signature and Rubber stamp of Bidder:-
Name and address of witness
Witness 01: ……………………….. Witness 02 :……………….
Signature: ……………………… Siganture : ……………………
Date:- ……………………… Date:- ………………………….
PROPOSED RENOVATION WORKS OF EXISTING ICE PLANT
AT TANGALLE FISHERY HARBOUR
Total Amount In Words ( with out contengincies and vat) carried to Form of Bid:- Rupees
………………………………………………………………………………………………………
29
Section - 8
DRAWINGS
30
List of Drawings
1.H19-TAN/ICE/A01
31
Section - 9
STANDARD FORMS
Bid Security
Bid Security declaration
32
FORM OF BID SECURITY
33
FORM OF BID SECURITY
[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: ------------------------------------------------------------------------------------------------------ [insert
(by PE) name and address of Employer]
Date: -------------------------------- [insert (by issuing agency) date]
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 [insert name of Contract] under
Invitation for Bids No. ----------- [insert IFB number] (“the IFB”).
Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid Guarantee.
At the request of the bidder, we --------------------------------------------------------------------- [insert name of
issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of -
----------- [insert amount in figures] ----------------------------------------------- [insert amount in words]) upon
receipt by us of your first demand in writing accompanied by a written statement stating that the Bidder is in
breach of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified; 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) the successful bidder furnishing the performance security, otherwise it
will remain in force up to --------------- (insert date)
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)]
34
FORM OF BID SECURITY
DECLARATON
35
FORM OF BID SECURING DECLARATION
[If required, the Bidder shall fill in this form in accordance with the instructions indicated in brackets; *
delete as appropriate]
Name of contract ------------------------------------------------------------------ [insert name by PE]
Contract Identification No.: -----------------------------[insert number by PE]
Invitation for Bid No.: --------------------------------- [insert number by PE]
To: ---------------------------------------------------------------------------------------------- [insert the name of the
Employer preferably PE to fill before issuing the bidding document]
I/We, the undersigned, declare that:
1. I/We& understand that, according to instructions to bidders (hereinafter “the ITB”), bids must be supported
by a bid-securing declaration;
2. I/We* accept that we shall be suspended from being eligible for contract award in any contract where bids
have being invited by any of the Procuring Entity as defined in the Procurement Guidelines published by
National Procurement Agency of Sri Lanka, for the period of time of three years starting on the latest date
set for closing of bids of this bid, if I/We:
(a) withdraw our Bid during the period of bid validity period specified; or
(b) do not accept the correction of errors in accordance with the Instructions to Bidders of the
Bidding Documents; or
(c) having been notified of the acceptance of our Bid by you, during the period of bid validity, (i) fail or
refuse to execute the Contract Form, if required, or (ii) fail or refuse to furnish the performance
security, in accordance with the ITB.
3. I/We* understand this bid securing declaration shall expire if we are not the successful bidder, upon the
earlier of (i) the successful bidder furnishing the performance security; or (ii) twenty-eight days after the
expiration of our bid.
Signed [insert signature(s) of authorized representative]
In the Capacity of [insert title]
Name [insert printed or typed name]
Dated on [insert day] day of [insert month], [insert year]
36
CEYLO
N FISH
ERY
HA
RB
OU
RS C
OR
PO
RA
TION
( Ministry of Fisheries &
Aquatic Resources )No :- 15, Rock House Lane, Colom
bo 15.
D e s i g n , E n g i n e e r i n g & C o n s a l t a n t
D:\01 - EXISTING Harbours\1011 - THANGALLA\9 - 2021\ 01 - ICE PLANT.mm
.dwg09 M
ay, 2021 - 4:14 AMPlot Date:
Cad File No:
Project::
Client::
Drawing:
Dwn by
Dwg no
DateIssue
Scale
..........................................signature
Civil Engineering Manager
...................................... signature
Project Engineer
Check :Approved :
...................................... signatureDesigner
Design By :
CIVIL ENGINEERING DIVISIONCEYLON FISHERY HARBOURS CORPORATIONNo :- 15, Rock House Lane, Colom
bo 15.
DateRevisions
RENOVATION WORK OF ICE PLANT
AT TANGALLE FISHERY HARBOUR
FLOOR PLAN,&
ELEVATIONS
YATIWELLA
NTS10.03.2021
H19_TAN/ICE/A01