proposed renovation of welding workshop...
TRANSCRIPT
PROPOSED RENOVATION OF WELDING WORKSHOP
AT BOOSSA FOR REGIONAL CENTRE OF OCEAN
UNIVERSITY OF SRI LANKA
Bidding Document
Page 1
Invitation for Bids (IFB)
State Ministry of Skills Development, Vocational Education, Research
& Innovations
Proposed Renovation of Welding Workshop at Boossa for Regional Centre of
Ocean University of Sri Lanka
1. The Chairman, Regional Procurement Committee on behalf of the Vice
Chancellor, Ocean University of Sri Lanka, Crow Island, Mattakkuliya, Colombo
15 now invites sealed bids from eligible & qualified bidders for Construction of
Proposed Renovation of Welding workshop at Boossa for Regional Centre of
Ocean University of Sri Lanka
The Work consists of renovation of existing workshop floor area 2,500 sq.ft and
renovation of roof area 12,800 sq.ft
Location of Project : Premises of Regional Centre of Ocean University of Sri Lanka at Boossa
The construction period is 90 days. Total estimated amount for works is Rs.
7.12 Million.
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.
CIDA registration required.
Specialty : Buildings
Grade : C7 or C6
4. Interested bidders may obtain further information from Engineer, Ocean University of
Sri Lanka, No 15, Crow Island, Mattakkuliya (Tel: .0773511918.)
5. Interested bidders can download the bid documents from website of the Ocean
University of Sri Lanka.i.e www.ocu.ac.lk from 07.07.2021 to 26.07.2021.
6. .Non-refundable bid document fee Rupees 2,500/= should be credited to Ocean University of
Sri Lanka Account No.214-1-001-4-3629868,People`s Bank Mattakkuliya Branch, from
07.07.2021 to 26.07.2021. Bank slip should attach with the bid documents. Otherwise bid will
be rejected.
7. Bids shall be delivered to the Chairman, Regional Procurement Committee, Ocean
University of Sri Lanka, Crow Island, Mattakkuliya, Colombo 15 to reach on or before
11.00 a.m. on .27.07.2021. Late bids will be rejected. Bids will be opened soon after closing in
the presence of the bidders’ representatives who choose to attend.
Page 2
8. Bids shall be valid up to 91 days from bid opening date
9. All bids shall be accompanied by a Bid Security of Rs. 72,000.00. Bid security shall be
valid up to 08.11.2021 from bid opening date. Bid security shall be in favour of Vice
Chancellor .Ocean University of Sri Lanka
10. A pre-bid meeting will be held on 12.07.2021 at .11.30 a.m. at the Regional Centre at Boossa of
Ocean University of Sri Lanka
Chairman,
Regional Procurement Committee,
Ocean University of Sri Lanka,
Crow Island,
Mattakkuliya,
Page 3
CONTENTS
VOLUME 1
Page
Section 1 : Instructions to Bidders 5-14Section 2 : Standard Forms (Contract) 15-19Section 3 : Conditions of Contract 20
VOLUME 2
Investigation for Bids
Section 4 : Form of Bid and Qualification Information 21-23Section 5 : Schedule 24-27Section 6 : Specifications 28Section 7 : Bill of Quantities 29-43Section 8 : General Preambles 44Section 9 : Standard Forms (Bid) 45-46
Section 10 : Drawings 47
Page 4
SECTION - 01
INSTRUCTIO N TO BIDDERS (ITB)
Note:
Bidders are advised to refer Section I – Instruction to Bidders of Standard Bidding
Document ICTAD Publication No. – ICTAD/ SBD/03 – Second Edition –January
2007
Page 5
Table of Clauses
INSTRUCTIO N TO BIDDERS (ITB)
A. General. 4
1. Scope of Bid, 4
2. Source of Fund, 4
3. Ethics, Fraud and Corruption, 4
4. Eligibility and Qualification of the Bidder, 4
5. One Bid per Bidder, 5
6. Cost of Bidding, 5
7. Site Visit, 5
B. Bidding Documents, 5
8. Content of Bidding Documents, 5
9. Clarification of Bidding Documents, 6
10. Amendment of Bidding Documents, 6
C. Preparation of Bids, 6
11. Language of Bid, 6
12. Documents Comprising the Bid, 6
13. Bid Prices, 7
14. Currency of Bid and payments, 7
15. Period of validity Bids, 7
16. Bid Security and Bid Securing Declaration, 8
17. Pre-Bid Meeting, 9
18. Format and Signing of Bid, 9
D. Submission of Bids, 9
19. Sealing and Marking of Bids, 9
20. Deadline for Submission of Bids, 10
21. Late Bids, 10
E. Bid Opening & Evaluation, 10
22. Bid Opening, 10
23. Process to be Confidential, 10
24. Clarification Of Bids, 10
25. Examination of Bids and Determination of
Responsiveness, 10
26. Correction of Errors, 11
27. Evaluation and Comparison of Bids, 12
F. Award of Contract, 13
28. Award of Criteria, 13
29. Employer's Right to Accept any Bid
and to Reject any or all Bids, 13
30. Award and Signing of Agreement, 13
31. Performance Security, 13
32. Advance Payment & Security, 14
33. Adjudicator, 14
Page 6
Instructions to Bidders
A General
1. Scope of Bid: Employer, as named in the Schedule, invites bids for the Construction Of
Works as Summarized in the Schedule;
Successful bidder will be expected to Complete the Works by the
Intended Completion Date stated in the schedule;
Intended Completion Date shall be calculated from the Start Date.
2. Source of Fund: Works will be financed by the source given in the Schedule.
3. Ethics, Fraud The attention of the bidders is drawn to the following guidelines of the
and Corruption: Procurement Guidelines published by National Procurement Agency;
Parties associated with Procurement actions, namely, suppliers/contractors
and officials shall ensure that they maintain strict confidentiality throughout
the process;
Officials shall refrain from receiving any personal gain from any
Procurement action. No gifts or inducement shall be accepted.
Suppliers/contractors are liable to be disqualified from the bidding process if
found offering any gift or inducement which may have an effect of
influencing a decision or impairing the objective of an official.
The attention of the bidders is also drawn to the Sub-Clause 11.1 of the
Condition of Contract (Section 3) which shall apply to any bidder.
4. Eligibility and The bidder shall not be a blacklisted contractor at the time of bidding
Qualification of and at the time of award of contract.
the Bidder:
For domestic bidders, to qualify for the contract award, the successful
bidder should have been registered and hold a valid registration from the
deadline for submission of bids until the expiry of the original validity of
the bid, with the Institute for Construction Training and Development
(ICTAD), under the grade and speciality given in the invitation for Bids
/Section 4-Qualification Information.
All bidders shall provide, the information requested in the Section 4-form of
Bid and Qualification Information.
To qualify for award of the Contract, bidders shall meet the minimum
qualifying criteria if given in Section 4 - Form of Bid and Qualification
Information.
All bidders shall meet (any other) requirement given in the Schedule.
5. One Bid per:- A bidder shall submit only one bid.
Bidder
6. Cost of Bidding:- Bidder shall bear all costs associated with the preparation and
submission of its bid;
Page 7
Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
7. Site Visit:- The bidder, at the bidder's own responsibility and risk is encouraged;
to visit and examine the Site, and its surroundings where the Works are to be
executed;
to obtain all information that may be necessary for preparing the bid and
entering in to a Contract for construction of the Works;
The Costs of visiting the Site shall be at the bidder's own expense.
B. Bidding Documents
8. Content of Bidding Documents consists of two volumes stated below and shall be read
Bidding in conjunction with any addenda issued in accordance with Clause 10
Documents:-
Volume 1
Section 1 - Instruction to Bidders
Section 2 - Standards Forms(Contract)
Section 3 - Conditions of Contract
Volume 2
Invitation for Bids
Section 4 - Form of Bid and Qualification Information
Section 5 - Schedule
Section 6 - Specification
Section 7 - Bill of Quantities
Section 8 - Drawings
Section 9 - Standard Forms (BID)
9. Clarification of:- A bidder requiring any Clarification of the Bidding Documents shall
Bidding contact the Employer in writing or facsimile at the Employer's address
Documents indicated in the Invitation for Bids
Employer will respond in writing to any such request for clarification
received no later than seven (7) Days prior to the deadline for submission
of bids;
Copies of the Employer's response will be forwarded to all purchasers of
the bidding documents, including a description of the inquiry but without
identifying its source.
10. Amendment of:- At any time prior to the deadline for submission of bids, the Employer
Bidding may amend the bidding documents by issuing addenda.
Documents
Any addendum thus issued shall be a part of the bidding
documents;
Page 8
Any addendum shall be communicated in writing or by facsimile to all
purchasers of the bidding documents.
C. Preparation of Bids
11. Language of Bid:- The bid as well as correspondence and documents relating to the bid
exchanged by the bidder and the Employer, shall be written in English
Language.
12. Documents The bid submitted by the bidder shall comprise the following;
Comprising the:- (A) Enclosed in the envelop marked as "Original"
Bid
a) Duly filled and signed form of Bid and Qualification Information
(in the format indicated in section 4);
b) Bid Security or Bid Security Declaration as specified
c) Section 5 - Schedule
d) Section 6 - Specification
e) Section 7 - Priced Bill of Quantities
f) Section 8 - Drawings
g) Any other information required to be completed and submitted
by bidders as specified in the Schedule.
(B) Enclosed in the envelope marked as "Copy"
a) Duly filled and signed form of Bid and Qualification Information
(in the format indicated in section 4);
b) Section 7 - Priced Bill of Quantities
13. Bid Prices:- The Contract shall be for the whole Works, summarized in the Schedule,
and based on the priced Bill of Quantities;
The bidder shall fill in rates and prices for all items of the Works described
in the Bill of Quantities;
Items for which no rate and price is entered by the bidder will not be paid for
by the Employer when executed and shall be deemed covered by the other
rates and prices in the Bill of quantities;
All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 14 Days prior to the deadline
for submission of bids, shall be included in the rates, prices, and total Bid
price submitted by the bidder;
VAT shall not be included in the rates or prices but shall be shown separately
at the space provided in the BOQ;
The contract Price shall be adjusted for fluctuations in the cost of inputs only
if provided in the schedule;
If so provided, the amounts certified in each payment certificate, after
deducting for Advance payment, shall be adjusted in accordance with sub-
Clause 10.10 of Condition of Contract and by using either Option A or
Option B stated in the Schedule.
14. Currency of Bid:- Prices shall be quoted by the bidder entirely in Sri Lanka Rupees.
Page 9
and Payment
15. Period of :- Bid shall remain valid for the period stipulated in the Invitation
Validity of Bids for Bids after the date of bid submission specified in Clause 20;
A bid valid for a shorter period shall be rejected by the Employer;
In exceptional circumstances, prior to expiry of the period of validity of bids,
the Employer may request that the bidders extend the period of validity for a
specified additional period;
A bidder may refuse the request;
A bidder agreeing to the request will not be required or permitted to modify
its bid, but will be required to extend the validity of its bid security for the
period of the extension and in compliance with Clause 16 in all response.
16. Bid Security and The bidder shall furnish, as part of its Bid, a bid security or a bid-
Bid-Securing securing declaration as specified in the Schedule in the format
Declaration given in the Section 9.
The bid security shall be in the amount specified in the Scheduleand shall
be valid until the date specified in the schedule, from as agency acceptable
to the Employer.
Any Bid not accompanied by a substantially responsive bid security or bid-
securing declaration in accordance with this clause, shall be rejected by the
Employer.
The bid security or the bid-securing declaration of unsuccessful bidders shall
be returned promptly upon the successful bidder furnishing the performance
security
The bid security may be forfeited or the bid-securing declaration executed;
a) if a bidder withdraws its bid during the period of bid validity specified by
the bidder on the Form of Bid; or
b) if the bidder does not accept the correction of its bid price pursuant to
ITB sub-Clause 26.
c) if the successful bidder fails within the specified time to;
i. sign the Contract; or
ii. furnish the required performance security.
17. Per-Bid Meeting:- The bidder designated representative is invited to attend a pre-bid meeting
which, if convened and informed to the bidder, will take place at the venue
and time stipulated.
18. Format and:- The bidder shall prepare one original of the documents comprising
Signing of Bid the bid as described in clause 12 and clearly marked "ORIGINAL"
In addition, the bidder shall submit one Copy of the bid, clearly marked as
"COPY"
In the event of discrepancy between them, the original shall prevail;
Page 10
The original and the copy of the bid shall be typed or written in indelible ink and
shall be signed by a person or persons duly authorized to sign on behalf of the
bidder;
The bid shall contain no alterations or additions, except those to comply with
instruction issued by the Employer, or as necessary to correct errors made by the
bidder, in which case such corrections shall be initialed by the person or persons
signing the bid.
D. Submission of Bids
19. Sealing and The bidder shall seal the original and the copy of the bid in two
Marking of Bids inner separate envelopes and one outer envelope, duly marking the
inner envelopes as "ORIGINAL" and "COPY"
The inner and outer envelopes shall;
a). be addressed to the Employer at the address provided in the
Invitation for bids;
b). bear the name and identification number of the Contract in
accordance with clause 1; and
c). provide a warning “not to open before the specified time and
date for bid opening as defined in the clause 22.”
In addition to the identification required above, the inner envelopes shall
indicate the name and address of the bidder to enable the bid to be returned
unopened in case it is declared late.
20. Deadline for :- Bid shall be delivered to the Employer at the address specified
Submission of above and no later than the time and date specified in the
Bids Invitation for Bids
21. Late Bids:- Any bid received by the Employer after the deadline for submission of
bids will be returned unopened to the bidder.
E. Bid Opening and Evaluation
22. Bid Opening:- The Employer will open the bids, in the presence of the bidders
representatives who choose to attend at the time and in the place specified in
the invitation for bids;
The envelope marked as "Original" will be opened, if no envelope is marked
as "Original" the Employer may open one of more envelopes;
The bidders' names, the bid prices, the total amount of each bid, any
discounts, and such other details as the Employer may consider appropriate,
will be announced by the Employer at the opening;
The Employer shall reseal all opened envelopes in the presence of the
bidders representatives.
No bid shall be rejected at bid opening except for late bids.
Page 11
23. Process to be Information relating to the examination, clarification, evaluation, and
Confidential comparison of bids and recommendation for the award of a Contract shall
not be disclosed or any other persons not officially concerned with such
process until the award to the successful bidder has been announced.
24. 24. Clarification of:- To assist in the Examination, Evaluation, and Comparison of bids, Bid
the Employer may, at the Employer's discretion, ask any bidder for
clarification of the bidder's bid, including breakdowns of prices;
The request for clarification and the response shall be in writing.
25. Examination of Prior to the detailed evaluation of bids, the Employer determine
Bid and determine whether each bid:
Determination of
Responsiveness a). meets the eligibility criteria
b). has been properly signed ; and
c). is substantially responsive to the requirements of the bidding documents
A substantially responsive bid is one which conforms to all the terms,
conditions, and specifications of the bidding documents, without material
deviation or reservation;
A material deviation or reservation is one;
a). which affects in any substantial way the scope, quality, or
performance of the Works;
b). which limits in any substantial way, inconsistent with the bidding
documents, the Employer's rights or the bidder's obligations under the
Contract; or
c). where rectification would affect unfairly the competitive position of other
bidders presenting substantially responsive Bids.
If a bid is not substantially responsive:
a). it will be rejected by the Employer;
b). and may not subsequently be made responsive by correction or
withdrawal of the nonconforming deviation or reservation.
26. Correction of Bids determined to be substantially responsive will be checked by
Errors the Employer for any arithmetic errors;
Errors will be corrected by the Employer as follows;
a). where there is a discrepancy between the amount in figures and in
words, the amount in words will govern;
b). where there is a discrepancy between the unit rate and the line item
total resulting from multiplying the unit rate by the quantity, the unit rate
as quoted will govern, unless in the opinion of the Employer there is an
obviously gross misplacement of the decimal point in the unit rate, in
which case the line item total as quoted will govern, and the unit rate will
be corrected;
c). if the bid price changes by the above procedure, the amount stated in
the form of bid shall be adjusted with the concurrence of the bidder and
shall be considered as binding upon the bidder;
Page 12
d). if the bidder does not accept the corrected amount of bid, its bid shall
be rejected and the bid security may be forfeited or bid-securing
declaration executed in accordance with Clause 16.
27. Evaluation and:- Employer will evaluate and compare only the bids determined
Comparison of to be substantially responsive;
Bids
In evaluating the bids, Employer will determine for each bid the
Evaluated Bid price by adjusting the Bid price as follows;
a).making any correction for errors;
b). excluding the provision, if any, for contingencies;
c). making an appropriate adjustment for any other acceptable variations
or deviations; and
d). making appropriate adjustments to reflect discounts offered
The Employer reserves the right to accept or reject any variation or
deviation.
Examination for unbalance bids; if the Employer determines that the bid
is unbalanced and hence the bidder may fail in the performance of his
obligations in some items within the quoted rates, a higher performance
security as determined by the Employer may be requested to mitigate
such risk
G. Award of Contract
28. Award Criteria:- Subject to clause 29, Employer will award the Contract to the Bidder
whose bid has been determined to be substantially responsive to the bidding
documents and who has offered the lowest evaluated Bid price, provided that
such bidder has been determined to be;
a. eligible in accordance with the provisions of clause 3; and
b. qualified in accordance with the provisions of clause 4
29. Employer's Right:- Employer reserves the right to;
to Accept any Bid a). accept or reject any bid;
and to Reject any b). cancel the bidding process;
Bids c). reject all bids, at any time prior to the award of Contract,
without thereby incurring any liability to the affected bidder(s).
30. Award and Signing:- Prior to expiration of the bid validity period, the Employer will
of Agreement notify the successful bidder that his bid has been accepted.
This letter (hereinafter and in the Conditions of Contract called the
"Letter of Acceptance" will state the sum that the Employer will pay
the Contractor in consideration of the execution, completion, and
maintenance of the Works by the Contractor as prescribed by the
Contract (hereinafter and in the Contract called the "Initial Contract
Price")
Page 13
The notification of award will constitute the formation of the Contract;
The Employer shall notify the successful bidder the date, time and venue
for the signing of the agreement;
The agreement shall be signed within 28days of the Letter of
acceptance.
31. Performance :- Within 14 Days after receipt of the letter of acceptance, the successful
Security bidder shall deliver to the Employer a performance Security:
to an amount equivalent to 05% of initial Contract price; and
in the form specified in the Section 2
32. Advance Payment:- Not Applicable (If Provide Advance, original condition of SBD/03
and Security is governed)
33. Adjudicator:- The Employer nominates the Institute for Construction Training and
Development (ICTAD) as the Adjudicator. If the bidder disagrees with the
nomination, the bidder shall state so in the bid, in which event the
Employer and the Contractor may reach agreement on the appointment of
an Adjudicator by mutual consent within 14 days from the Letter of
Acceptance.
If mutual consent is not reached or resorted to as above then the
Adjudicator shall be appointed by the Institute for Construction Training
and Development (ICTAD) at the request of either Party.
If a person is appointed as the Adjudicator then he shall not be associated
with the project directly and he should be in a position to demonstrate
impartiality and independence in his functions.
Page 14
SECTION - 02
STANDARD FORMS(CONTRACT)
LETTER OF ACCEPTANCE
AGREEMENT
PERFORMANCE SECURITY (Unconditional)
ADVANCE PAYMENT SECURITY
RETENTION MONEY GUARANTEE
Page 15
FORM OF LETTER OF ACCEPTANCE
......................................(date)
To : ...................................................
...........................................................
...........................................................(Name and address of the Contractor)
This is notify you that your bid dated.................................(insert date). for the construction and remedying
defect of the .................................................(name of the Contract and identification number) for the Contract
price of ............................................. (name of currency)
…………………………………………………………..(amount in figures and word) as corrected in
accordance with Instruction to Bidders and/ or modified by a Memorandum of Understanding, is hereby
accepted.
You are hereby instructed to proceed with the execution of the said works in accordance with the Contract
Documents.
The Start Date shall be :- ………….. ...................................
The amount of performance security is :- .....................................................
The performance security shall be submitted on or before :- ......................................................
Authorized Signature :- .......................................................
Name and title of Signature :- ........................................................
Name of Agency:- ........................................................
Page 16
FORM OF AGREEMENT
This AGREEMENT made the ...................... (day) of .........................(month) 200......, between
..............................................(name and address of Employer) , of the one part, and,
....................................................................(name and address of Contractor) of the other part;
WHEREAS the Employer desires that the Contractor execute the ................................................ (name and
identification no of Contract) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and remedying of any defects therein.
The Employer and the Contractor agree as follows;
1. In this Agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Contract hereinafter referred to.
2. In consideration of the payments to be made by the Employer to the Contractor as indicated in this
agreement, the Contractor hereby covenants with the Employer to execute and complete the Works
and remedy any defects therein in conformity in all respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the Contractor
undertaking to execute and complete the works and remedy any defects therein, 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 hereto have cased this Agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.
.................................................... ..........................................................
Authorized signature of Contractor Authorized signature of Employer
COMMON SEAL COMMON SEAL
In the presence of Witnesses :
Name :-
……………………………………………
NIC No. :-
……………………….……………………
Signature :-
………………………………..…………
Address :-
………………………………..…………
Name :-
…………………..……….…………………
NIC No. :-
…………………………..…………………
Signature :-
……………………………………………
Address :-
………………………………………………
Page 17
FORM OF PERFORMANCE SECURITY
(Unconditional)
............................................................................................................................................... …. …… ...........
(Issuing Agency's Name, and Address of Issuing Branch or Office)
Beneficiary :....................................................................................................
(Name and Address of Employer)
Date : .............................................................
PERFORMANCE GUARANTEE NO : ...........................................................................
We have been informed that .......................................................................[name of Contractor] (hereinafter
called “the Contractor) has entered in to Contract No. .......................................(reference number of the
contract) dated .................................... with you, for the ....................................[insert “construction” ] of
..................................................[name of the contract and brief description of Work] (hereinafter called “the
“Contract”)
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.
At the request of the Contractor, we .........................................[name of Agency]
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of
..........................................[amount of figures] (.........................................) [amount in words], upon receipt by
us of your first demand in writing accompanied by a written statement stating that the Contractor is in breach
of its obligation(s) under the Contract, without your needing to prove or to show grounds for your demand or
the sum specified therein.
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 18
FORM OF ADVANCE PAYMENT SECURITY
................................................................... ….....................................................................................[Name and
Address of Agency, and Address of Issuing Branch or Office]
Beneficiary :............................................................ [Name and Address of Employer]
Date : ..........................................................
ADVANCE PAYMENT GUARANTEE NO : .............................................................
We have been informed that ............................................................................................. [name of contractor]
(hereinafter called “the contractor”) has entered in to Contract No. .................................. ... [reference number
of the contract] dated .................................. with you, for the ................................ Construction of
...................................................................................... [name of contract and brief description] ( hereinafter
called “the Contract”).
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.
At the request of the Contractor, we .... ................................................................... [name of issuing
agency]hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of
............................... [amount of figures] (..............................................................) [amount in words4], upon
receipt by us of your first demand in writing accompanied by a written statement stating that the Contractor is
in breach of its obligation in repayment of the advance payment under the Contract.
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 expected expiration
date of the Contract]
Consequently, any demand for payment under this guarantee must be received by us at this office on or before
that date .
...........................................
(signature(s))
Page 19
SECTION-03
CONDITIONS OF CONTRACT
Please refer CIDA Publication No. ICTAD/SBD/03 Standard Bidding Document,
Procurement of Works, Second Edition – January 2007 for Volume I.
Page 20
SECTION - 04
FORM OF BID AND QUALIFICATION INFORMATION
Page 21
FORM OF BID
NAME OF CONTRACT: Proposed Renovation of New office building at Negombo for
Regional Centre of Ocean University of Sri Lanka
CONTRACT NO :.OCU/Eng/CON/Boossa/2021/015..................................
To: Vice Chancellor, Ocean University of Sri Lanka, Crow Island, Mattakkuliya,
Colombo 15.
Gentleman,
1. Having examined the Standard Bidding Document – Procurement of Works
[ICTAD/SBD/03 – 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 ……………….………..) (excluding VAT) or
such other sums as may be ascertained in accordance with the said Conditions.
2. We acknowledge that the Contract Data will forms part of our Bid.
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 for the period of 91 Days from the date fixed for receiving 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.
6. We accept / we do not accept the Adjudicator.
7. We understand that you are not bound to accept the lowest or any Bid you may receive.
8. We certify/conform that we comply with the eligibility requirements as per ITB Clause 4 of
the ICTAD publication SBD/03(Second Edition January 2007).
Dated this ………………….…………..day of ………………………………….……2021
in the capacity of ………………………Name………………………………………duly
authorized to sign tenders for and on behalf of……………………………………………..
[in block capitals or typed]
Signature :………………………………
Address : ……………………………………………………………………………….
Witness : 1. ……………………………………………………………………………
2. ……………………………………………………………………………
Page 22
Qualification Information
(SPECIMEN)
Eligibility Requirement Bidder's Qualification
ICTAD Registration
Registration Number
Grade C7 or C6
Speciality Building Construction
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
Legal status Public company/Private Company/Partnership/Sole Proprietor
Eligibility Requirement Bidder's Qualification
Qualification and
experience of key staff Category, Experience and
Qualifications
Required
Nos.
proposed by bidder
(Name, experience and
Qualifications)
1
2
3
List Other information
required
…………………………………
Signature of the Bidder
Page 23
SECTION - 05
SCHEDULE
Page 24
SCHEDULE
ITB
Clause
Conditio
ns of
Contrac
t Clause
Item Data
1. 1.1.8 Employer is : Name : Vice Chancellor
Address: Ocean University of Sri Lanka,
Crow Island,
Mattakkuliya,
Colombo 15.
1.1.10 Engineer is:
Fax No
Building Department
1. 1.1.21 Summary of Works
Contract Name :
Contract No :
The Works consists
of
:
Proposed Renovation of Welding Workshop at Boossa
for Regional Centre of Ocean University of Sri Lanka
The Work consists of renovation of existing workshop
floor area 2,500 sq.ft and renovation of roof area 12,800
sq.ft
1. 1.1.14 Intended Completion
Date : Intended Completion Date is 85 Days from the start date.
3. Eligibility The registration required
Specialty : Building
Grade : C7 or C6
13. 10.10 Price Adjustment The Contract “is not” subject to price adjustment in
accordance with Sub-Clause 10.10 of the Conditions of
Contract
Page 25
16
17
20
22
Bid Security/Bid
Securing
Declaration
Pre-Bid meeting
submission of Bid
Bid Opening
Bid shall include a Bid Security :
Bid Security for an amount of Sri Lanka Rupees
Seventy two Thousand only (Rs. 72,000.00) from
any commercial Bank operating in Sri Lanka approved
by the Central Bank acceptable to Employer using
form for bid security (unconditional guarantee)
included in Section 9, Standard Forms.
Shall be in favour of Vice Chancellor
.Ocean University of Sri Lanka
Shall be valid up to 08.11.2021…[28 Days
beyond the bid validity period]
Pre-Bid meeting
Pre-Bid meeting will be held
Date : 12.07.2021
Time: 11.30 a.m.,
Venue: Boossa site
(Prior to the meeting prospective bidders can
visit the site)
The Employer’s address for the purpose of Bid
submission is Chairman, Regional Procurement
Committee., Ocean University of Sri Lanka,
Crow Island, Mattakkuliya, Colombo 15.
Deadline for submission of Bids shall be at
11.00 hrs on 27.07.2021
Bid will be opened at 11.00 a.m on
27.07.2021.In the presence of the bidders
or their representative’s.
31. 4.4 Performance
Security
Amount of Performance Security required is 5% of
the Initial Contract Price.
6.4 Late Completion The amount to be paid is 0.05% of Initial Contract
Price per Day, subjected to maximum of 5% of
Initial Contract Price.
8.1 Notification of
Defects
The period for Defect Notification is 360days from
date of Taking Over the Job.
10.3 Retention The amount of retention is 10% of certified work
done.
The maximum amount of retention is 5% of Initial
Contract Price.
Page 26
10.12 Advance Payment 30% of Contract sum (excluding provisional sum)
Upon the payment of the advance payment in full
the Employer shall return the original of the
advance payment guarantee to the Contractor.
13.1(c) Insurance, Minimum amount for third party insurance is
third party Rupees 500,000.00 per event Contractor All Risk
Policy.
13.1 Insurance for Minimum amount for Insurance for Contractor's Personnel
Contractor's Personnel is Rupees 500,000.00 per event
1.1.11 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.
14.0 Resolution of Is by the Adjudicator.
Disputes
Page 27
SECTION - 06
SPECIFICATIONS
A set of precise and clear specification is a pre-requisite for bidder 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 of current models, and incorporate all recent improvements
in design and materials unless provided otherwise in the Contract.
For referring specifications the Bidders 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 Exploitation
SCA/4 - Building Works(vol I)
SCA/4/II - Building Works(vol II)
SCA/5 - Road and Bridges
SCA/6 - Coastal Harbour Engineering Works
SCA/8 - Electrical & Mechanical Works
ICTAD/DEV/16 - Board & Cast, In-Situ reinforced Concrete Piles
ICTAD/DEV/16 - Site Investigation for Building Works & Sample
Bill of
Quantities
Any other Standard Specifications approved by the Government
Page 28
SECTION - 07
BILL OF QUANTITIES
Page 29
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
BILL NO.1
A - DEMOLISHER
1.A.1 Demolishing brickwork in cement stacking brick and
clearing debris away (Approx. 3.40m3 )
10.00 m3
1.A.2 Removing and stacking corrugated asbestos sheets
from roof.
50.00 m2
1.A.3 Removing damaged steel trusses and rectification of
deformed trusses which can be reused for roof truss
as directed by engineer
1.00 Item
Transporting debris
1.A.4 Allow for Transporting debris cleared away from site by
tractor (Approx. 10km away). Rate to include loading &
unloading.
5.00 Nr
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
B - CONCRETE WORK
Reinforced Concrete
Reinforced cement concrete Grade 'C-20' in the
following
1.B.1 Floor concrete 4.00 m3
Formwork
Note :Refer pricing preambles
Formwork is measured as the net contact surface
measurement between concrete and formwork Form
work for columns and beams is given as a girth
measurement.
Refer section 5.2 in specification for full description of
materials and workmen ship. Formwork shall provide a
finish to concrete surface to receive plaster as per
section 5.4.8.11 in Specification.
1.B.2 Vertical sides of floor concrete 20.00 m2
Reinforcement
Refer pricing Preambles
Tor steel rod reinforcement including bends, hooks,
tying wire, distance blocks and ordinary spacers (
Inevitable laps and chairs included in BOQ Quantities)
fy = 460 N/mm2
1.B.3 10mm dia. 2.00 kg
Mild Steel Rod Reinforcement (fy=250N/mm2)
1.B.4 6mm dia as stirrups in beams 1.00 kg
Total Carried ForwardPage 30
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
Note: The following items are measured including
reinforcement & formwork.
225x150 mm high lintols including 02 nos. 10 mm dia
T/S bars and 6mm dia mild steel stirrups @ 100c/c
with necessary formwork and concreting in Grade 20
1.B.5 At lintol level 6.00 m
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
C- STRUCTURAL STEEL WORK
Refer Pricing Preambles
Rate shall include for applying two coats of enamel
paint ( C.I.C.or equivalent ) after treating with a coat of
anticorrosive paint to all exposed faces of trusses and
purlins.
1.C.1 Supplying structural steel and fabricating damaged
roof trusses, including supporting props, hoisting cost,
nuts and washers ect.
1825.00 Kg
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
Page 31
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
D - METAL WORK
Refer Pricing Preambles
Aluminium Panels
Material
All Aluminium sections shall be fully treated extruded
Aluminium alloy sections in accordance with BS
1470,1471, 1473, 1474 or latest relevant EN standard
All Aluminium sections to be locally manufactured (
"Alumex" or similar products of equivalent technical
parameters)
All Aluminium sections shall present clear, straight
and sharply defined lines. They shall be free from
defects impairing strength, appearance and durability.
Finish
All members shall be finished either by
( a ) Anodizing or
( b ) Powder coating ( What ever specified in
Aluminium Items )
Anodizing -Exposed surface of all members shall be
anodized using two steps. Anodizing process to an
anodic thickness of not less than 10-15 microns and
shall be free of any defects.
Powder coating - Powder coating shall be carried out
using polyester coating with proper and appropriate
pre- treatment to a thickness of not less than 60-80
microns, measured on all significant surfaces.
Screws and Hardware Items
Concealed screws, nuts, bolts, rivets and other
fastening devices shall be of Aluminium, non-magnetic
stainless steel or other approved corrosive resistant
materials. If visible, they shall blend with the finish of
the framing Aluminium sections.
Hardware items such as Hinges, Handles, Catches,
fixtures etc., shall be minimum of grade 304 stainless
steel.
Glass
Glazing shall be minimum of 5mm thick clear float
glass. Glass shall be secured at all edges with
compression gaskets and glazing beads. When fixing
glass, all glazing sealant shall be carefully applied and
cleaned off properly.
Total Carried Forward
Page 32
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
Workmanship
The fabrication and installation of all Aluminium work
must be carried out by specialist tradesmen.
All dimensions shown on the drawings and the shop
drawings must be verified by actual site measurement
before fabrication and installation. Any cutting to
enlarge the size of openings and approved practical
method to fill the excess void behind frames required
after installation shall be executed by the Contractor at
his own expense.
All Aluminium members shall be factory fabricated to
the best standard of workmanship under experienced
factory supervision and control.
Materials, method of fabrication, assembly, installation,
fastenings, supports, braces, operating parts and the
like shall be in accordance with the approved shop
drawings.
All joints in frames at corners, junctions and
intersections shall be mechanically jointed and be
such that when assembled they are as strong and rigid
as adjoining sections. Due care must be taken to
ensure that all joints are water tight and leak-proof.
Joint lines should not be visible.
All works shall be securely installed and anchored in
position, set plumb, square and level in accurate
alignment with other work, all in accordance with the
approved shop drawings to the Engineer's
satisfaction.( The allowable tolerance in terms of
specified dimensions shall be plus/minus 5mm.)
Submissions
The Contractor shall submit shop
drawings showing the following
information where appropriate to the item ;
layout (Sectional plan and elevation) of complete
assembly
- full size sections of members
- methods of assembly
- methods of glazing
- methods of installation, including
fixings caulking, flashing
- provisions for vertical and horizontal
expansion
- junctions and trim to adjoining surfaces
- fittings and accessories
Total Carried Forward
Page 33
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
The Contractor shall submit certificates from the
Aluminium manufacture and/or an approved testing
laboratory which attest that the coating thickness
offered is as specified.
Doors & Windows
Frame and /or sash sections shall be of extruded EN-
AW 6063-T5 Aluminium Alloy having a normal
thickness of 1.5mm (Accepted commercial tolerance
of tolerance of ± 0.15mm shall apply )
Aluminium Louvers
Fixed louvers shall be of the weather proof type,
suitable for overcoming water carried- over by wind
and the fixed louvers shall have free areas of not less
than 50%
The Contractor shall provide a guarantee in respect of
the weatherproof properties of the fixed louvers.
All powder coatings shall match the windows. Panels
shall be so constructed as to be completely weather
proof at junctions with adjoin structures .
Louver members shall be 1.2mm thick & Y type.
Partitions
The frames shall be properly machined no permit easy
assembly and to form weather-tight joints when
caulked.
Partition members shall be 76mm in depth and the
thickness of 1.2mm.
Following dimensions are applied for the frame
members of each assembly units
Rates shall include for all necessary hinges, screws,
rubber beadings, skelton bolts, Aluminium louvers,
pinhead stickers. (Locks,Handles,Door closers paid
separately for doors or sliding doors)
Total Carried Forward
Assembly
Unit
Minimum
member
depth(mm)
Minimum
member
thickness
(mm)
Door 100 1.5
Sliding
door/
Window
80 1.5
Cesement
Window,
Fanlight
70 1.5
Fixed glass
window100 1.5
Assembly
Unit
Minimum
member
depth(mm)
Minimum
member
thickness
(mm)
Door 100 1.5
Sliding
door/
Window
80 1.5
Cesement
Window,
Fanlight
70 1.5
Fixed glass
window100 1.5
Page 34
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
Doors & Windows (Powder coated Aluminium as approved)
Supplying, Fabricating and Fixing Single sash P/C
Aluminium glazed door type D1, 900 x 2100 mm high
overall with 100mm(1.6mm thick) & 50mmx100mm
(deep) aluminium frame consisting of 4mm cladding
board & glass with sand blast sticker at top , as per
detail drawing and Engineers approval. Rate to include
for suitable rubber beading and necessary
accessories. (Door closers, handles, door locks paid
separately. effective area of each door 1.89 m2)
1.D.1 In ground floor 1.00 Nr.
Supplying, Fabricating and Fixing Single sash P/C
Aluminium glazed door type D2, 1000 x 2100 mm
high overall with 100mm(1.6mm thick) &
50mmx100mm (deep) aluminium frame consisting of
4mm cladding board & glass with sand blast sticker at
top , as per detail drawing and Engineers approval.
Rate to include for suitable rubber beading and
necessary accessories. (Door closers, handles, door
locks paid separately. effective area of each door 2.10
m2)
1.D.2 In ground floor 3.00 Nr.
Supplying,Fabricating and Fixing of P/C Aluminium
glazed sliding Window type W1, 2400 x 1500mm high
overall with 80mm (1.5mm thick) aluminium frame
with 2Nos of 750 x1500mm high clear glass aluminium
sliding window sashes and 1 No. 900 x 1500mm high
fixed glass on middle all complete as per detail
Drawing and Engineers approval.(Rates to include for
5mm clear glass pans,rubber beading, necessary
locks & hinges. (effective area of each window
approx.3.60m² )
1.D.3 In ground floor 4.00 Nr.
Door Locks
1.D.4 Supplying & Fixing lock ( Union or equivalent) for
Aluminium single sash swing door with necessary
accessories to working order.
4.00 Nr.
Door Handles
1.D.5 Supplying & Fixing stainless Steel door handles for
Aluminium swing door with necessary accessories to
working order.
4.00 Pairs
Total Carried ForwardPage 35
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
Door Closers
1.D.6 Supplying & Fixing door closer for Aluminium door
with necessary accessories to working order.
4.00 Nr.
Aluminium Partition
Aluminium framed glazed partition up to ceiling level,
approved colour powder coated 1.5mm thick 100mm
deep aluminium frame partition consist of 5mm thick
clear glass panel on top and middle panel consist of
5mm thick clear glass pans with 450mm high sand
blast stickers.Bottom panel consist of aluminium
composite panel (both sides) as per detail drawing and
Engineers approval.
1.D.7 In ground floor 152.00 m2
Aluminium framed glazed partition up to 2100mm high
overall with, matt finished approved colour powder
coated 1.5mm thick 100mm deep aluminium frame
partition consist of 5mm thick clear glass panel on top
and middle with 450mm high sand blast stickers on
middle , bottom panel consist of aluminium composite
panel (both sides) as per detail drawing and Engineers
approval.
1.D.8 In ground floor 12.00 m2
Roller door
1.D.9 Allow for Supplying & fixing roller door. (2.0m wide and
2.10m heihgt)
110,000.00
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
Provisional sum
Page 36
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
E - ROOF COVERING
Note-Refer Pricing Preambles
Corrugated asbestos sheets supplied and fixed to roof
or wall on existing framework with necessary coach
screws and limpet washers or hook bolts.
1.E.1 In roof 50.00 m2
Ridging, Calicut pattern, bedded in cement and lime
mortar 1:1:4, Coloured to match tiles.
1.E.2 In roof 70.00 m
Corrugated sheets
1.E.3 Allow for supplying & Fixing hock or self-tapping
screw with limpet washers on Corrugated asbestos
sheets.
200,000.00
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
Provisional sum
Page 37
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
F - WALL , FLOOR AND CEILING FINISHES
Note-Refer Pricing Preambles
Wall finishes
Plaster 15mm thick in cement and sand (1:5)
finished semi rough including forming arises
(Externally.)
On brick walls, attached columns
1.F.1 From ground floor level to roof level 14.00 m2
Finishes on Internal walls
Plaster 15mm thick in cement lime and sand
(1:1:5) finished smooth with skim coat including
forming arises (Internally.)
On brick walls, attached columns
1.F.2 From ground floor level to roof slab level 14.00 m2
Floor Finishes
Cement Rendering
1.F.3 20mm. Thick cement & sand 1:3 rendering & finished
smooth with (Red/Black)neat cement floating on
concrete floor. Including chipping existing floor.
160.00 m2
Cement skirting
1.F.4 100mm height cement skirting in cement mortar 1:3
projected with wall and finished smooth with Red
Cement floating, including forming groove.
100 m
Floor Tiles
Note 1: Refer pricing Preambles
Note 2: Paving of tiles should be on 10mm thick
cement and sand (1:3) rough cement rendering, and
the joints pointed with tile grout to match the colour of
tiles in all floor area.
Supply and laying 400 x400mm non slippery coloured
homogeneous vitreous ceramic floor tiles paving in
approved colour and design laying as specified above
(Refer Note 2)(Prime cost 420 - 640 Rs. per tile
without Vat) Rocell or equivalent.
1.F.5 In ground floor 65.00 m2
Total Carried Forward
Page 38
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
Tile skirting
Supply and laying 400 x 100mm non slippery
coloured homogeneous vitreous ceramic floor tile
skirting laid on and including 6mm thick cement and
sand (1:3) rough cement rendering and the joints
pointed with tile grout to match the colour of
tiles.(Prime cost 420 - 640 Rs.Rs. per tile without Vat)
Rocell or equivalent.
1.F.6 In ground floor 45.00 m
Super Flex Suspended ceiling
1.F.7 Supplying and installing Super Flex (Plain) suspended
ceiling system, using 600 X 600 X 3.2 mm ceiling
boards lay on white colour interlock type hot dip GI
grid system, forming a panel side of 600 X600mm, and
suspended on 4mm rods with spring clip to soffit of
concrete or steel roofs.
250.00 m2
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
Page 39
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
G - ELECTRICAL INSTALLATION
Refer Pricing Preambles
Electrical items are to be of the following makes:
(a) Electrical switches and socket outlets : MK,
Crabtree, PDL Tenby, Clipsal, Kevilton, Orange or
equivalent
(b) Distribution boards:Consumer unit flush mount
type or as specified
(c) Fans:
K.D.K., National-Japanese origins
(d) Exhaust Fans:
K.D.K., National-Japanese origins
(e) Switch Gear - MCCB'S
Schnieder, Siemens, ABB, Hager, Moeller, Terasaki,
Meta-MEC of LS Brand or equivalent
[f] RCCB , MCB'S
Schnieder, Siemens, Crabtree, Hager, Moeller,
Legrand Eaton, Meta-MEC of LS Brand or equivalent
[g] Fluorescent Fittings :
The Choke, Starter & Capacitor should be of good
quality, British, French, Austrailia, German or
equivalent & the tube should be preferably, Thorn,
Philips, osram, National or equivalent. The fluorescent
filtings Should be fabricated in gauge not smaller than
24 SWG Zinc coated metal. Finished with powder
coating (white in colour.)
[h] Distribution sub panels: Shall be in surface mount
plastic enclosure or metal enclosure fabricated with
zinc coated sheet metal of gauge not less than 1.8mm
total enclosed, with hinged door with protective cover
plate for terminals. Finished with powder coating of
approval colour and components as specified in the
BOQ
[i] Cable : ACL , Kelani or equivalent.
[j] Energy saving bulbs : 4 Star rated.
Wiring type in concealed conduit, floor conduit, metal
or PVC trunking
All panel boards and consumer units should have wire
numbering and a laminated circuit diagram should be
pasted on the inside surface of the door.
Total Carried Forward
Page 40
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
All types of fittings, materials, painting and finishes
shall be approved by the Electrical Engineer prior to
installation.
Wiring of light points
Wiring of a light point includes supply of required
cables, PVC Casing, ceiling rose, junction boxes,
flush switch & all other required materials .
Wiring of a light point , from respective Consumer unit
using 2x 1mm2
, CU / PVC/ PVC + 2.5mm2
Cu/PVC
Earth cable drawn through securely fixed concealed
PVC Casing , Controlled by a 10A flush switch .
1.G.1 Ground floor 16.00 Nr
Ceiling fan Point Wiring
Wiring (including supply of all material, earth wire,fan
hook,regulator & switch) of the ceiling fans using 2x
1mm2, Cu/PVC/PVC + 2.5 mm
2earth wire drawn
through securely fixed consealed PVC Casing.
1.G.2 Ground floor 16.00 Nr
Wiring of 13A switch Socket outlets.
Wiring (including supply of all material required ) of
13A socket outlets using 2.5 mm2
Cu/PVC/PVC, 2C
cable & 2.5 mm2
earth cable drawn through securely
fixed consealed PVC Casing.
1.G.3 Ground floor 30.00 Nr
Luminaire's and fixtures
Supply & install of following light fittings. Light
fittings shall be of high quality & shall be subject
to the approval of the Electrical Engineer prior to
the installation.
Supply & installation of surface mounted 18W LED
panel light fitting (Prime cost for light -Rs. 1500)
1.G.4 Ground floor 16.00 Nr
Supply & installation of Ceiling fan 1400mm dia
controlled by 5 speed fan regulator
1.G.5 Ground floor 16.00 Nr
Total Carried Forward
Page 41
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
Brought forward
Distribution boards
In recessed type plastic enclosure as specified
complete with following switch gears to be
supplied and installed to working order.
1.G.6 DB
1 No. 30A 2P MCB
1 No. 40A 2P RCD (30 mA sensitive)
5 Nos. 20A 1P MCB
5 Nos. 10A 1P MCB 1.00 Nr
4 Nos. 6A 1P MCB
Supply and installation of wiring cables & earth
cables in PVC Conduit.
1.G.7 2 x 6mm2 Cu/PVC/PVC Cable 150.00 m
1.G.8 2.5mm2 Cu/PVC earth cable 5.00 m
1.G.9 Supply & installation of GI pipe as earth electrode with
50mm dia. & earth cable should be fixed with proper
nut & bolts.
1.00 Item
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
H - PAINTING
Refer Pricing Preambles
External
Prepare and apply one coat of approved wall
primer and two coats of approved colour C.I.C
weather shield range or equivalent.
On brick walls ,columns & reveals
1.H.1 From ground floor level to roof slab level 125.00 m2
Internal
Prepare and apply one coat approved wall
primer and two coats of approved colour C.I.C
emulsion range or equivalent
On brick walls, attached columns & reveals
1.H.2 From ground floor level to roof slab level 575.00 m2
TOTAL CARRIED TO SUMMARY ON PAGE S 07 - 33
Page 42
ISO FORMAT NO DB/CON-ENG/EST/FM/03Master BOQ.
Renovation of Workshop and Class Room for
Ocean University, Regional Center at Boossa. (Stage I)
ITEM DESCRIPTION QTY. UNIT RATE AMOUNT
BILL NO.1
COLLECTION
A - DEMOLISHER (From Page 20) Rs.
B - CONCRETE WORK (From Page 21) Rs.
C- STRUCTURAL STEEL WORK (From Page 21) Rs.
D - METAL WORK (From Page 26) Rs.
E - ROOF COVERING (From Page 27) Rs.
F - WALL , FLOOR AND CEILING FINISHES (From Page 29) Rs.
G - ELECTRICAL INSTALLATION (From Page 32) Rs.
H - PAINTING (From Page 32) Rs.
TOTAL CARRIED TO GRAND SUMMARY ON PAGE S 07 - 34 Rs.
Page 43
SECTION - 08
GENERAL PERAMBLES
This Bills of Quantities must be read in conjunction with the General Conditions, the Drawings and the
Specifications and any nominated sub-contractor shall be deemed to have examined the Drawings,
Specification, Conditions of Contract and to have acquainted himself with the detailed description of the
works to be done and the way in which they are to be carried out.
The quantities given in the Bills of Quantities are approximate only and are given to provide a common
basis for tendering. Payments will be made according to the actual quantities of work ordered and carried
out, as defined hereunder quoted in the Bills of Quantities.
The items in the Bill of Quantities against which rates have been set down, shall include, when the
quantities and measurements of the said items have been ascertained in the maimer specified, all labour and
materials, cost and expenses as well as risks, liabilities, obligations, contingencies, overheads, profits and
every incidental cost and charge whatsoever, necessary or which may be required to be employed,
supplied, furnished expended or incurred in, about and for the construction, completion and maintenance of
the works in accordance with this contract and to the satisfaction of the Engineer.
The contractor shall be deemed to have allowed in the, rates and prices in the Bill of Quantities for
complying with and for carrying out all necessary tests and taking all necessary samples for testing by the
Engineer as described in the Specifications and/or indicated on or inferred from the Documents unless
otherwise stated.
The contractor shall be deemed to have allowed in the rates and prices in the Bill of Quantities for
establishing the locations of and for all temporary measures to support and protect all services such as
pipes, drains, wires ducts and other apparatus when carrying out works adjacent to or beneath such services
and for making good any damage or consequential damage which may be caused by his operations under
the Contract.
The contractor shall be deemed to have, allowed in the rates and prices in the Bill of Quantities for the cost
of all temporary diversions occasioned solely by the Contractor’s sequence of or method of construction of
the temporary or permanent works.
The contract Documents are intended to cover the supply of all materials and the execution of all work
necessary to complete the works. Should there be any details of construction or materials which have not
been referred to in the specifications or in the Bills of Quantities and Drawings, but the necessity for which
may reasonably be implied or inferred there from, or which are usual or essential to the completion of all
works in all trades, the same shall be deemed to be included in the rates and prices named by the
Contractor, Bills of Quantities.
Rates or prices shall be inserted against each item in the bill of Quantities whether quantities are stated or
not, items against which no rate or price has been entered shall be deemed to be covered by other rates or
prices in the Bills.
The Description of the works and the Technical Specification are not necessarily repeated in the Bills of
Quantities, as item descriptions – to avoid unnecessary length generally identify the component of the
works and not the tasks to be carried out by the contractor. When an item is mentioned, it shall thus mean
that said item shall be supplied and finished, including usual auxiliary materials, etc, unless otherwise
explicitly stated.
It is required to carry out a pre-construction survey prior to the commencement of work as directed by the
Engineer. Joint measurements should be taken with the Engineer’s representative and both parties should
be signed for the survey work. For the above, contractor shall provide allnecessary equipment and man
power to the Engineer’s representative as required.
Page 44
SECTION - 09
STANDARD FORMS (BID)
FORM OF BID SECURITY
FORM OF BID SECURITY DECLARATION
Page 45
FORM OF BID SECURITY
Beneficiary : Vice Chancellor, Ocean University of Sri Lanka, Crow Island, Mattakkuliya,
Colombo 15.
Date : .....................................................
BID GUARANTEE No. : ...........................................................................................
We have been informed that .............................................................. has submitted to you its bid
dated ............................. for the execution of under Invitation for Bids no. .......................... .
Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid
Guarantee.
At the request of the bidder, we ............................................................................. hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of ....................................
........................................................... upon receipt by us of your first demand in writing
accompanied by 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 ..........................
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 46
SECTION - 10
DRAWINGS
Published by ICTAD
Drawings
D Description
DTET/ID/2014/N/05 Security Hut
DTET/ID/2014N/06 Retaining
Page 47
Check List for Bidders
Bidders are advised to fill the following table :
ITEM ITB
Clause
YES
(tick) REFERENCE
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 account ? 10
BID package
All the documents given in ITB Clause 12
enclosed in the original and copy ? 12
ITB Clause 19 followed before Sealing
the Bid package ? 19
Page 48