Sei sulla pagina 1di 45

The

The Democratic
Democratic Socialist
Socialist Republic
Republic of of
SriSri Lanka
Lanka

MINISTRY
MINISTRY OFOF SUSTAINABLE
SUSTAINABLE DEVELOPMENT
DEVELOPMENT & WILDLIFE
& WILDLIFE

DEPARTMENT
DEPARTMENT OFOF WILDLIFE
WILDLIFE CONSERVATION
CONSERVATION

Bidding Document
Bidding Document for
for
REPAIRING OF GINIHIRIYA CIRCUIT BUNGALOW AT
CONSTRUCTION OF VISITOR'S
HORTON PLAINSCENTER AT KIRIOYA
NATIONAL PARK WASGAMUWA
NATIONAL PARK

Contract No :WL/02/20/W/B-13-2017

Chairman
Department Procurement Committee (Major)
Department of Wildlife Conservation
811/A, Jayanthipura Rd,
Battaramulla.

Chairman,
Department Procurement Committee
Department of Wildlife Conservation
811/A, Jayanthipura Rd, Battaramulla.

1
Invitation for Bids (IFB)
DEPARTMENT OF WILDLIFE CONSERVATION

CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK

CONTRACT NO; WL/02/20/W/B-13-2017

1. The Chairman of the DPC on behalf of the Director General, Department of Wildlife
Conservation invites sealed bids from eligible and qualified bidders for CONSTRUCTION OF
VISITOR'S CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK estimated to cost of
Rs. 12 Million (without vat)

Detailed description of the requirement and functional specification of the above are given in the
bidding document.

2. Bidding will be conducted through National Competitive Bidding procedure (NCB)

3. To be eligible for contract award, the successful bidder shall not have been blacklisted and shall meet
the Grade C6 ICTAD registration or above.

4. Qualification requirements to qualify for contract award include.

Average annual volume of construction work performed in last five years shall be at least
Rs.20 million.

The minimum amount of liquid assets and/or credit facilities after setting apart for the other
contractual commitments and exclusive of any advance payments which may be made under
the contracts shall be not less than Rs.5 million.

5. Interested bidders may obtain further information from The Director (Engineering), Engineering
Division, Department of Wildlife Conservation, 811/ A ,Jayanthipura Road, Battaramulla, and
inspect the bidding documents in the Finance Division at above address during the office hours
(9.00 a.m.- 4.00 p.m.) on week days (excluding national holidays) until 06thNovember 2017.
Telephone numbers are: 011-2868323, 011-2 888585

6. A complete set of Bidding Documents in English language may be purchased by interested bidders on
the submission of a written request with ICTAD registration book (Original copy) until
06thNovember 2017 from 09.00a.m to 2.00p.m. Upon payment of a non-refundable fee
of Rs. 4000/. The method of payment will be in cash paid to the Shroff/DWC.

7. Bids shall be delivered in duplicate and may be:

I. forwarded under the registered post (by marking the CONSTRUCTION OF VISITOR'S
CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK top left hand corner of the
envelop) to the Chairman of Procurement committee to the address mentioned below on or
before 07thNovember 2017 at 2.30 p.m. OR

2
II. Deposited in the Tender Box kept at the Finance Division in the Department of Wildlife
Conservation, on or before 07thNovember 2017 at 2.30 p.m. Late bids will be rejected.
8. Bid will be opened soon after the closing in the presence of the Bidders and/or their authorized
representatives, who choose to attend in person at the address stated in below.

9. Bid shall be valid up to 22.01.2018

10. All Bids shall be accompanied by a" Bid Security" in the form of bank guarantee or refundable cash
deposit. Refundable cash deposit of Rs.91,000/- paid to the Shroff/DWC or bank guarantee should be
in the format attached in the Bidding Document for the Sri Lankan Rupees 182,000/. Bid Security shall
be valid until 19th February 2018. Any bid not accompanied by a valid Bid Security will be rejected.

Further information regarding the submission of bids is contained in the bidding documents.

11. Department of Wildlife Conservation will not be responsible for any cost or any expense incurred by
the bidders in connection with the preparation or delivery of the bids.

Chairman,
Department Procurement Committee,
Department of Wildlife Conservation,
811 / A ,Jayanthipura Road,
Battaramulla.
03.10.2017

3
THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

MINISTRY OF SUSTAINABLE DEVELOPMENT & WILDLIFE


DEPARTMENT OF WILDLIFE CONSERVATION

CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA


WASGAMUWA NATIONAL PARK

BIDDING DOCUMENT

Invitation for Bids


Volume I

Section 01 - Instructions to Bidders

Section 02 - Standard Forms (Contract)

Section 03 - Conditions of Contract

Volume II (For the use as Original of document)

Section 04 - Form of Bid and Qualification Information

Section 05 - Bidding Data & Contract Data

Section 06 - Specifications

Section 07 - Bill of Quantities

Section 08 - Drawing

Section 09 - Standard Forms (Bid)

Volume III (For the use as Copy of document)

Section 04 - Form of Bid and Qualification Information

Section 07 - Bill of Quantities

4
Volume 1

Contents

Section 01 Instructions to bidders 06

Section 02 Standard Forms (Contract) 07 - 08

Standard Forms (Letter of Acceptance)) 09

Standard Forms (Form of Agreement) 10

Standard Forms (Form of Performance Security) 11

Standard Forms (Form Of Advance Payment Security) 12

Standard Forms (Form of Retention Money Guarantee) 13

Section 03 Conditions of Contract 14

5
Section -01

INSTRUCTIONS TO BIDDERS

Notes:
Instructions to Bidders shall be read in conjunction with Bidding data under
Section 05 (Volume 2). Matters governing the performance of the contractor, payment
under the Contract, or matters affecting the risk, rights, and obligations of the parties
under the Contract are included under section 3 - Conditions of Contract (Volume 1).
However, some information is reproduced in this section to facilitate the bidders to
price their bids.

Instructions to Bidders will not be a part of the Contract and will cease to have
Effect once the Contract is signed.

6
SECTION 02

STANDARD FORMS (CONTRACT)

Letter of Acceptance

Agreement

Performance Security

Advance payment security

Retention Money Guarantee

7
Notes on Standard Forms:
Bidders should not complete the Form of Agreement at the time of
preparation of bids.

The successful bidder will be required to sign the Form of


Agreement, after the award of contract.

Any corrections or modifications to the accepted bid resulting from


arithmetic corrections, acceptable deviations, or quantity variations
in accordance with The requirements of the bidding documents
should be incorporated into the agreement.

The Form of Performance Security, Form of Advance Payment


Security and form of Retention Money Guarantee should not be
completed by the bidders at the time of submission of bids.

The successful bidder will be required to provide these securities in


compliance with the requirements herein or as acceptable to the
Employer.

8
Notes on Form of Letter of Acceptance

The Letter of Acceptance will be the basis for formation of the Contract as described in Clause 33 of the
Instructions to Bidders. This Form of Letter of Acceptance should be filled in and sent to the successful
bidder only after evaluation of Bids and after obtaining approval from the relevant authority.

FORM OF LETTER OF ACCEPTANCE


[Letter heading paper of the procuring entity]

............. [Date]

To:

[Name and address of the Contractor]

This is to notify you that your bid dated . [date] for the
CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK for
the Contract price of Rupees
.
.[amount in figures and words] as
corrected in accordance with Instructions to Bidders, is hereby accepted.

The adjudicator shall be


.............................................................................................................................
................................................................................................................................................................
.....(name and address of the Adjudicator, If agreed) / shall be appointed by the Institute for
Construction Training and Development (ICTAD).

You are hereby instructed to precede with the execution of the said Works in accordance with the
Contract documents.

The Start Date shall be: ..(Fill the date as per Clause 6.1 of
Conditions of Contract).The amount of Performance Security is: (Fill as per
Clause 4.4 of Conditions of Contract).The Performance Security shall be submitted on or
before ..(Fill the date as per Clause 4.4 of Conditions of Contract).

Authorized Signature : .

Name and title of Signatory

Name of Agency
.........................................................................................................................................

9
STANDARD FORM: AGREEMENT
This AGREEMENT made the .. [date] of [month] 2017, between
The Director General of Department of Wildlife Conservation (hereinafter called and referred to as the
Employer),of the one part, and ...

[name and address of Contractor] (hereinafter called and referred to as the Contractor), of the
other part:
WHERE AS the Employer desires that the Contractor executes CONSTRUCTION OF VISITOR'S
CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK( hereinafter called and referred to as
the Works) and the Employer has accepted the Bid by the Contractor for the execution and
completion of such Works and remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement words and expressions shall have the same meanings as are respectively assigned
to them in the Condition of Contract hereinafter referred to, and they shall be deemed to form and be
read and construed as part of this Agreement.

2. In consideration of the payments to be made by the Employer to the Contractor as hereinafter


mentioned, 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 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 caused this Agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.

. .

Authorized signature of Contractor Director General, Dept of Wildlife Conservation.

COMMON SEAL COMMON SEAL

In the presence of:

Witnesses:

1. Name and NIC No.


.............................................................
Signature
.............................................................................................................
Address

2. Name and NIC No.


...........................................................
Signature
...........................................................................................................
Address...............................

10
FORM OF PERFORMANCE SECURITY

(Unconditional)

[Name, and Address of Issuing Branch or Office]

Beneficiary: Director General,

Department of Wildlife Conservation,

811/A, Jayanthipura Road,

Battaramulla.

Date:

PERFORMANCE GUARANTEE No.:

We have been informed that [name of


Contractor] (hereinafter called "the Contractor") has entered into Contract No.
.. dated . with you, for the (hereinafter called "the Contract
CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK
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 the


Agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an
amount of................................................. [amount in 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 ----------, 2017[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)]

11
FORM OF ADVANCE PAYMENT SECURITY

..[ Name and address of Agency, and Address of Issuing Branch or Office]

Beneficiary: Director General,

Department of Wildlife Conservation,

811/A, Jayanthipura Road,

Battaramulla.

Date: .

ADVANCE PAYMENT GUARANTEE No.:

We have been informed that ..[name of Contractor]


(hereinafter called the Contractor) has entered into Contract No. . dated
with you, CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA
WASGAMUWA NATIONAL PARKor the(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 in 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 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 Intended Completion
Date]

Consequently, any demand for payment under this guarantee must be received by us at this office on or
before that date.

___________________
[signature(s)]

12
FORM OF RETENTION MONEY GUARANTEE

-----------------------------------------------------------------------------------------------------[Issuing Agencys Name,


and Address of Issuing Branch or Office]

Beneficiary: Director General,

Department of Wildlife Conservation,

811/A, Jayanthipura Road,

Battaramulla.

Date: .

RETENTION MONEY GUARANTEE No.: ..

We have been informed that [name of


Contractor] (hereinafter called "the Contractor") has entered into Contract No.. [reference
number of the contract] dated with you, for the CONSTRUCTION OF VISITOR'S
CENTER AT KIRIOYA WASGAMUWA NATIONAL PARK(hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, when the works have being
taken over and the first half of the Retention Money has been certified for payment, payment of the second
half of the Retention Money may be made against a Retention Money guarantee.

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 in 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 under the
Contract because the Contractor has not attended to the defects in accordance with the Contract..

This guarantee shall expire, at the latest, .. [insert 28 days after the end of the defects
liability period].

Consequently, any demand for payment under this guarantee must be received by us at this office on or
before that date.

___________________
[signature(s)]

13
SECTION - 03

CONDITIONS OF CONTRACT

Conditions of Contract shall be read in conjunction with the Section 5 Contract Data in Volume 2,
Which shall take precedence over the Conditions of Contract.

14
Volume - 11

Section 04 - Form of Bid and Qualification Information 16

Form of Bid 17

Qualification and information 18

Section 05 - Bidding Data and Contract Data 19 - 26

Section 06 - Specification 27 - 28

Section 07 - Bill of Quantities 29

Preambles of Bill of Quantities 30 - 31

Bill of Quantities 32 - 41

Section 08 - Drawing 42

Section 09 - Standard Forms (Bid) 43 - 44

Form of Bid Security 45

15
Section 04

FORM OF BID
AND
QUALIFICATION INFORMATION

Note:

The Form of Bid and Qualification Information included in this publication are
samples. The Procuring Entity may modify the Qualification Information and
include the Form of Bid and Qualification Information as Section 4 in Volume
2 before issuance of the Bidding Documents.

16
FORM OF BID

Name of Contract CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA WASGAMUWA


NATIONAL PARK
To: Director General

Department of Wildlife Conservation,


811/A, Jayanthipura Road,
Battaramulla.

Gentleman,

1. Having examined the Standard Bidding Document - Procurement of Works [ICTAD/ SBD/ 01 -
Second Edition, January 2007], Specifications, Drawings and Bills of Quantities and addenda for the
execution of the above-named Works, we/I the undersigned, offer to execute and complete such
Works and remedy any defect therein in conformity with the aforesaid Conditions of Contract,
Specifications, Drawings, Bill of Quantities and Addenda for the sum of Sri Lankan Rupees
.....................................................................................
......................(Rs. ........................................) or such other sums as may be
ascertained in accordance with the said Conditions.

2. We/I acknowledge that the Contract Data forms part of our Bid.

3. We/I 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* ........................... ................ (insert number of Days
in accordance with Sub-Clause 15.1 of Instructions to Bidders) 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/me.

6. We/I accept / we/I do not accept the Adjudicator.

7. We/I understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this .......... day of ...........2017 in the capacity of ......................... duly authorized to
Sign tenders for and on behalf of .........................................................................

(IN BLOCK CAPITALS)

Signature : ........................................................

Name : ..............................................................................................................

Designation : ..............................................................................................................

Address : ..............................................................................................................

Witness : ....................................................
17
Qualification Information
(To be completed and submitted by the bidder, with the Bid)
( if requested only)

ICTAD Registration
Registration number (attach copies of relevant pages from the registration book)
Grade
Speciality
Expiry Date
Backlisted 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 (attach relevant status copies, as annex)


Value of Construction works (attach copies of Certificate of Completion etc. and other documents such as profit-
performed in last 5 years loss and income expenditure statement)
Year ..
Year ..
Year ..
Year ..
Year ..
Value of similar works completed 1. Value Year ..
in last 10 years (indicate only the
three largest projects) 2. Value Year ..

3. Value Year .

(attach copies of Certificate of Completion etc., as annex)

Major items of construction 1. type Capacity


equipment propose
2. type Capacity

3. type Capacity .....

4. type Capacity .

5. type Capacity .

Qualification and experience of key Technical:


staff Site & Head Office 1.
(Permanent, Contract basis &
2.
Consultants)
3.

Managerial:
1.
2.
3.
Other information requested under
ITB Clause 4.1

18
SECTION 05

BIDDING DATA AND CONTRACT DATA

Note:
The Bidding Data and Contract Data included herein are Specimen. The
Procuring Entity may fill the necessary information and include them as
section 5 in Volume 2 before issuance of the Bidding Documents.

19
Bidding Data
Instructions to Bidders
Clause Reference

(1.1) The Employer is :

Director General,

Department of Wildlife Conservation,


811/A, Jayanthipura Road,
Battaramulla.

The work consists of mainly Building Construction works


Located Wasgamuwa

(1.2) Intended Completion Date is 210 Days from the Start Date

(1.3) The office for collection of bid forms is :

Assistant Director (Finance)

Department of Wildlife Conservation,


811/A, Jayanthipura Road,
Battaramulla.

The non- refundable fee is Rs 4000/-

The Bid form will be issued until 02.00 p.m. on 06thNovember 2017

(2.1) The source of funds is Government of Sri Lanka

(4.2) The requirement required:


1. ICTAD Registration

Specialty : Building Construction

Grade : C6 or above

20
(4.3) The following information shall be provided in Section 4:

* ICTAD Registration;

Registration number
Grade
Specialty
Expiry Date

* VAT Registration number

* Construction Programme

* Legal Status (Sole proprietor, Partnership, Company etc. )

* Total monetary value of construction work performed for each of the last five years;

* Experience in works of a similar nature and size for each of the last ten years;

* Major items of construction equipment proposed to carry out the Contract;

* Qualifications and experience of key site management and technical personnel


proposed for the Contract;

* any other.

(4.4) * Average of the annual volume of construction work performed in the last five years
shall be at least Rs. 20 Million (state the amount)

* Experience in the construction of at least one contract of a nature and complexity


equivalent to the Works over the last 10 years (to comply with this requirement,
works cited should be at least 70 percent completed);

* Proposals for the timely acquisition (own, lease, hire, etc.) of the essential equipment
listed in the Bidding Data clause 4.1;
Concrete mixture, Concrete vibrator, Bache loader

* Following technical and managerial Staff:

1. Civil Engineer - More than 5 years experience

2. Senior Technical Officer - More than 10 years experience

3. Quality Surveyor - More than 2 years experience

* The minimum amount of liquid assets and/or credit facilities net of other contractual
commitments and exclusive of any advance payments which may be made under the
contract shall be not less than Rs. 5 Million

21
(9.1) Employers address for the purpose of clarification is ;

Director Engineering,(Engineering Division),


Department of Wildlife Conservation,
811/A, Jayanthipura Road,
Battaramulla.
Fax 0112 883355
(11.1) E-mail director@dwc.gov.lk
(12.0) The language of the bidding document shall be English.

Any other _________________No________________________

(13.3) VAT component shall not be included in the rates. The amount written in the Form
of Bid shall be without VAT. However VAT component shall be shown separately
at the end of the BOQ.
(13.4) The Contract is/is not subjected to price adjustment in accordance with Clause 47 of
the Conditions of Contract.

(14.1) Deleted

(15.1) The Bid shall be valid up to 22.01.2018 (77 Days)

(16.1) Option 1

Bid shall include a Bid Security using the form included in Section 9.

(16.2) Bid Security shall be:

For an amount Rs 182,000/-Bank guarantee

Valid until 22.02.2017

For refundable cash deposit amount of Rs.91,000/- to the shroff of


Department of Wildlife Conservation ( From 9.00 a.m. to 3.00 p.m. on
weekdays)

issued by an agency acceptable to Employer using the form for bid


security (unconditional guarantee) included in Section 9, Standard Forms.

(17.0) Pre Bid meeting - venue ____-________ date - time _-_______

(19.2) a The Employers address for the purpose of Bid submission is

Chairman,
Department Procurement Committee
Department of Wildlife Conservation,
(19.2) b 811/A, Jayanthipura Road,
Battaramulla.
Contract name: CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA
WASGAMUWA NATIONAL PARK

Contract no: WL/02/20/W/B-13-2017

22
(20.1) The deadline for submission of Bids shall be 07thNovember 2017 2.30p.m..

(28.1) Deleted

(30.0) Deleted

(31.1) If the Procurement is within the authority limit of a DPC:

After evaluation of Bids in accordance with the procedures described under Clauses 25, 26, 27,
28, 29, and 30, the Employer will inform to all the bidders in writing the the selection of the
successful bidder and the intention of contract award to such bidder. The unsuccessful bidders
if they so wish, within one week of such notice may make representation to the Secretary to
the Line Ministry at the address given below. Such representation shall be self-contained to
enable the Secretary to arrive at a conclusion and a cash deposit to amount given below shall
be made. The Employer may request the bidder who had made representation to submit further
evidence during the investigation of such representation. The cash deposit will be forfeited
unless the Employer change the original contract award decision in favour of the bidder who
has made such representation.

Address : _________________________
Cash Deposit : Rs. 25,000.00
(34.0) The amount of Performance Security is 5% of the Initial Contract Price.

(36.0) The Adjudicator proposed by the Employer


_______-_______________

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.

23
Contract Data

(Please note that the Clause nos. given hereunder are that of Conditions of Contract)

(1.1) The Employer is

Director General,

Department of Wildlife Conservation,


811/A, Jayanthipura Road,
Battaramulla.
Name of Authorized Representative : Engineer

(1.1) The work consists of mainly Building Construction works

(1.1) The Site is located at Wasgamuwa

(1.1) The Start Date shall be 14 Days from the Letter of Acceptance.

(2.3) The following documents also form part of the Contract:


1. ______________________________

2. ______________________________

(8.1) Schedule of other contractors:

Name Period

_________________________________ ___________

_________________________________ ___________

_________________________________ ___________

_________________________________ ___________

(9.1) Schedule of Key Personnel:

Minimum persons with qualifications and experience to be defined,

(a) Technical
NDT 01 Equalent

(b) Manager
Civil Engineer with 5 years experience

24
(13.1) The minimum insurance covers shall be :

(a) The minimum cover for insurance of the Works and of Plant and Materials
is 110% of initial contract price

The maximum deductible for insurance of the Works and of Plant and
Materials is 5% of initial contract price

(b) The minimum cover for loss or damage to Equipment is replacement cost

The maximum deductible for insurance of Equipment is 5% of the minimum


cover for equipment

(c) The minimum cover for insurance of other property (other than the Site) is
Rs. 20,000/-

(d) The minimum cover for personal injury or death,

for third party and employees of the Employer and other persons engaged by the
Employer in the Works is Rs. 10,000/- per event

(13.2) (a) The minimum cover for personal injury or death,

* for the Contractor's workmen is Rs. 10,000/- per event

* Contractor's employees other than workmen is Rs. 5,000/- per event

(14.1) The following site investigation reports are annexed as Appendices;

Appendix 1 -
Appendix 2 -
(state the title of reports, eg: Contour Plan, Soil Investigation Reports etc.)

(17.1) The Intended Completion Date for the whole of Works shall be 210 days from the
start date.

(21.1) The Site Possession Date shall be 14 Days from Letter of Acceptance

(27.1) The Contractor shall submit a programme for the Works within14 Days of delivery
of the Letter of Acceptance.

(27.3) The period between Programme update is one month

(27.4) The amount to be withheld for late submission of a Programme is Rupees 2% of the
initial contract price

(35.1) The Defects Liability Period is 365 Days.

(39.2) Engineer may order variations up to a total cumulative value of not exceeding

Rs. 1 Million

25
(44.1) The following events shall also be Compensation Events:

1. ___________-_________________

2. ___________-_________________

(46.1) Deleted

(47.1) The Contract Price is / is not subjected to price adjustment

Weightings of Inputs

Indices No. Input Name Input Percentage

......... .

. .

. . .

. . .

Total 90%

Non adjustable element shall be:

BOQ Item Numbers : ..............., ............, ............., ............., ............, ...........,


..........., .........., .....

(48.1) The retention from each payment shall be 10% of the certified work done.

The limit of retention shall be 5% of the Initial Contract Price.

(49.1) The liquidated damages for the whole of the Works shall be 0.05% per Day.

(50.1) The maximum amount of liquidated damages for the whole of the Works shall be
10% percent of the Initial Contract Price

(52.1) The Performance Security shall be 5% of the Initial Contract Price.

(58.1) Schedule of operating and maintenance manuals.

(60.1) The percentage to apply to the value of the work not completed, representing the
Employer's additional cost for completing the Works, is 25% .

26
SECTION - 06

SPECIFICATIONS

27
TECHNICAL SPECIFICATIONS

The works under this Bid shall be executed in accordance with the Specifications given in the following
documents issued by the Institute for Construction Training and Development (ICTAD), Savsiripaya,
Wijerama Mawatha, Colombo 07 and as specified.

Publication No : Description
SCA/4 (Vol .i ) Specifications for Building Works,
Vol, (i) Sri Lanka
3rd Edition (Revised) July 2004

SCA/4 (Vol . ii ) Specifications for Building Works,


Vol, (ii) Sri Lanka
2rd Edition (Revised) October 2001

It is implied that the Bidders are acquainted with the above documents and therefore, those will not be
included in the bidding document

However the Bidders may purchase the same if necessary from ICTAD - Savsiripaya
WijeramaMawatha.
Colombo 07.

28
SECTION - 07

BILL OF QUANTITIES

29
PREAMBLE TO THE BILL OF QUANTITIES

1 The Conditions of contract, the Specifications are to be read in conjunction with the Bill of
Quantities.

2 The cost of complying with all conditions. Obligations and liabilities described in the
conditions of contract and the specifications and the Bill of Quantities including all overhead
charges (excluding VAT) , profit and cost of preliminaries and carrying out the work as
described shall be deemed to be spread over and included in the prices or sums stated by the
Bidder in the Bill of Quantities . VAT should be separately added.

3 If the bidder failed to price any Items in the Bill of Quantities then the cost of the work under
such Item shall be held to be spread over and included in the prices given against other items
of work.

4 When trade names, brand and / or catalogue numbers are referred to, sole preference to any
material or equipment is not intended. Any other material or equipment may be used,
provided that the characteristics of type, quality, appearance, finish, method of construction
and/ or performance in equal to or superior to specify.

5 Whenever the method of measurement is not clear from documents available, the principles as
given in the Sri Lanka Standard 573, 1999 method of Measurement of Road Work Shall is
applicable.

6 All items of work shall comply exactly with the Contract unless otherwise approved by the
Engineer and the rates and sums inserted in the Bill of Quantities shall be deemed to apply to
the work as specified. If for his convenience or reasons of availability, the Contractor
proposes and the Engineer approves the use or provision of alternative items, materials or
method of working or equivalent or superior quality to those specified in the Contract. The
rates and sums inserted in the Bill of Quantities shall not in any case be increased as a result.

7 The quantities set out in the Bill of Quantities are provisional and cover the approximate scope
of the work which is anticipated to be performed by the Contractor, The actual quantities used
for final measurement purposes will be determined by the TA / Engineer by measurement of
the work completed by; the Contractor.

30
8 where, for his own purposes or due to his own default, the contractor carries out the Works in
such a manner that the quantity of any item of work in particular component to be measured for
payment purposes differs from that directed by the Engineer, then payment shall be made
according to the lesser of the actual quantity and that directed. An excess quantity in one part
of the component shall not, however, be allowed to offset a deficit elsewhere in the same
component for measurement purposes.

9 Where the determination for payment determination for payment purposes of the quantity of
any item of work depends upon the measurement of existing features or ground levels and the
like. Then prior to carrying out any operations which might affect such measurement, the
Contractor shall first take such levels and measurements as the Engineer may direct and, after
the Engineer has had the opportunity to check the same, they shall be certified as agreed by
both the Engineer and the Contractor

10 In the event that the Contractor fails to observe the above procedure, the Engineer shall
determine the quantity to be assumed for payment purposes using the best information
available to him, and his decision in the matter shall be final.

11 Except where specifically stated, all costs associated with provision of all holes, openings.
Chases and ducts in other builders work required for installation and make them good. Shall
be included in the rates.

12 The Bills of Quantities should Therefore, be priced to reflect all Factors that would affect the
bid and the progress of the works.

13 Metric units are used throughout the Bill of Quantities for measurement purposes unless
otherwise indicated. Abbreviations used the Contract are as follows.

m - Linear meter
m2 - Square meter
m3 - Cubic meter
Nr - Number
Rs - Sri Lankan Rupees
Cts. - Cents
P.S. - Provisional Sum

31
B.O.Q. FOR PROPOSED CONSTRUCTION OF VISITOR'S CENTER AT KIRIOYA
WASGAMUWA NATIONAL PARK
Item
Description Unit Qty Rate Amount
no
A-Preliminaries
Construt,furnish and maintain contractors site
A-1 Item Allow
office
Supply electricity and water for consrtution
A-2 Item Allow
work
Provition of Insurance,performance bond and
A-3 Item Allow
Advance bond gurantee
B--Excavation
Clearing site vegetation, including bushes,
B-01 removing shrubs and removing away the debris Item Allow
from the site by using maching
Excavation for Foundation in any material except
rock requiring blasting, part return fill in and ram
B-03 Cube 31.00
and depositing surplus materials within the site as
directed -Depth 0~1.5m (Bank volume).
Filling under floors by spreading, watering and
compacting with approved quality Earth imported
B-04 Cube 2.00
from outside in 75mm layers by manually as
directed
C- Concrete
Cement concrete 1:3:6(1 1/2")in foundation
C-01 under column footing(lean concrete ) Rate Cube 1.90
including shuttering
lintols size 9" x 6" deep in Grade 20 concrete,
reinforced with 2 nos of 10mm dia. tor steel
C-02 bars and 6mm mild steel stirrups @ 6" c/c L.ft. 161.00
including necessary formwork in ground floor
with curing continously for 5 days.
Mixing, placing, vibrating and curing 1:2:4(20mm)
C-03 concrete in columnfooting & column shafts Cube 8.10
(Machine mixing).
Mixing, placing, vibrating and curing 1:2:4(20mm)
C-04 Cube 31.00
concrete in beams & slab (Machine mixing).
1:2:4(3/4")cement concrete in plinth beam12"x
9"with 02 Nos 12 mm TS &02 Nos 16mm
C-05 Lft
rods, MS stirrups at 0-6"c/c rate including
shuttering
Supplying and placing 75mm thick Slab pantry,
fire place, over drains in 1:2:4(20mm) concrete
C-06 reinforced with Y10@ 150mm c/c both ways. Rate Sq.ft 88.00
shall include reinforcement and necessary
formwork.

32
E-Form Work
Supplying, fabricating, fixing and removing
formwork using 25mm thick local timber
E-01 Sqr 105.00
planks for Column Footings ,column shaft,slab
& beam
F- Reinforcement
Supplying, cutting, bending, laying and binding
(with 16 BWG binding wires) Mild Steel
F-01 Kg 438.00
Reinforcement to slabs, beams, lintels, columns,
stair cases, etc ( Diameter greater than 6mm).
Supplying, cutting, bending, laying and binding
(with 16 BWG binding wires) Tor Steel
F-02 Kg 9,263.00
Reinforcement to slabs, beams, lintels, columns,
stair cases, etc.
G-Brick Masonry
225mm thick brick work in 1:5 cement and
G-01 sq 14.40
sand mortarwith wire cut tbrick
I-Rubble Masonry
Random Rubble Masonry work for
I-01 foundations in 1:5 cement, sand mortar using Cube 3.00
150mm x 225 mm approved quality rubble.
J-Flooring
Cement concrete drains of internal size 9"
wide and depth varies from 6" - 9" ,consist of
3" thick base and side walls in Grade 20
J-03 concrete including 1/2" thick 1:3 rendering L.ft 58.00
with 3" thick & 2'-6" width concrete amp,
including necessary formwork with curing
continously for 5 days.
K-Tiling
Supplying and laying 200mmx300mm Glazed
Ceramic Wall Tiles with exceptional quality,
including 12mm thick tile bedding in 1:3 cement
K-01 Sqr 5.00
sand mortar and pointing with tile grout similar to
the colour of tiles.(Colour, pattern and the quality
should be approved by the engineer).
Supplying and laying 300mmx300mm Non Skid
Ceramic Floor Tiles with exceptional quality,
including 12mm thick tile bedding in 1:3 cement
K-02 Sqr 45.00
sand mortar and pointing with tile grout similar to
the colour of tiles.(Colour, pattern and the quality
should be approved by the engineer).
Supply and laying of 4" high skirting including
K-03 tile grout to match the tile of tiling confirming to Sqr 184.00
items

33
L-Plastering
20mm thick plinth plaster in 1:3 cement sand
L-01 Sqr 0.40
mix finished smooth with red cement floating
16mm thick smooth plaster for walls in 1:1:5
L-02 cement lime sand mix finished smooth with lime Sqr 12.00
putty
15mm thick plaster to R.C.C. columns, beams 35.00
and soffit of slab in cement - sand 1:3 mix
L-03 Sqr
including floating with lime putty - up to first
floor level
M-Color washing ,painting and polishing
Applying one coat of approved quality wall
primer and two coats of approved quality weather
M-01 shield paint to new walls after applying lime Sqr 23.00
putty and sand papering, applying plaster of Paris
and preparing surface as directed.
Applying one coat of approved quality wall
primer and two coats of approved quality
M-02 emulsion paint to new walls after applying lime Sqr 12.00
putty and sand papering, applying plaster of Paris
and preparing surface as directed.
Applying one coat of approved quality wood
primer and two coats of approved quality enamel
M-03 Sqr 0.84
paint to new wood work after preparing surface
as directed.
Applying two coats of approved quality floor
M-04 Sqr 43.00
paint after preparing surface as directed.
Waterproofing treatment by using flexible
polymer cement slurry according to
M-05 Manufacturers specification's. ("Masterseal Sqr 26.80
540"(Barralastic) or equivalent approved product
includingpreparation of surface)
N- Roofing and ceiling
Supplying and roofing with 0.47mm thick colour
coated Zink Aluminum metal roofing sheets on
special class timber frame consist of
100mmx50mm rafters and 50mmx50mm bearers
N-01 Sqr 33.00
with maximum spacing of 1200mm centre to
centre. ( Quality of timber and Brand, Profile and
Colour of the sheets should be approved by the
engineer).
Supplying and fixing 100x75 mm special class
N-02 timber as directed including treating with Lft 218.00
approved quality wood preservative
Supplying and fixing 125x75 mm class I timber
N-03 as directed including treating with approved Lft 192.00
quality wood preservative
Supplying and fixing 125x50 mm class I timber
N-04 as directed including treating with approved Lft 110.00
quality wood preservative
34
Supplying and fixing 0.47mm thick Zink
Aluminum ridge capping of girth 470mm to
N-05 Lft 109.00
match the colour of the roof. Rate shall include all
necessary fasteners, etc.
Barge board, Valance, facia, 20mm thick
225mm high, GINISAPU local timber fixed
N-08 complete with necessary screws, preparing and Lft 266.00
painting with one coat of primer and two coats
of enamel paint
U-Partition Wall
Supplying, and Installing of Laminated
U-01 Tempered Glass with2*2stainless steel frame Sq.ft 1,240.00
work Rate shall include for fixing
Supplying, and Installing of Laminated
Tempered Glass door with frame rate
U-02 Sq.ft 154.00
including with nut &approved quality
hingers,door handle with cap nut
Supplying, Fabricating and Installing 3mm
thick Fully PVC board ( bothsides)
ALUMINIUM PARTITION consist of 1.2mm
thick, 76mm depth(max. width 23.0mm)
Aluminium extrusions and GI channel stiffene
rframe work enclosed in Aluminium frame
work with an appropriate gridpattern, span not
U-03 exceeding 1200mm in both vertical & Sq.ft 158.00
horizonta ldirections suited to the available
space and additional GI channel bracing
splaced in 600mm centers at vertical direction.
Rate inclusive of Aluminium beadings
(including necessary rubber beadings)
necessary fasteners etc.( Matt finished
aluminium
O-Gutters and down pipes
Supplying and fixing approved quality 150x100
mm PVC square type eave gutters with brackets
O-01 Lft 205.00
at 300mm centers, running heads, end caps, etc as
directed
Supplying and fixing approved quality 87.5 mm
O-02 dia. PVC down pipes with PVC clips at 1000mm Lft 16.00
centers and all specials as directed
P-Doors & Windows
Supplying and fixing 31mm thick approved
quality plywood door sash with 100x75mm frame
in special class timber complete with oxidized
brass or equivalent approved quality furniture
P-02 Sq.ft 42.00
including one coat of wood primer and two coats
of enamel painting to wood work. ( Type and
brand of door lock to be decided according to type
of work and to be paid separately)

35
Supplying, Fabricating and Installing 12mm thick
Laminated Tempered Glass Door Aluminium
framed Double door sashes with 5mm thick glass
Sq.ft 154.00
pans, suitable rubber beadings, necessary fastners,
rollers &etc.(door locks and door handles paid
separately)
Doors or Windows, glazing and/or paneling with
100mm x 75mm frames and 28mm to 32mm
sashes in (Group 2,Category B) local timber Sq.ft 5.00
supplying and fixing complete with brass
furniture.
Natural aluminum single sash with frame
fixed with butt hinges open able door with
middle rail and gauge 24 aluminum sheet,
P-03 neoprene and wooled beading, gaskets, pop Sq.ft 105.00
rivets, threaded bar with nut and approved
quality lock,butt hinges, door handle with cap
nut. ( for toilet)
Supplying and fix mortise lock - Union 678-
24-95CH or equivalent, with 1 years
P-04 No. 7.00
guarantee. (guarantee certificate should be
submitted with bills)
Supplying and fixing Night - latch lock of
Union Brand & Model No. 1022 SEPL or
P-05 No. 7.00
approved equivalent.-(No2242), (Imported,
British or south African make).
SANITARY FITTINGS
Supply and fix white vitreous china floor
standing wash basin and pedestal with
overflow hole and single tap hole in center of
"Rocell" brand & model "Urban D "
complete to working order inclusive of the 1
Q-01 Nos 5.00
1/4" chromium plated waste outlet of "Rocell"
brand & model "A706" and 1 1/4" chromium
plated siphon cleanable bottale trap of
"Rocell" brand & model "A186"or approved
equivalent
Supply and fix white vitreous china floor
standing close coupled semi back to wall
water closet suite with wash down flushing
with 6/3 liters dual flushing has horizontal
outlet with vario drain bend and two lateral
Q-02 Nos 4.00
holes for bottom water connection , cistern
with water inlet from rear of "Rocell" brand &
model "Urban D" complete to working order
inclusive of universal bend of "Rocell" brand
& model "Vario Joint"or approved equivalent

36
Supplying & fixing Bowl type approved urinal
with trap and urinal flush valve complete to Nos 3.00
working order.
Supplying & fixing mirror for bathroom 450mm x
600mm size approved quality with screws, plugs Nos 5.00
etc.
Supply and fix plastic bidet spray - with 1
Q-03 Nos 4.00
years guarantee with all necessities.
Supply and fix chromium plated 600mm long
Q-04 Single Towel Bar of Rocell brand & model Nos 1.00
"Charming" or approved equivalent
Q-06 Supplying and fixing gully (plastic) Nos 8.00
Supply and fix Plastic Shower rose, with
Q-07 Nos 1.00
guarantee
Supply and fix chromium plated Soap Basket
of "Rocell" brand &model "Charming" or Nos 1.00
approved equivalent. (Semi-luxuary range )
R- Plumbing
Supplying and laying 20mm (1/2") Type 1000
R-01 Lft 250.00
PVC pipes with all specials
Supplying and laying 25mm (3/4") Type 1000
R-02 Lft 50.00
PVC pipes with all specials
Supplying and laying 32mm (1") Type 1000 PVC
R-03 Lft 50.00
pipes with all specials
Supplying and laying 40mm (1 1/4") Type 600
R-04 Lft 150.00
PVC pipes with all specials
Supplying and laying 50mm (1 1/2") Type 600
R-05 Lft 50.00
PVC pipes with all specials
R-06 Supplying and fixing 12mm (1/2") bib tap - PVC Nos 10.00
Supplying and fixing 12mm (1/2") gate valve -
R-07 No 4.00
PVC
Supplying and fixing 20mm (3/4") gate valve -
R-08 Nos 1.00
PVC
R-09 Supplying and fixing 25mm (1") gate valve - PVC No 1.00
Supplying and fixing 38mm (1 1/4") gate valve -
R-10 No 5.00
PVC
Supplying and fixing 38mm (1 1/2") gate valve -
R-11 No 1.00
PVC
Supplying and fixing 1/2" Angle valve of "S-
R-12 Nos 12.00
Lon" brand & or approved equivalent.
Supplying and laying 110mm (4") Type 400 PVC
R-13 Lft 50.00
pipes with all specials
Soakage pit with internal dia. 1200mm and
depth 3000mm, all complete including
excavation, ring beam with 4 Nos. 10 mm bars
R-14 & 6 mm dia. stirrups at 225mm spacing at No 2.00
bottom of wall, 225mm brick work and 75mm
thick cover slab with 12mm bars in 150mm c/c
both way (as per detail drawing)

37
Gulley pit with internal dimension
300x300x300mm deep, 150mm thick
1:3:6(40mm) concrete foundation, 225mm
R-15 thick brick work in 1:5 ct. sand, 12mm thick No 2.00
cement sand rendering in 1:2 with forming
canals and 75mm thick R.C.C. slab as per
Drawings
Supplying and fixing "Plastishel"water
R-16 tank1000 Ltr capacity Including bolve valve,!" No 2.00
gate valve ,and other necessary specials
T - Electricity
Supply and install Earth electrode copprer rod,
T-1 No 1.00
1800mm long fixed on ground with connection
Supply and install 65x65x6 mm angle iron,
service bracket, D bracket and Insulator with
T-2 No 1.00
necessary nuts and bolts for main wire fixed to
wall or roof frame - Single Phase
Supply install MCB 10 way, 40A, 2 pole
T-3 Isolator, 40A RCCB 2-pole and box fixed with No 2.00
7/1.35mm single core cable - Single Phase
Supply and install Ceiling fan 56",(230V,
80W) according to Engineers Approval & SLS
T-4 Nos 7.00
certificate complete with regulator and other
fittings (Warranty period of 2 Years)
Supply and install Pendant lamp with CFL
T-5 bulb - 20w ( spiral or globe) - with guarantee - Nos 56.00
including switch and necessary wiring
Supply and install 5A Switch Socket outlet
T-6 Nos 13.00
including necessary wiring
Supply and install 15A Switch Socket outlet
T-7 No 2.00
including necessary wiring
Supply and fix 7/1.35 mm main wire -
T-8 L.Ft 50.00
(Double)
V-Pump
Supplying and fixing water pump single phase
manufactured by " Jinasena" Model no:- N110T/1
,size 1" x 1" , 0.75 H.P. , total head 80'-0" , output
1000 I.g/hr. as per manufacturer's specifications.
Rate include for fixing 1" dia. Foot valve approved
make, Positioning and mount the pump on a
V-1 No 1.00
concrete bed 9" x 9" x 3" thick in 1:2:4(3/4") with
10mm dia. hexagonal bolts to required lengh , Nuts
& Washers 1/16" thick complete in working order
using necessary P.V.C. pipes, specials...etc. &
electrical supply from the closest DB. Pipes,
specials & electricity connection paid separatly.

38
Construction of Generator House No 1.00
Construction of well (Detail estimate annexed)
No 1.00
Construction of Pump House (Detail estimate
annexed) No 1.00

TOTAL COST

Discount if any
..........................
Total After Discount
...........................
VAT
...........................
Total
...........................

Total amount without Tax in words

....................................................................................................................................................
....................................................................................................................................................
....................................................................................................................................................

Name of the Contractor

Signature

Date

39
B.O.Q. FOR CONSTRUCTION OF 4'.0" DIA WELL - 20 FT DEEP

Item
No
Unit Qty Rate Amount
Description

1 Excavation well 4' 0" dia 0' 0" to 5' 0"deep Cube 0.63

2 Excavation well 4' 0' dia 5' 0" to 10' 0" deep Cube 0.63

3 Excavation well 4' 0' dia 10' 0" to 15' 0" deep Cube 0.63

4 Excavation well 4' 0' dia15' 0" to 20' 0" deep Cube 0.63

1:2:4(3/4") concrete ring beam 9" x 9" high


6 R/F with 12mm dia. MS 04 Nos. & 1/4" L.ft 13.00
stirrups at 8" c/c - Rate including shutterings

Supply &Laying,joining 4'-0" dia.Hume


7 L.ft 22.00
pipe(Including TransportLoading,unloding)

Supply &Fixing 4'-0" dia.Hume pipe cover


8 Nos 1.00
slab

Fabricating, furnishing, & fixing 2"dia. GI


11 L.ft 4.00
pipe with 4'-0" dia. Pullen fix 1:2:4(3/4")

13 6" x 9" rubble paving 1:3 cement sand Sqr. 1.00


1:2:4(3/4") concrete on rubble paving 4"
14 Cube 0.50
thick
Clearing well pupmping water starting to
15 Item Allow
final inspection
Cost

40
B.O.Q. FOR CONSTRUCTION PUMP HOUSE

Item
Description Unit Qty. Rate Amount
No
Site preparation including clearing site
vegetation, removing bushes, shrubs & top soil
1 Sqr 0.60
to a depth not exceeding 6" and removing all
debriS away from site.
Excavation in foundation in normal earth up to
2 a depth of 1.5m inclusive of backfilling, Cube 0.80
compacting and disposal of surplus earth.
Mixing and placing in concrete grade 15,
3 Cube 0.20
1:3:6 (1 1/2") 6" thick for wall foundation
R.R masonry in 1:5 cement and sand motar in
4 Cube 0.90
foundations.
Filling earth and compacting 150mm layers.
5 Cube 0.40
Rate includes for transport of 30m.
3/4" thick D.P.C. in cement sand 1:3 finished
6 with 2 coats of D.P.C. tar and blinded with Sqr 0.20
sand.
Floor concrete 1:2 4(3/4") cement concrete
slab roof with 10mm TS rods r/f in6" c/c
7 including shuttering (rate including 1:2 Cube 0.20
cement and sand rendering finished smooth
with cement slurry
Masonry block work 100mm thick in walls in
8 cement and sand 1:5 motar using hollow Sqr 0.75
blockS.
16mm thick 1:1:5 cement, lime and sand
9 plastering to walls finished smooth with lime Sqr 0.80
putty.
16mm thick plastering to plinth walls in
10 Sqr 1.25
cement and sand 1:3 including cement floating
Fioor cement concreete in1:2 1/2:5( 1") 3"
11 thick with 1/2"rendering 1:2with expantion Sqr 0.20
joints & field with red cement
Door ledged & braced 1" thick single sash
hung on 3 3/4"*2 3/4" frame in class 1 timber
12 Sq.ft 12.00
& brass furniture and lock with two coats of
enamel painting
Painting walls with weather shield paint.two
13 coats with primer including preparation of Sqr 0.80
surface
Prepare and apply one coat of Alkali resistant
14 primer and two coats of Emulsion paint to Sqr 0.52
walls
COST

41
SECTION - 08

Drawing

Typical Drawing Attached

42
SECTION - 09

STANDARD FORMS (BID)

Bid Security
Bid Securing Declaration

43
Notes on Standard Forms:

Bidders shall submit the completed Form of Bid


Security as appropriate in compliance with the
requirements of the bidding documents.

44
FORM OF BID SECURITY
--------------------------------------------------------------------------------------------------------- [insert issuing
agencys name, and address of issuing branch or office]

Beneficiary:
Director General,
Department of Wildlife Conservation,
811/A, Jayanthipura Road,
Battaramulla

Date: .
BID GUARANTEE No.:..

We have been informed that ------------------------------------------------------------------ [insert (by issuing


agency) name of the bidder] (hereinafter called "the bidder") has submitted to you its bid dated

for the execution of Construction of Visitor's Center at Kirioya Wasgamuwa


National Park 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 the successful bidder furnishing the performance security,
otherwise it will remain in force up to . (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)]

45

Potrebbero piacerti anche