Vous êtes sur la page 1sur 66

BIDDING DOCUMENT

FOR

MODIFICATION TO REGIONAL OFFICE BUILDING


AT KURUNEGALA

B/07/2018

CEYLON PETROLEUM CORPORATION

2018
CONTENTS

Pages

SECTION 1 - INSTRUCTIONS TO BIDDERS……………………………… 1 - 2


SECTION 2 - STANDARD FORMS (CONTRACT) .……………………… 3 - 9

SECTION 3 - CONDITIONS OF CONTRACT…………………………….. 10 - 11

SECTION 4 - FORM OF BID AND QUALIFICATION


INFORMATION …………………………………………….. 12 - 14

SECTION 5 - BIDDING DATA AND CONTRACT DATA………………. 15 – 22

SECTION 6 - SPECIFICATIONS ………………………………………….. 23 – 24

SECTION 7 - BILL OF QUANTITIES……………………………………... 25 - 55

SECTION 8 - DRAWINGS ………………………………………………. … 56 - 57

SECTION 9 - STANDARD FORMS (BID)…………………………….......... 58 - 60

CHECKLIST FOR BIDDERS ………………………………………………. 61


INVITATION FOR BIDS

Note :

The relevant form shall be filled by the Procuring Entity and included
in Volume 2 of the bidding documents.

Note :

Bidders are advised to consider the information printed in bold & Italic in the
document as a checklist, when preparing their bids. However, it is the
responsibility of the bidders to comply with all the requirements given in the
bidding document.
INVITATION FOR BIDS (IFB)
Ceylon Petroleum Corporation (Ministry of Petroleum Resources
Development
MODIFICATION TO REGIONAL OFFICE BUILDING AT
KURUNEGALA
(400023693)
B/ 07/2018
1. The Chairman Departmental Procurement Committee (DPC) on behalf of the Ceylon
Petroleum Corporation invites sealed bids from eligible and qualified contractors for the contract
“Modification to Regional office Building at Kurunegala” at an estimated cost of Rs. 15.0
Million.
The period of Construction of this work is six (06) Months.
2. Bidding will be conducted through National Competitive Bidding Procedure.

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

4. Qualification requirements to qualify for contract award include: Bidders applied for this
tender should have ICTAD Registration C6 or above.

5. Interested Prospective bidders may obtain further information from Manager (Procurement &
Stores) over the Tele Nos. 5455330 or 5666225 or Facsimile No : 5455424 and inspect the
bidding documents in his Office at No. 609, Dr. Danister De Silva Mawatha, Colombo 09, from
0900 hrs. to 1500 hrs. until 02.02.2018.

6. A complete set of Bidding Document in English language may be purchased by interested bidders
on submission of a written application to the Manager (Procurement & Stores) from 0900 hrs. to
1500 hrs. until 02.02.2018. upon payment of a non refundable fee of Rs 2,000.00 (i.e. Rs.
1,705.02 + 2% NBT + 15% VAT). The method of payment will be by cash .

7. Bids shall be delivered to the Manager (Procurement & Stores), Procurement & Stores
Function, Ceylon Petroleum Corporation, 1st Floor, No.609, Dr. Danister De Silva
Mawatha, Colombo 09 on or before 1400 hrs. on 05.02.2018. Late bids will be rejected. Bids
will be opened soon after closing and in the presence of the bidders or their authorized
representatives who choose to attend.

8. The bidders designated representative is invited to attend a pre-bid meeting which, if


convened and informed to the bidders, will take place at Regional Office (Kurunegala),
Ceylon Petroleum Corporation at No. 20/3, Noyel Senevirathne Mawatha, Colombo
Road, Kurunegala. The pre-bid will be conducted at 10.00 a.m. on 25.01.2018.

9. All bids shall be accompanied by a Bid-Security of Rs. 250,000.00.

Chairman,
Departmental Procurement Committee,
C/o Manager (Procurement & Stores),
Procurement & Stores Function,
Ceylon Petroleum Corporation,
1st Floor, No. 609, Dr. Danister De Silva Mawatha,
Colombo 09.
Section - 1

INSTRUCTIONS TO BIDDERS

Notes :

Instructions to Bidders shall be read in conjunction with Bidding Data under Section 5
(Volumn 2). Matters governing the performance of the Contractor, payments under the
Contract, or matters affecting the risks, rights, and obligations of the parties under the
Contract are included under Section 3 - Conditions of Contract (Volume 1) and Contract
Data under Section 5 (Volume 2). However, some information is reproduced in this Section
facilitate the bidder to price their bids.

Instructions to Bidders will not be a part of the Contact and will ceases to have effect once
the Contract is signed.

Note :

Bidders, may consider the information printed in bold & Italic in the document as a
checklist when preparing their bids. However, it is the responsibility of the bidders to
comply with all the requirements in the bidding document.

Modification to Regional Office Building at Kurunegala- ip Page 1 of 61


Section 1

1. INSTRUCTIONS TO BIDDERS

Instructions to Bidders applicable for this Contract are that given in Section 1 of the
Standard Bidding Document for Procurement of Works, ICTAD Publication No.
ICTAD/SBD/01, January 2007, published by the Institute for Construction Training and
Development [ICTAD], “Savsiripaya”, Wijerama Mawatha, Colombo 07.

This publication will not be issued with the Bidding Document and Bidder is advised to
Purchase it from ICTAD.

Modification to Regional Office Building at Kurunegala- ip Page 2 of 61


Section - 2

STANDARD FORMS (CONTRACT)


o Letter of Acceptance
o Agreement
o Performance Security
o Advance Payment Security o
Retention Money Guarantee

Modification to Regional Office Building at Kurunegala- ip Page 3 of 61


Notes on Form of Letter of Acceptance

The Letter of Acceptance will be the basis for formation of the Contract as described in
Clause 1.6.3 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.

Notes on Standard Forms :

 Bidders shall submit the completed Form of Bid Security as appropriate in


compliance with the requirements of the bidding documents.

 Bidders should not complete the Form of Agreement at the time of preparation of
bids.

 The successful bidder will be required to sign the Form of Agreement, after the award
of contract.

 Any corrections or modifications to the accepted bid resulting from arithmetic


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

 The Form of Performance Security, Form of Advance Payment Security and Form of
Retention Money Guarantee should not be completed by the bidders at the time of
submission of bids.

 The successful bidder will be required to provide these securities in compliance with
the requirements herein or as acceptable to the Employer.

Modification to Regional Office Building at Kurunegala- ip Page 4 of 61


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 ------------------- [insert date] for the construction and
-------------------------------------------------------------------
remedying defects of the [name of the
Contract and identification number] for the Contract price of --------------------- [name of currency]
--------------------------------------------------- [amount in figures and words] as corrected in accordance
with Instructions to Bidders and / or modified by a Memorandum of Understanding, is hereby
accepted.
The adjudicator shall be --------------------------------------- [name and address of the Adjudicator, if

agreed] / shall be appointed by the Institute for Construction Training and Development (ICTAD).

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

The Start Date shall be: ------------------------- (fill the date as per Conditions of Contract).

The amount of Performance Security is : ------------------- (fill the date as per Conditions of Contract).

The Performance Security shall be submitted on or before --------------------- (fill the date as
per Conditions of Contract).

Authorized Signature : -----------------------------------------

Name and title of Signatory : -------------------------------------------------------------


Name of Agency : ----------------------------------------------------------------------------

Modification to Regional Office Building at Kurunegala- ip Page 5 of 61


STANDARD FORM: AGREEMENT

This AGREEMENT, made the ----------[day] day of ------------ [month] 20-------- [year] between
------------------------------------[name and address of Employer] (hereinafter called “the Employer”) of
the one part, and --------------------------------------------------------- [name and address of Contractor]
(hereinafter called “the Contractor”) of the other part.
WHEREAS the Employer desires that the Contractor execute ----------------------------------- [name and

identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted
the Bid by the Contractor for the execution and completion of such Works and the remedying of any
defects therein.

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 Conditions 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 execution
and completion of the Works and the remedying of defects wherein the Contract Price or such
other sum as may become payable under the provisions of the Contract at the times and in the
manner prescribed by the Contract.

In Witness whereof the parties thereto have caused this Agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.

………………………………………. ……………………………………….

Authorized signature of Contractor Authorized signature of Employer

COMMON SEAL COMMON SEAL

In the presence of:


Witnesses :
1. Name and NIC No. ………………………………………………
Signature …………………………

Address …………………………………………………………..

2. Name and NIC No. ………………………………………………


Signature …………………………
Address ………………………………………………………….

Modification to Regional Office Building at Kurunegala- ip Page 6 of 61


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 into Contract No…………[reference
number of the contract] dated……………….with you, for the …...insert “Construction”]
of ………………………………………………….[name of contract and brief description of
Works] (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 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…………., 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)]

Modification to Regional Office Building at Kurunegala- ip Page 7 of 61


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 into 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 figure] (………………………………..[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)]

------------------------------
4 The Guarantor shall insert an amount representing the amount of the advance payment and
denominated either in the currency(ies) of the advance payment as specified in the Contract.

Modification to Regional Office Building at Kurunegala- ip Page 8 of 61


FORM OF RETENTION MONEY GUARANTEE
……………………………………………………………………………….[Issuing Agency’s
Name, and Address of Issuing Branch or Office]

Beneficiary :…………………………………………………………….. .[Name and Address


of Employer]

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 execution of …………[name
of contract and brief description of Works] (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] (……………………………………………...)
5
[ 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)]

-----------------------------
5 The Guarantor shall insert an amount representing the amount of the second half of the Retention Money.

Modification to Regional Office Building at Kurunegala- ip Page 9 of 61


SECTION – 3

CONDITIONS OF CONTRACT
Conditions of Contract shall be read in conjunction with Section 5- Contract Data in
Volume 2, which shall take precedence over the Conditions of Contract.

Modification to Regional Office Building at Kurunegala- ip Page 10 of 61


Section – 3

3.0 GENERAL CONDITIONS OF CONTRACT

General Conditions of Contract applicable for this Contract are that given in Section 3
of the Standard Bidding Document for Procurement of Works, ICTAD Publication No.
ICTAD/SBD/01, January 2007, published by the Institute for Construction Training and
Development [ICTAD], “Savsiripaya”, Wijerama Mawatha, Colombo 07.

This publication will not be issued with the Bidding Document and Bidder is advised to
Purchase it from ICTAD.

General Conditions of contract shall be read in conjunction with schedule provided


under Section 5 of the Bidding Document.

Modification to Regional Office Building at Kurunegala- ip Page 11 of 61


SECTION - 4

FORM OF BID AND QUALIFICATION


INFORMATION

Note :

Bidders are advised to consider the information printed in Bold & Italic in the document
as a checklist, when submitting their bids. However, it is a responsibility of the bidders to
comply with all the requirements given in the bidding document.

Modification to Regional Office Building at Kurunegala- ip Page 12 of 61


Form of Bid

Note : Prior to issue of the bidding documents, the Employer should insert relevant data for all
items marked with an asterisk (*).

Name of Contract : Modification to Regional Office Building at Kurunegala

To : Ceylon Petroleum Corporation

Gentleman,

1. Having examined the Standard Bidding Document - Procurement of Works


[ICTAD/SBD/01 - Second Edition, January 2007], Specifications, Drawings and Bills of
Quantities and Addenda for the execution of the above-named Works, we the undersigned,
offer to execute and complete such Works and remedy any defect therein in conformity
with the aforesaid Conditions of Contract, Specifications, Drawings, Bills of Quantities and

addenda for the sum of Sri Lankan Rupees ....................................... (LKR ...................) or
such other sums as may be ascertained in accordance with the said Conditions.

2. We acknowledge that the Contract Data 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 Seventy Seven (77) 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.

Dated this ............. day of ............ 20... in the capacity of .............. duly authorized to sign tenders
for and on behalf of ............................................................................
(IN BLOCK CAPITALS)

Signatur : ....................................................
e

Addres : ...............................................................................................................
s

Witnes : ....................................................
s
Modification to Regional Office Building at Kurunegala- ip Page 13 of 61
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 C6 or above

Specialty Buildings

Expiry Date

Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other Agency? (Yes/No)
IF yes provide details
VAT Registration Number

Construction Program ( attach as annex)

Legal status (attach relevant status copies, as annex)


Value of Construction works (attach copies of Certificate of Completion etc. and other
performed in last 5 years documents such as profit-loss and income expenditure statement)
Year 2016
Year 2015
Year 2014
Year 2013
Year 2012
Value of similar works completed 1. Value Year ……………..
in last 05 years (indicate only the 2. Value Year …………..
three largest projects) 3. Value Year …………….
(attach copies of Certificate of Completion etc., as annex)

Major items of construction 1. type Capacity ………………


equipment proposed 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

Modification to Regional Office Building at Kurunegala- ip Page 14 of 61


SECTION – 5

BIDDING DATA AND CONTRACT DATA

Modification to Regional Office Building at Kurunegala- ip Page 15 of


61
5.1 Bidding Data
Instructions to Bidders

Clause Reference
1.1 The Employer is

Name: Ceylon Petroleum Corporation


Address : “609”, Dr. Danister De Silva Mw., Colombo 09.
The Works Consists of – Modification to Regional Office Building at

Kurunegala
Located at : Kurunegala
1.2 Intended Completion Date is six (06) months from the Start Date.

1.3 The Office for collection of bid forms is :

Manager (Procurement & Stores), Procurement & Stores Function,


st
1 Floor, No. 609, Dr. Danister De Silva Mw., Colombo 09.
The non-refundable fee is Rupees Rs. 2,000.00 (including Taxes)
The Bid Forms will be issued until 02.02.2018.

2.1 The source of funds is Ceylon Petroleum Corporation

4.2 The registration required

Specialty : Building Construction

Grade : C6 and above.

Modification to Regional Office Building at Kurunegala- ip Page 16 of 61


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 five 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 similar to the estimated cost given in the “Invitation For Bids”

* Experience in the construction of at least one contract of similar nature Works


(building & steel structures) over the last 05 years (to comply with this
requirement, works cited should be at least 70 percent completed);

* Following technical and managerial Staff:


Technical Staff :
1. NDT Civil with 3 years - 01 Full Time

Modification to Regional Office Building at Kurunegala- ip Page 17 of


61
9.1 Employer’s address for the purpose of clarification is ;
Name : Mr. S.D.S. Rajapakse
Address : Manager (Procurement & Stores), Procurement & Stores Function,
1st Floor, No. 609, Dr. Danister De Silva Mw. Colombo 09.
Fax : 5455424, Tel : 5455330, 5666225

11.1
The language of the bidding document shall be English.
12.0
Any other ________________________________________

13.3 VAT component shall not be included in the rates. The amount written in the
Form of Bid shall be without VAT. However VAT component shall be shown
separately at the end of the BOQ.

13.4 The Contract is not subjected to price adjustment in accordance with Clause 47 of the
Conditions of Contract.
14.1 Bidders are not allowed to bid in foreign currencies

15.1 The Bid shall be valid up to Seventy seven ( 77 ) days from the date of closing of the
Bid.

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

16.2 Bid Security shall be:

 for an amount of Rs. 250,000.00 Valid until 105 days (i.e. until 21.05.2018)
from the date of closing the Bid .

 issued by a Bank or an Insurance Company operating in Sri Lanka and


acceptable to Employer using the form for bid security (unconditional guarantee)
included in Section 9 Standard Forms.

19.2 a The Employer’s address for the purpose of Bid submission is


Manager (Procurement & Stores), Procurement & Stores Function, 1 st Floor, No.
609, Dr. Danister De Silva Mw., Colombo 09.

19.2 b Contract name: Modification to Regional Office Building at Kurunegala


Contract no : 400023693

Modification to Regional Office Building at Kurunegala- ip Page 18 of


61
20.1 The deadline for submission of Bids shall be 05.02.2018.
28.1 For evaluation and comparison of Bids under Sub-Clause 29.2 tes and prices quoted in

foreign currencies by the bidders will be converted to Sri Lanka Rupees using middle

 exchange rate published by the Central Bank of Sri Lanka, on the date of closing of the
Bid.

34.0 The amount of Performance Security is 5% of the Initial Contract Price.

36.0 Clause 36.0 Adjudicator will be reformulated as follows.

Arbitration

36.1 Any doubt, difference, dispute, controversy or claim arising, out of or in


connection with or touching or concerning the execution or maintenance of the
works in this contract, or on the interpretation thereof or on the rights, duties,
obligations, or liabilities of any of the parties thereto or on the operation, breach
termination, abandonment, foreclosure or invalidity thereof, shall be finally
settled by arbitration after written notice by either party to the contract to the
other for a decision to a sole arbitrator to be appointed as hereinafter provided.

36.2 The Party desiring arbitration shall nominate three arbitrators out of which one to
be nominated by the other party within 21 days of the receipt of the said request.
If the other party does not nominate one to serve as Arbitrator within the
stipulated period the party calling for arbitration shall nominate one of the three
and inform the other party accordingly.

36.3 The arbitration shall be conducted in accordance with Arbitration Act No. 11 of
1995.

36.4 If the Arbitrator so appointed is unable or unwilling to act or resign the


appointment or vacate his office due to any reason whatsoever another
Arbitrator shall be appointed in the same manner as mentioned aforesaid.

36.5 The Arbitrator so appointed shall be entitled to determine the rules of procedure
to be followed in the Arbitration.

36.6 The Arbitration shall be held in Sri Lanka and the venue if not finalized by the
parties, shall be decided by the Arbitrator.

Modification to Regional Office Building at Kurunegala- ip Page 19 of 61


Contract Data

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

1.1 The Employer is

Name : Ceylon Petroleum Corporation


Address: No. 609, Dr. Danister De Silva Mawatha., Colombo 09.

Name of Authorized Representative : To be informed after awarding the


Contract

1.1 The Engineer is

Name : Eng. & Premises Manager


Address : Engineering & Premises Function,
7th Floor, No. 609, Dr. Danister De Silva Mw.,
Colombo 09.

Name of Engineer's Representative : To be notified after awarding the


Tender

1.1 The Works consists of : Modification to Regional Office Building at


Kurunegala

The Site is located at : Kurunegala


1.1

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

2.3 The following documents also form part of the Contract:


1. Bidding Data
2. Contract Data
3. Specification
4. B.O.Q.

Modification to Regional Office Building at Kurunegala- ip Page 20 of 61


8.1 Schedule of other contractors:
Name Period
Not Applicable (N/A) N/A

9.1 Schedule of Key Personnel:

(a ) NDT (Civil) Engineers with three years Site Experience (full time)

13.1 The minimum insurance covers shall be :

(a) 10% of the initial Contract value ( for the Employer )

(b) 110% of the initial contract value ( for the contractor )

17.1 The Intended Completion Date for the whole of Works shall be
Six (06) months from the Start Date
21.1 The Site Possession Date shall be Fourteen (14) Days from Letter of

Acceptance
27.1 The Contractor shall submit a programme for the Works within

Seven (07) Days of delivery of the Letter of Acceptance.


27.3 The period between Programme update is One month

Modification to Regional Office Building at Kurunegala- ip Page 21 of


61
27.4 The amount to be withheld for late submission of a Programme is Rupees
10% of the value of the bill certified.
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. 5% of the initial contract value.


44.1 The following events shall also be Compensation Events:

Not Applicable
46.1 The exchange rate used for calculating the amounts to be paid in

currencies other than Sri Lankan Rupees is : Not Applicable


47.1 The Contract Price is not subjected to price adjustment

48.1 The retention from each payment shall be 10% percent of the certified
work done.
The limit of retention shall be 5% percent of the Initial Contract Price.

49.1 The liquidated damages for the whole of the Works shall be Rs.

1/2000 of the initial contract value 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. If the total amount of
the liquidated damages exceed 10% of the initial contract value, the
contract is liable for termination.
52.1 The Performance Security shall be 5% percent 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% of the initial Contract Value.

Modification to Regional Office Building at Kurunegala- ip Page 22 of 61


Section – 6

SPECIFICATIONS

Modification to Regional Office Building at Kurunegala- ip Page 23 of 61


Section – 6

SPECIFICATIONS
6.1 GENERAL SPECIFICATIONS – ICTAD.

st
6.1.1 Relevant latest publications of ICTAD (No SCA /4 volume 1 As at 1 June. 1998).

6.2 General Specifications

6.2.1 Specifications for water supply ,sewerage and storm water Drainage works, ICTAD
Publication No. SCA /3/2 Revised Edition – April 2002.
6.2.2 Specification for Building works– Sri Lanka. ICTAD Publication No. SCA /4

6.2.3 Standard bidding document procurement of works ICTAD/SBD/01.

6.3 Method of Measurement


6.3.1 The Bill of Quantities has been prepared generally in accordance with the “Sri Lanka
Standard Method of Measurement” (SMM 573,1999) and quantities given here may not be
100% accurate. Payment will be made based on the actual measurement at the site.

Modification to Regional Office Building at Kurunegala- ip Page 24 of 61


Section - 7

BILL OF QUANTITIES

Notes : In preparation of the Bidding Document the users are advised to;

(1) Include appropriate Preliminary Bill items as Bill No.01 in


Accordance with ICTAD Publication No. ICTAD/ID/04

(2) Allow provision for the Bidders to include the VAT and NBT Components
separately and instruct them not to carry the VAT and NBT Components
to the Form of Bid.

(3) Advise the bidders that any discount offered will not be
considered for Provisional Sum Items.

Modification to Regional Office Building at Kurunegala- ip Page 25 of 61


BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

A/- DEMOLISH WORK

A01 Demolish and removing of existing store room ,

stores , rest room and wash room area . (Approx. size


40' 0'' x 40' 0'' ) and remove from site to a place
provided by the contractor . 1.0 Item
A02 Removing existing all Electrical wiring with fitting

(as shown in drawing ) and remove from site to a


place provided by the contractor. 1.0 Item
A03 Remove existing all timber doors and windows (as

shown in drawing ) and remove from site to a place


provided by the contractor. 1.0 Item
A04 Remove existing Asbestos sheets roof with timber

frame work and asbestos ceiling with timber frame


work in existing building and remove from site to a
place provided by the contractor.(Appro. area 35 .0
Sqrs) 1.0 Item
A05 Demolish and removing of existing cement rendered

floor area and remove from site to a place provided


by the contractor (ground floor and upper floor). 375.0 m 2

A06 Demolish and remove existing 9'' thick brick wall and

remove from site to a place provided by the contractor


(ground and upper floor). 140.0 m2
A07 Remove existing bath rooms fittings (01 No wash

basing , 01 nos water closet , 01 no bath tub and other


necessary fittings and floor tile and wall tile etc) in
R.M's bath room (Size 10' 0'' x 10' 0'') and remove
from site to a place provided by the contractor . 1.0 Item
A08 - Ditto - upper floor bath room 1.0 Item

Page 26 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

A09 Remove existing concrete roof carporch (approx area


13' 0'' x 15' 0'') including 02 nos 225mm x225mm
Reinforce cement concrete column and beams and
remove from site to a place provided by the 2
m
contractor. 20.0
A10 - Ditto - balconys (35' 0'' x 6' 0'' ) 20.0 m2

A11 Demolish and remove existing drain (approx 225 mm

wide x 150mm to 300mm average depth) and remove


from site to a place provided by the contractor. 28.0 m
A12 Demolish and removing of existing septic tank in rear

side of building (Approx. 6' 0''x 7' 6'' x 10' 0'' high )
and remove from site to a place provided by the
contractor. 1.0 Nr

TOTAL DEMOLISH WORK CARRIED TO SUMMARY


B/- EARTH WORK

B01 Excavation for wall foundation depth not exceeding 3' m


3

0'' from finished ground level. 23.0


B02 Excavation for column foundation depth not 3
m
exceeding 3' 0'' from finished ground level. 15.0
B03 Supply, filling and compacting imported soil in layers

not exceeding 6'' at any time watered well rammed and 3


m
consolidated 57.0
Anti-termite treatment

B04 Anti-termite treatment to be carried out from a reputed


company to excavated surfaces and backfilled areas to
manufacturers specifications. (Tenderer to submit
technical proposals along with the tender) payments
will be effected only on submission of guarantee for a
period of ten ( 05 )years. 355.0 m2

TOTAL EARTH WORK CARRIED TO SUMMARY

Page 27 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT

C CONCRETE WORK
Plain Concrete -1:3:6 (1''agg. ) -Grade -15
C/01 2'' thick concrete screed under column and trench 2
m
footings. 56.0
C/02 3'' thick concrete in all floor area including pavement.

( proposed stores building area and existing office 2


m
area). 372.0

Reinforced cement concrete -1 : 11/2 : 3 (3/4'' agg. )


- Grade - 25
(Reinforcement measured separately)
C/03 1' 0'' thick column footing 6.00 m3
C/04 In column base up to Plinth beam level 1.20 m3

C/05 In column from Plinth beam level up to 1st floor level 2.85 m3

C/06 In 1st floor beams 4.30 m3

C/07 5'' thick 1st floor slab 160.00 m2

C/08 9'' x 9'' plinth beams at D.P.C. level reinforced with 4

nos 12mm tor bars with 6mm M.S. stirrups at 6'' crs 3
m
(R/F and F/W measured separately) 4.3
C/09 -Ditto- 9'' x 6'' cement concrete lintol in 1:2:4(20mm)

concrete, reinforced with 2nos 12mm tor bars with


6mm M.S. stirrups at 6'' crs. Rate to include R/f and
F/w . 11.0 m
Water Proofing

The method of water proofing with the materials


proposed to be forwarded with the quotation
C/10 Supply and apply "Xypex" or approved equivalent
water proofing agent to manufactures specification to 2
m
bath rooms ,water tank slab , balcony and blind wall. 260.0
Reinforcement

C/11 12mm tor steel in columm footing 170.00 Kg

Page 28 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

C/12 12mm tor steel in columm (ground and upper floor) 470.00 Kg
C/13 12mm tor steel in Plinth beam 310.00 Kg

C/14 12mm tor steel in 1st floor beam 350.0 Kg

C/15 10mm tor steel in 1st floor slab 2200.0 Kg

C/16 6mm mild steel in columns (ground and upper floor) 175.0 Kg

C/17 -Ditto - Plinth beam 130.0 Kg

C/18 -Ditto - 1 st floor beam 130.0 Kg

Sawn form work


C/19 To sides of plinth beam 38.00 m2
C/20 To sides of 1 st floor beam 56.00 m2

C/21 To sides and soffit of slab 168.00 m2

TOTAL CONCRETE WORK CARRIED TO SUMMARY


D/- MEASONRY WORK

Rubble work
D01 Rubble masonry in cement sand mix 1:5 in trench m
3
foundation 40.0
Brick work

D02 9'' thick brick work in cement sand mix 1:5 in 2


m
walls(ground floor) 215.0
D03 4'' thick solid cement Block work in cement sand mix 2
m
1:5 in bath room partition wall.(ground floor) 48.0

TOTAL MEASONRY WORK CARRIED TO SUMMARY

Page 29 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

E/-DOORS AND WINDOWS


Aluminium Door and window
Not
e
All Aluminium Doors and Windows extrusions
shall be powder coated and of approved colour ,
Total thickness of 60 - 80 microns.
E01 Supply and fixing of Door type ''D'' overall size 4' 6'' x

8' 0'' high Aluminium framed glazed double sash door


with louvers above and all as per detailed drawing .
Rate to include necessary fittings including Stainless
steel Door handle,door lock approved make and
quality, hinges and barrol bolt etc. as approved by the 2
m
Engineer. (02No) 6.8
E02 Supply and fixing of Door type ''D1'' overall size 4' 0''

x 7' 0'' high Aluminium framed glazed door with


louvers above and all as per detailed drawing . Rate to
include necessary fittings including Stainless steel
Door handle,door lock approved make and quality,
hinges and barrol bolt etc. as approved by the 2
m
Engineer. (02No) 3.9
E03 - Ditto - upper floor (02 nos) 3.9
m2
E04 Supply and fixing of Door type ''D2'' overall size 4' 0''

x 7' 0'' high Aluminium framed glazed door with


louvers above and all as per detailed drawing . Rate to
include necessary fittings including Stainless steel
Door handle,door lock approved make and quality,
hinges and barrol bolt etc. as approved by the 2
m
Engineer. (01No) 2.7
E05 Supply and fixing of Door type ''D3'' overall size 3' 6''

x 7' 0'' high Aluminium framed glazed door sash and


all as per detailed drawing . Rate to include necessary
fittings including Stainless steel Door handle,door
lock approved make and quality, hinges and barrol 2
m
bolt etc. as approved by the Engineer. (05No) 11.5
E06 - Ditto - upper floor (03 nos) 6.9 m
2

Page 30 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

E07 Supply and fixing of Door type ''D4'' overall size 2' 9''
x 7' 0'' high Aluminium framed door with sash bottom
part aluminium cladding and upper part pin head
glazed as approved by the Engineer in ground floor
bath room a. Rate to include necessary fittings
including door handle, door lock of approved make 2
m
and quality, hinges and barrol bolt etc. (02 Nos) 3.8
E08 - Ditto - upper floor (01 nos) 1.9 m
2

E09 Supply and fixing of Door type ''D5'' overall size 2' 6''

x 6' 9'' high Aluminium framed door with sash bottom


part aluminium cladding and upper part pin head
glazed as approved by the Engineer in ground floor
bath room a. Rate to include necessary fittings
including door handle, door lock of approved make
and quality, hinges and barrol bolt etc. as approved 2
m
by the Engineer. (05No) 7.9
E10 - Ditto - upper floor (02 nos) 3.2 m
2

E11 Window type ''W'' overall size 8' 0'' x 6' 0''

Aluminum framed glazed window with louvers above


all as per detailed drawing and including all necessary 2
m
fittings. as approved by the Engineer. (02 No) 9.0
E12 Window type ''W1'' overall size 6' 0'' x 6' 0''

Aluminum framed glazed window with louvers above


all as per detailed drawing and including all necessary 2
m
fittings. as approved by the Engineer. (09 No) 31.0
E13 - Ditto - upper floor (08 nos) 26.8 m
2

E14 Window type ''W2'' overall size 4' 0'' x 6' 0''

Aluminum framed glazed window with louvers above


all as per detailed drawing and including all necessary 2
m
fittings. as approved by the Engineer. (03 No) 6.7

Page 31 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
E15 Window type ''SW'' overall size 4' 0'' x 6' 0''
Aluminum framed glazed sliding window with louvers
above all as per detailed drawing and including all
necessary fittings. as approved by the Engineer. (02 2
m
No) 4.5
E16 Supply and fixing of Fanlight type "F1" overall size 2'

6'' x 3' 6'' Aluminium framed glazed fanlight with


louvers, all as per detailed drawing and including all 2
m
necessary fittings. (01No ) 0.9
E17 - Ditto - upper floor (01 nos) 0.9 m
2

E18 Supply and fixing of Fanlight type "F2" overall size 2'

0'' x 3' 0'' Aluminium framed glazed fanlight with


louvers, all as per detailed drawing and including all 2
m
necessary fittings. ( 04 No) 2.3
E19 - Ditto - upper floor (02 nos) 1.2 m
2

E20 Supply and fixing of Fanlight type "FG1" overall size

5' 0'' x 6' 0'' Aluminium framed fixed glazed window


with louvers above, all as per detailed drawing and
including all necessary fittings. ( 01 No) 2.8 m2
E21 Supply and fixing of Fanlight type "FG" overall size

3' 0'' x 6' 0'' Aluminium framed fixed glazed window


with louvers above, all as per detailed drawing and 2
m
including all necessary fittings. ( 02 No) 3.4
E22 - Ditto - upper floor (01 nos) 1.7 m
2

Aluminium partition
Note
All Aluminium partition extrusions shall be
powder coated and of approved colour (white
colour) , Total thickness of 60 - 80 microns.
All glass should be 5mm thick St Gobain float glass
Samples to be submitted and obtained approval
from the Engineer .

Page 32 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT

E23 Supply , fabricating & installation of new partition


with powder coated Aluminium frame and 5mm thick 2
m
plain glass .(ground floor) 56.0
E24 -Ditto - upper floor 38.0 m2

TOTAL DOORS AND WINDOW WORK CARRIED TO SUMMARY

F/- ROOFING WORK


Roof covering
F01 Supply and installing of Zinc Aluminium colour
bonded AZ -150 roofing sheets(not less than 0.5mm
total coated thickness, Tile roofin gprofile) laid on
steel frame work .(Frame work measured separately.) 224.0 m
2

F02 Supply and laying of double sided foil for thermal

protection laid including 50mm x50mm GI mesh fixed 2


m
to the roof frame. 224.0

Frame work
F03 Supply , fabricating and fixing of 2/3''x3'' angle iron
trusss fixed on brick wall with rag bolts in
1:2:4(20mm) 225 x 225 x 200mm concrete pad. as per
detail drawing No CEYPET / ENG / SK / .......... Rate
shall include for necessary brackets and cleats to
welded / fixed as requred and one coat of primer and
two coats of enamel paint. 15.0 m
F04 Supply and fixing of 6'' lip channel purlins including

necessary connection (welding/bolting) as per detail


drawing No CEYPET / ENG / SK / .......... Rate shall
include for one coat of primer and two coats of
enamel paint. 183.0 m
F05 Supply and fixing 10'' x 1'' timber valance board

(Ginisapu timber or approved equivalent). Rate to


include one coat of wood primer and two coats of
enamel paint. 14.0 m

Page 33 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

F06 Supply and fixing 10'' x 1'' timber bardge board


(Ginisapu timber or approved equivalent). Rate to
include one coat of wood primer and two coats of
enamel paint. 14.0 m
F07 Supply and fix Colour Bonded Zinc Aluminium 9'' x 1'

0'' gutters with a coated thickness of 0.47 mm all as


per manufactures specification and details drawings in
roof. Rate shall include for all necessary specials.
(down pipes measured separately) 14.0 m
F08 Supply and fixing of colour Bonded Zinc Aluminium

down pipe 6'' x 6'' square type with a coated thickness


of 0.47mm fixed with G.I. brackets complete with
specials and embeded in concrete column connection
to external rain water canales. 25.0 m
Flashing

F09 Supply and fixing 0.47mm thick Zn / Al plain sheet


flashing bent to shape(50mm embedded to wall). The 2
m
width of the flashing should not be less than 600mm. 18.6
Strip ceiling (I - panel Ceiling )

F10 Supply and installing of strip ceiling ( ''I '' panel 2


m
ceiling ) as per the specification. 186.0
Features : Wearing resistance , water proof , flame
retarding , aging resistance , smoothness , flatness and
mothproof.
Proof : Light in weight and easy to install.
Content : PVC - 45% , CaCo3 -55%
Surfaces : High quality laminated
Width : 8 inch
Length : 10 feets
Thickness : 7.5mm , 8mm
weight : 3.0 - 3.5 kg per square meter

TOTAL ROOF WORK CARRIED TO SUMMARY

Page 34 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

G/- PLUMBING AND DRAINAGE WORK

Cold water installation


G01 2'' diameter Grade 1000 uPVC solvent socketed pipes,

with necessary specials, laid in trenches not exceeding


1 m deep,. 12.0 m
G02 2'' diameter Grade 1000uPVC solvent socketed pipes,

with necessary specials, laid in chases and clipped in


brick / concrete surface in internal distribution system. 12.0 m
G03 - ditto - 11/2'' diameter 12.0 m

G04 1'' diameter Grade 1000 uPVC solvent socketed pipes

with and including all necessary specials, laid in


trenches not exceeding 1 m deep in garden water
supply network. 12.0 m
G05 1'' diameter Grade 1000 uPVC solvent socketed pipes

with and including all necessary specials, laid in


chases and clipped in brick / concrete surface in
internal distribution system. 12.0 m
G06 3/4'' diameter Grade 1000 uPVC solvent socketed

pipes with and including all necessary specials, laid in


chases and clipped in brick / concrete surface in
internal distribution system. 12.0 m
G07 1/2'' diameter Grade 1000 uPVC solvent socketed

pipes with and including all necessary specials, laid in


chases and clipped in brick / concrete surface in
internal distribution system. 30.0 m
Soil & Waste water installation

G08 4'' diameter soil pipe, grade 600, rubber ring socketed
uPVC, with all necessary specials, laid from manhole
including all necessary excavation not exceeding 1.5m
deep, earth work and 375mm x 375mm grade 15
concrete backing and haunching at minimum 1.0m
intervals. 60.0 m

Page 35 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
G09 11/2'' diameter soil pipe (grade 600 uPVC) with all
necessary specials, laid from manhole including all
necessary excavation not exceeding 1.0m deep
including earth work . 60.0 m

Sanitary Fittings and Toilet Accessories


Note
(a) Contractor to purche all items from the agent
with agent warranty and invoice.
Samples and technical data / catalogue to be
submitted and obtained approval from the client
before purchasing the materials.

(b) All taps and accessories to be ' HUIDA '


(Reform Ceramic (pvt) Ltd) , or ' HAGAR '
(Rajabdeen & sons Ltd)

(c) All sanitary fittings to be following or


equivalent American standard (Agent Key Group
Three (private ) Ltd, Rocell (Agent Royal Ceramic
Lanka PLC ) or Cotto (Agent Rifirm international
(Pvt) Ltd)

(d) All connections to appliances shall be through


20mm diameter cromium plated angle valve (Agent
Raniyo (Pvt) Ltd, Peglar No -1 or equivalent) and
connected to fittings with 20mm diameter cromium
plated flexible pipe (Amirican standard ,
manufactured Thailand or equivalant ) approved
by Engineer.

G10 Supply and fix 3/4'' thick polished granite venity top
with bull nose edge ( Approx. size 6' 0'' x 2' 0'') and
fixing 02 nos ceramic wash basin (white ) 22'' x 15''
overall size with 20mm dia cromium plated piller tap
and other necessary accessaries including water supply
and waste water connection . All complete to working
order . Rate shall include for macking opening in the
granite top for installation of 02 Nos wash basin.
Sample to be approved by the Engineer. (Prime cost of
wash basin with fitting -Rs 15,000 /= per 1 No)
1.0 nr

Page 36 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

G11 Supply and fix 3/4'' thick polished granite venity top
with bull nose edge ( Approx. size 3' 6'' x 2' 0'') and
fixing 01 no ceramic wash basin (white )22'' x 15''
overall size with 20mm dia cromium plated piller tap
and other necessary accessaries including water supply
and waste water connection . All complete to working
order . Rate shall include for macking opening in the
granite top for installation of 01 no wash basin.
Sample to be approved by the Engineer. (Prime cost
of wash basin with fitting -Rs 15,000 /= per 1 No) 2.0 nr
G12 - Ditto - 1st floor 1.0 nr

G13 Supply and installation pedestal type ceramic wash

basin (white )22" x 15 " overall size with 20mm dia


cromium plated piller tap and other necessary
accessaries including water supply and waste water
connection . All complete to working order.(Prime
cost of wash basin with fitting -Rs 15,000 /= per No) 2.0 nr
G14 Supply and installation of ceramic close couple water

closet with " P " or "S" trap duel flush complete with
flexible connection and angle valves to the working
order.(Prime cost of water closet with fittings -Rs
18,000 /= per No) 5.0 nr
G15 - Ditto - 1st floor 2.0 nr

G16 Supply and installation of ceramic urinars with plush

valve complete with flexible connection to the


working order.(Prime cost of water closet with
fittings -Rs 18,000 /= per No) 2.0 nr
G17 Supply and Installation of Cromium plated 1/2'' dia

bib tap .(Prime cost of bib tap -Rs 1750 /= per No) 5.0 nr
G18 - Ditto - 1st floor 2.0 nr

G19 Supply and fixing of bidet shower.(Prime cost of

bidet shower with fittings - Rs 2500 /= per No)


.(Ground floor) 5.0 nr

Page 37 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G20 - Ditto - 1st floor 2.0 nr
G21 Supply and installation of 100mm dia stainless steel

shower rose.(Prime cost of shower rose with fittings


Rs 2500 /= per No) 1.0 nr
G22 Supply and installation of stainless steel towel rail

.(Prime cost of stainless steel towel holder with


fittings -Rs 2900 /= per No) 2.0 nr
G23 - Ditto - 1st floor 2.0 nr

G24 Supply and installation of stainless steel coat

hooks.(Prime cost of stainless steel coat hook. - Rs


1000 /= per No) (Ground floor) 6.0 nr
G25 - Ditto - 1st floor 4.0 nr

G26 Supply and installation of stainless steel soap tray

.(Prime cost of stainless steel soap tray with fittings


Rs 2750 /= per No) 6.0 nr
G27 - Ditto - 1st floor 4.0 nr

G28 Supply and installation of mirror size 600mm x

400mm plain glass mirror with chromium plated clips


and plugs to be fixed to wall above wash basin in
bath rooms .(Prime cost of mirror - Rs 3750 /= per
No) 3.0 nr
G29 - Ditto - 1st floor 3.0 nr

Valves
G30 Remove existing Angle value and supply and fixing of
new Angle value in removed locationand all complete
to working order.(quality to be approved by the
Engineer)(ground floor) 9.0 nr
G31 - Ditto - 1st floor 8.0 nr

Page 38 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
G32 Supply and installation of 20mm dia concealed
valve.(Prime cost of 20mm dia concealed valve -Rs
2000 /= per No) 1.0 nr

Builders works
G33 150 mm x 150 mm x 125 mm deep injection moulded
PVC floor trap (catchpit) with stainless steel grating
on top and set in concrete and connected to waste
water lines. 6.0 nr
G34 - Ditto - 1st floor 2.0 nr

G35 Waste water gully internal size 225x225 x300mm

deep in concrete floor including 130mm thick concrete


screed (1:3) rendering to all exposed surfaces and
finished smooth with neat cement float. Rate to
include for necessary earthwork, grouting etc. 6.0 No
G36 Sewer manhole 450x 450mm and average depth not

exceeding 500mm internally with and including all


necessary excavation, earthwork, 160mm thick grade
'20 concrete base, one brick thick brick walls, cement
plasterwork, grade 20 rebated concrete pad on 10mm
diameter tor steel bars at 20 mm crs. Bothways with
bothways with lifting hooks. 5.0 No
G37 1200mm dia and 2400mm deep (internal) waste water

soakage pit. The pit wall to be built in 225 brick work


in cement with 1:5 alternate open joints as directed.
rate to include 125mm thick concrete cover slab 1:2:4
(20)r/f with 12 mm dia tor bars at 150mm crs.
bothways, and 16mm thick cement rendering 1:3
finish smooth. provide for in to 225x225mm concrete
1:2:4 (20mm) rebated pad to accommadate the cover 1.0 No
G38 300 x 300 x 450mm deep gully in 50mm thick 1:2:4

Concrete rendering all exposed surfaces finish smooth


with neat cement float Rate to include for necessary
earthwork and steel grating to cover the gully 2.0 No

Page 39 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

G39 1800x900x1650 ( internal )septic tank with


1200x900x1650 ( internal ) attached soakage pit as
shown in drawing. The septic tank base to be in
150mm thick concrete 1:2:4( 20) r/f with 10mm dia.
Tor bars at 200 crs. bothways. 225mm brick work in
cement 1:5. 75mm thick R.C.C. cover slab reinforced
as shown in drawing including cement rendering 1:3
finished smooth. 225x225 R.C.C. ring beam under
soakage pit, 2 Nos.100mm dia. G.S.W. tees and 10mm
thick cement rendering 1:3 with 5% pudlo to all
internal surfaces of septic tank finished smooth. Rate
to include for excavation, back filling and disposing
surplus earth as directed. 1.0 No
G40 Supply and install plastishell 2000 Litr. water tank

over the concrete toilet roof slab approved by the


engineer. 1.0 No

TOTAL PLUMBING WORK CARRIED TO SUMMARY


H/- ELECTRICAL INSTALLATION

Rates in Bill of Quantities shall include all necessary


materials (Cables, conduits, PVC sunk box, bulbs,
switches etc.) and labour required to complete the
electrical installation to good working order.
Except where specifically stated, all costs associated
with provision of all holes, openings, chases, ducts
and other builders' work required for installation and
make them good, shall be included in the rates.
Where reference is made to certain manufactures'
products and items identified by registered trade
marks, has been done for the sole purpose of defining
and establishing standards of quality and performance
and not with the intention of restricting the
procurement of material or fitting to a particular
manufacturer. However all equipment and material
should meet the BS or an equivalent standard.
Testing and commissioning of the electrical
installation is to be carried out by the contractor and
inspection report submitted according to the
requirements of the power supply Authority.

Page 40 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
Electrical Items (MCB,RCCB etc.) should be of
European/Japanese origin or to the BS or equivalent
and items without an accredited agent in Sri Lanka
shall not be accepted. Guarantee cards(Fans etc.)
should be provided from Accredited agent before
installation.
All the quantities given here are approximated values
and Quantities may change with the actual installation
at the site.
All types of fittings, materials, painting and finishes
shall be approved by the Engineer prior to installation.
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.

H/01 Main Distribution Board 1.0 No


Supply and installation of Main Distribution Board
(MDB) complete with powder coated 2mm sheet steel
enclosure with lockable doors. All panel boards
should have wire numbering and a laminated circuit
diagram should be pasted on the inside surface of the
panel board.
Main Distribution Board shall be complete with
necessary over load protection (adjustable current and
time), short circuit protection, surge protection, earth
fault protection comprising all other required
accessories.
Surge protection for Main Distribution Board shall be
provided at main busbars, with proper earthing and
necessary protection.
Make of MCCBs and MCBs, etc shall be ABB,
Terasaki, Merlin Gerin or equivalent make approved
by the Electrical Engineer.
02 No. 63A, 4P Automatic mains failure (AMF) and
automatic load transfer switch (ATS) switchgear for
automatic transfer of load from CEB supply to Diesel
Generator and vice versa
All control circuits, control cables, contractors, relays
etc. shall be included
Incoming Circuit Breakers
01 No. 63A, 3P+N Link MCCB (25kA fault level)
Outgoing Circuit Breakers
02 Nos. 32A, 3P+N link MCB
Page 41 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
01 No. 40A 3P+N link
01 No. 20A 3P+N link MCB
1 set of Voltage/Current surge arrestors for three phase
& neutral (3P+N)
01 No. of Earth Fault Relay (0.3A to 1A) with shunt
trip to trip Main Incoming Breaker.
2 Sets of indicator bulbs for three phases with
protection.
02 Nos. of Ammeters for 3 Phases (0 - 100A) with
selector switch
02 No. of Voltmeters ( 0 - 500V) with selector switch

01 No. of Digital Analyzer to display V, A, KWh,


KVA, PF
All internal connections including 100A Live and
Neutral bus bars, Earth bar etc.
Note: For 3P+N MCCB, the Neutral Link must be
mounted adjacent to the MCCB.
Equipment to be to the BS and European/Japanese
make

H/02 Floor Distribution Board (FDB)


Supply and installation of switch gear cubicle made
out of (1.5mm thickness) sheet steel (IP54) stove
enameled or powder coated for the finish with one coat
of primer to the approval of the engineer with following
equipment. All cable terminations to the panels should be
properly galnded or suitablely fixed to the panel enclosure
as approved by engineer.

H/02.1 FDB-GF 1.0 No


01 No. 40A 4-pole MCB
01 Nos. 40A, 4-pole RCCB, 30mA sensitivity
01 Nos. 32A 3-pole ISOLATOR
01 No. 40A 2-pole ISOLATOR
05 No. 20A 2-Pole ISOLATOR
1 Set of Live & Neutral bus bars
Earth Bar
01 Nos Volt meter & Ammeter with selector switch
and protection.
1 Set of indicator bulbs for three phases with
protection.
All internal connections.

Page 42 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

Equipment to be to the BS and European/Japanese


make
H/02.2 FDB-FF 1.0 No

01 No. 32A 4-pole MCB


01 Nos. 40A, 4-pole RCCB, 30mA sensitivity
01 Nos. 32A 3-pole ISOLATOR
02 No. 32A 2-pole ISOLATOR
1 Set of Live & Neutral bus bars
Earth Bar
01 Nos Volt meter & Ammeter with selector switch
and protection.
1 Set of indicator bulbs for three phases with
protection.
All internal connections.
Equipment to be to the BS and European/Japanese
make
H/02.3 FDB-Work shop

01 No. 32A 4-pole MCB 1.0 No


03 No. 32A 2-pole ISOLATOR
02 No. 20A 4-pole ISOLATOR
1 Set of Live & Neutral bus bars
Earth Bar
01 Nos Volt meter & Ammeter with selector switch
and protection.
1 Set of indicator bulbs for three phases with
protection.
All internal connections.
Equipment to be to the BS and European/Japanese
make
H/03 Consumer units

Supply and installation of wall mounted/ sunk type


switch gear cubicle made out of polycarbonate
enclosure to the approval of the engineer with
equipments as specified in each board.
Equipment to be to the BS and European/Japanese

make
H/03.1 Cu-01 1.0 No
01 No. 40A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
Page 43 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
05 No. 6A 1-Pole MCB 6kA
01 No. 10A 1-Pole MCB 6kA
04 No. 10A 1-Pole MCB 6kA
02 No. 20A 1-Pole MCB 6kA
10 Nos of ways 6-32A, 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make

H/03.2 Cu-02 1.0 No


01 No. 20A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
03 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
02 No. 20A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.3 Cu-03 1.0 No

01 No. 20A, 2-pole MCB 10kA


01 No. 40A, 2-Pole RCCB 30mA
02 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.4 CU-04 1.0 No

01 No. 20A, 2-pole MCB 10kA


01 No. 40A, 2-Pole RCCB 30mA
03 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections

Page 44 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
Equipment to be to the BS and European/Japanese
make
H/03.5 CU-05 1.0 No
01 No. 20A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
02 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.6 CU-06 1.0 No
01 No. 20A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
02 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.7 CU-07 1.0 No
02 No. 32A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
01 No. 6A 1-Pole MCB 6kA
01 No. 10A 1-Pole MCB 6kA
04 No. 16A 1-Pole MCB 6kA
01 Nos Volt meter & Ammeter with selector switch
and protection.
1 Set of indicator bulbs for three phases with
protection.
1 Set of Live & Neutral bus bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.8 CU-08 1.0 No
01 No. 32A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
01 No. 6A 1-Pole MCB 6kA
04 No. 16A 1-Pole MCB 6kA
01 No. 20A 1-Pole MCB 6kA
Page 45 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make

H/3.9 CU-10 1.0 No


01 No. 32A, 4-pole MCB 10kA
03 No. 32A, 2-pole MCB 10kA
03 No. 40A, 2-Pole RCCB 30mA
06 No. 6A 1-Pole MCB 6kA
04 No. 16A 1-Pole MCB 6kA
05 No. 20A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/4 Cables

H/4.1 Supply & installation of Main incoming cable 4x1Cx16 5.0 m


mm2 CU/PVC/PVC cable from CEB meter to MDB

H/4.2 Supply & installation of 4x1Cx10 mm2 CU/PVC/PVC 7.0 m

cable from MDB to FDB-GF


H/4.3 Supply & installation of 4x1Cx10 mm2 CU/PVC/PVC 8.0 m

cable from MDB to FDB-FF


H/4.4 Supply & installation of 4Cx1x6 mm2 CU/PVC/PVC 36.0 m

armoured cable from MDB to FDB-work shop


H/4.5 Supply & installation of 2Cx1x6 mm2 CU/PVC/PVC 6.0 m

cable from FDB-GF to CU-01


H/4.6 Supply & installation of 2Cx1x6 mm2 CU/PVC/PVC 12.0 m

cable from FDB-work shop to CU-07, CU-08


H/4.7 Supply & installation of 2Cx1x4 mm2 CU/XLPE/PVC 75.0 m

cable from FDB-GF to CU-02, CU-03, CU-05, CU-06


H/4.8 Supply & installation of 2Cx1x4 mm2 CU/XLPE/PVC 21.0 m

armoured cable from FDB-GF to CU-04

Page 46 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

H/4.9 Supply & installation of 2Cx1x6 mm2 CU/PVC/PVC 8.0 m


cable from FDB-FF to CU-10
Earth Cables

H/4.10 Supply and Installation of 16mm2 Cu/PVC Earth cable 6.0 m


from Earth Bar of MDB to earth pipe
H/4.11 Supply and Installation of 10mm2 Cu/PVC Earth cable 15.0 m

from MDB to FDB-GF, FDB-FF


H/4.12 Supply and Installation of 6mm2 Cu/PVC Earth cable 32.0 m

from FDB-GF to CU-01 & from FDB to CU-10


H/4.13 Supply and Installation of 4mm2 Cu/PVC Earth cable 75.0 m

from FDB-GF to CU-02, CU-03, CU-05, CU-06


H/5 Ground Rod (Earth pipe)

H/5.1 Supply of galvanised iron pipe of diameter 50mm and 1.0 no


length 2 metres complete with brass clamp, nut, bolt
and washers to fix the main Earth wire.
H/5.2 Installation of Item No. 5.1 above with all necessary 1.0 no
accessories and cable connections
H/6 Light Fittings
H/6.1 Type A Light Fitting
Supply of 1x36W single fluorescent batten lamp 5.0 nos
enclosed in powder coated enameled mild steel (Zinc
coated) sheet, thickness not less than guage 24, colour
brilliant white, ceiling mounted/GI chain suspended
fitting with wraparound type prismatic diffuser
complete with holders, choke, starter and a power
factor correction capacitor.
H/6.2 Type B Light Fitting
Supply of 12 Watt squre type LED Panel lamp fitting 14.0 nos
enclosed in white enameled sheet (steel) ceiling
mounted/ceiling recessed with diffuser complete with
all required accessories
H/6.3 Type C Light Fitting

Supply of 3x9 Watt squre type(2'x2') LED Panel lamp 47.0 nos
fitting enclosed in white enameled sheet (steel) ceiling
mounted/ceiling recessed with diffuser complete with
all required accessories

Page 47 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNTRATE AMOUNT
H/6.4 Type D Light Fitting
Supply of Sofit mount light fitting made out of 10.0 nos cylindrical
enameld steel cover & internal reflector complete with 11 watt LED
bulb and all other
accessories

H/6.5 Type K Light Fitting


Supply of weather proof Bracket light fitting (wall 18.0 nos
mounted) made out of glass complete with 11 watt
LED bulb
H/6.6 Type W Light Fitting

Supply of Pendant light fitting made out of glass 5.0 nos


complete with 15 watt LED bulb
H/6.7 Type P Light Fitting

Supply of mirror light fitting made out of glass 5.0 nos


complete with 8 watt LED bulb
H/6.8 Type Q Light Fitting

Supply of stair way light fitting made out of glass 2.0 nos
complete with 2x8 watt LED bulb
H/6.9 Type R Light Fitting

Supply of street light fitting with arm made out of 6.0 nos
polycarbonate complete with 100 watt LED bulb
H/6.10 Type S Light Fitting

Supply of 1" dia. High Bay light fitting made out of 6.0 nos
enamaled steel cover and aluminium reflector
complete with 250 watt Mercury vapour bulb and all
other acessories required
H/6.11 Type T Light Fitting

Supply of weather proof bulk head light fitting 5.0 nos


complete with 11 watt CFL bulb
H/6.12 Type U Light Fitting

Supply of weather proof Bollard light fitting of clear 2.0 nos


acrylic globe and complete with 15 watt CFL bulb
H/7 Wiring of Lamp Fittings

Page 48 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

H/7.1 Wiring (including supply of all materials & a switch) 114.0 nos
of the above light points using approved type PVC
insulated PVC sheathed 2x1mm2 CU/PVC/PVC cable
drawn through recessed PVC conduits.
H/8 Wiring of Two way Lamp Fittings
H/8.1 Wiring (including supply of all materials & a two way 2.0 nos
switch) of the above light points using approved type
PVC insulated PVC sheathed 2x1mm2 CU/PVC/PVC
cable drawn through recessed PVC conduits.
H/9 Fans
Ceiling fans
H/9.1 Supply & installation of 56" sweep ceiling fan 11.0 nos
(European/Japanese make),minimum 165 CMM,
complete with regulator, fan hook, extension rod &
attachment - Guarantee cards should be provided
from accredited agent.
Wall fans
H/9.2 Supply and installation of dia. 400mm wall mounted 8.0 nos
fan complete with regulator (cord for regulator) and all
other accessories required - Guarantee cards should be
provided from accredited agent & approved by
Engineer before installation.
H/10 Wiring for fans
Ceiling fans
H/10.1 Wiring (including supply of all material, earth wire & 11.0 nos
switch) of the above ceiling fans using approved type
2x1 mm2, CU/PVC/PVC cable & 2.5 mm2 Cu earth
wire drawn through securely fixed consealed PVC
conduits.
Wall fans
H/10.2 wiring with 2x 1 mm2 CU/PVC/PVC cable & 8.0 nos
2.5mm2 Cu earth insulated cable & 5A switched
socket outlet & controlled by regulator as indicated in
the single line diagram.
Note
Guarantee cards should be provided with the serial
number of each Ceiling & wall fan.
H/11 Emergency Lamps

Page 49 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

H/11.1 Supply and installtion of wall mounted type 1.0 nos


emergency lamp fitting with 2 nos of 9W fluorscent
lamps; polycarbonate cover and battery pack of
minimum 3hrs. Duration with both fluorscent lamps
H/12 Wiring for Emergency Lamps
H/12.1 Wiring(including supply of all material required) of 1.0 nos
13A socket outlet using approved type 1.5 mm2
Cu/PVC/PVC 2C cable & 2.5mm2 earth cable drawn
through securely fixed concealed PVC conduit
H/13 Socket Outlets
H/13.1 Supply of 13 Amp, 250 volt, flush type, socket outlet 66.0 nos
with switch
H/13.2 Installation of Item above wired with 2.5 mm2 PVC 66.0 nos
insulated cable as indicated in single line diagram with
all necessary accessories.
H/13.3 Supply of 15 Amp, 250 volt, flush type socket outlet 12.0 nos
with switch.
H/13.4 Installation of Item above wired with 2.5 mm2 PVC 12.0 nos

insulated cable as indicated in single line diagram with


all necessary accessories.
Note
Installation cost also includes cost of cables, 2.5 mm2
earth wire, conduits etc.
H/14 5 Pin Industrial Sockets
H/14.1 Supply of 5 pin 16A 3 Phase industrial socket outlet 1.0 nos
3 Pin Industrial Sockets
H/14.2 Supply of 3 pin 16A 1 Phase industrial socket outlet 5.0 Nos
H/15 Wiring of 5 Pin Industrial Socket outlets
H/15.1 Wiring(including supply of all material required) of 1.0 nos
16A 3 phase industrial socket outlet using approved
type 4x2.5 mm2 Cu/PVC/PVC 2C cable & 2.5mm2
earth cable drawn through securely fixed concealed
PVC conduit
H/16 Wiring of 3 Pin Industrial Socket outlets
H/16.1 Wiring(including supply of all material required) of 5.0 Nos
16A 1 phase industrial socket outlet using approved
type 2x2.5 mm2 Cu/PVC/PVC 2C cable & 2.5mm2
earth cable drawn through securely fixed concealed
PVC conduit
H/17 DB for 5 Pin Industrial Socket outlet

Page 50 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
H/17.1 Supply and installation of wall mounted/ sunk type
switch gear cubicle made out of polycarbonate
enclosure to the approval of the engineer with
equipments as specified in each board.
Equipment to be the BS and European/Japanese make
01 No. 20A, 4-pole MCB 10kA 1.0 nos
01 No. 40A, 4-Pole RCCB 30mA
H/18 DB for 3 Pin Industrial Socket outlet
H/18.1 Supply and installation of wall mounted/ sunk type
switch gear cubicle made out of polycarbonate
enclosure to the approval of the engineer with
equipments as specified in each board.
Equipment to be the BS and European/Japanese make
01 No. 20A, 2-pole MCB 10kA 5.0 Nos
01 No. 40A, 2-Pole RCCB 30mA
H/19 Supplying, wiring & installation of 20A 4 Pole MCB 1.0 No
& 20A 4 Pole RCCB with sensitivity of 100 mA with
4 mm2 1Cx4+4.0 mm2 earth cable complete with
enclosure for the compressor
H/20 Supply and install yard light pole in 75mm dia. 6.0 Nos
Medium duty G.I. pipe 6m above the ground level to
fix the LED street light fitting
H/21 Chatrered Electrical Engineeer certificate for the entire 1.0 No
electrical installation
TOTAL ELECTRICAL INSTALLATION CARRIED TO SUMMARY
J/- FINISHES
J1 Supply and laying of Homogeneous non slip tiles

(600mm x 600mm) on tile adhesives of approved


quality and design to all ground floor. Rate to include
12mm thick cement rendering 1:3 to floor before
laying tiles and dressing grooves with coloured cement
slurry after fixing tiles as directed and 100mm high
skirtings (Prime cost of a Tile Rs 1200.00 per Tile ). 280.0 m 2

J2 Supply and laying of Homogeneous non slip tiles


(600mm x 600mm) on tile adhesives of approved
quality and design to all upper floor. Rate to include
12mm thick cement rendering 1:3 to floor before
laying tiles and dressing grooves with coloured cement
slurry after fixing tiles as directed and 100mm high
skirtings (Prime cost of a Tile Rs 1200.00 per Tile ). 215.0 m 2

Page 51 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA. B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

J3 Supply and laying of Ceramic non slip tiles (300mm x

300mm ) of approved size quality and design to toilet


floor area . Rate to include 12mm thick cement
rendering 1:3 to floor before laying tiles and dressing
grooves with coloured cement slurry after fixing tiles
as directed (Prime cost of Tile Rs 950.00 per Tile ) 2
m
(ground floor) 38.0
J4 Ditto upper floor bath rooms 19.0 m2

J5 Supply and laying of Glazed tiles (300mm x 600mm

)of approved size and design to walls of toilets up to


1500mm height. Rate to include12mm thick cement
rendering 1:3 to wall surfaces before fixing tiles and
dressing grooves with white cement slurry after fixing
as directed. (Prime cost of a Tile Rs 400.00 per Tile ) 120.0 m2

J6 - Ditto - upper floor bath rooms 75.0 m2

J7 15mm thick cement lime sand plaster 1:1:5 to internal

surfaces of walls and columns finished smooth with 2


m
lime putty. (ground floor) 280.0
J8 -Ditto - Preparing reveals not exceeding 225mm

wide 385.0 m
J9 15mm thick cement lime sand plaster 1:1:5 to internal

surfaces of walls and columns finished smooth with 2


m
lime putty. (upper floor) 130.0
J10 15mm thick cement lime sand plaster 1:1:5 to external

surfaces of walls finished semi rough with wooden 2


m
float. Rate to include preparing jambs and reveals. 130.0
J11 - Ditto - upper floor bath rooms 130.0 m2

J12 15mm thick cement sand plaster 1 :5 in soffit of slab 2


m
finished smooth with lime putty. 135.0

Page 52 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

Staircase
J13 Supply and laying of Ceramic non slip tiles (300mm x
300mm ) of approved size quality and design to
staircase floor area . Rate to include 12mm thick
cement rendering 1:3 to floor before laying tiles and
dressing grooves with coloured cement slurry after
fixing tiles as directed (Prime cost of Tile Rs 300.00 2
m
per Tile ) (ground floor) 14.0
J14 Supply and fixing 2' 0'' wide and 2' 4'' high pantry

cupboard with 2'' x 2'' special class timber frame


treated with wood preservatives and teak timber sash
(20mm thick) . Rate to include spray painting , all
necessary fixtures and locks in pantry area. Sample to
be approved by the Engineer. (Pantry area) 4.6 m
J15 Supply and fixing stain less steel sink ( single bowl ,

single drain) on pantry top as directed. Rate to include


chromium plated swan neck tap , water supply and
waste lines and necessary fittings as approved by the
Engineer. 1.0 nr
J16 Supply and fixing of polycarbonate sheet roof with

stainless steel frame as per detail drawing.Rate to


include 02 nos 6'' x 6'' GI box post , earth work and
concreting. PS 500,000.00

TOTAL FINISHES CARRIED TO SUMMARY


Page 53 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT

K/- PAINTING

K01 Prepare surface by scratching sand papering as

required level by approved wall putty and applying


one coat of approved primer and two coats of
emulsion paint of an approved colour and quality to
internal wall surface including reveals in ground 2
m
floor. 560.0
K02 - Ditto - upper floor 375.0 2
m

K03 Prepare surface by scratching sand papering as

required and levelling by an approved primer and two


coats of weather shiled paint of an approved colour
and quality to external wall surface including reveals 2
m
in ground floor. 280.0
K04 - Ditto - upper floor 375.0 2
m

K05 Prepare surface by scratching , Cement/ Sand plaster

filling as required and levelling by an approved


primer and two coats of weather shiled paint of an
approved colour and quality to Boundry wall 2
m
surfaces. 375.0
K06 Prepare surface , Sandpapering and applying one coat

of approved primer and two coats of emulsion paint


of an approved colour and quality to all soffit of slab. 2
m
(1st floor) 315.0

TOTAL PAINTING CARRIED TO SUMMARY

Page 54 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017/KU/24

SUMMARY
ITEM DESCRIPTION AMOUNT

A DEMOLISH WORK Rs. -

B EARTH WORK Rs. -


C CONCRETE WORK Rs. -
D MEASONRY WORK Rs. -
E DOORS AND WINDOWS Rs. -
F ROOFING WORK Rs. -
G PLUMBING AND DRAINAGE WORK Rs. -
H ELECTRICAL INSTALLATION Rs. -
J FINISHES Rs. -
K PAINTING Rs. -

TOTAL AMOUNT Rs. -


LESS DISCOUNT RS.
SUB TOTAL I RS.
ADD NBT (…….%) RS.
SUB TOTAL II
ADD VAT (…….%) RS.
GRAND TOTAL RS.

Total amount in words :-………………………………………………………………………………………


…………………………………………………………………………………………………………………
Name of Tenderer :- ………………………………………………………………………………………….
VAT Registration No :- ……………………………………………………………………………………….

……………………………. ……………..
Signature of Tenderer Date

C:\Lalith\New Head office\Copy of Kurunegala_20171208074635.513_X\summary


Page 55 of 61
Section - 8

DRAWINGS

Note :

Insert here a list of Drawings

Page 56 of 61
Section – 8

8.0 DRAWINGS
8.1 CEYPET /ENG/0563A - Detail of Office Building

8.2 CEYPET /ENG/0563B - Detail of Area office Building

Modification to Regional Office Building at Kurunegala - ip Page 57 of 61


SECTION – 9

STANDARD FORMS [BID]

 BID SECURITY

Page 58 of 61
Modification to Regional Office Building at Kurunegala - ip
Notes on Standard Forms :

 Bidders shall submit the completed Form of Bid Security/Bid Securing


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

 Bidders should not complete the Form of Agreement at the time of preparation of
bids.

 The successful bidder will be required to sign the Form of Agreement, after the
award of contract.

 Any corrections or modifications to the accepted bid resulting from arithmetic


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

 The Form of Performance Security, Form of Advance Payment Security and Form
of Retention Money Guarantee should not be completed by the bidder s at the time
of submission of bids.

 The successful bidders will be required to provide these securities in compliance


with the requirements herein or as acceptable to the Employer.

Modification to Regional Office Building at Kurunegala - ip Page 59 of 61


FORM OF BID SECURITY

[this Guarantee form shall be filled in accordance with the instructions indicated in brackets]
-------------------------------------------------------------------------------------------------------
[insert issuing bank’s
name, and address of issuing branch or office]
Beneficiary: ------------------------------------------------------------------------------------------------------ [insert

(by PE) name and address of Employer]


Date: ---------------------------- [insert (by issuing bank) date]

BID GUARANTEE No.: -------------------------- [insert (by issuing bank) number] We have been
informed that ------------------------------------------------------------------------------
[insert (by issuing bank)
name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated ------------------
-[insert (by issuing bank) date] (hereinafter called "the Bid") for the execution of [insert name of
Contract] under Invitation for Bids No. -------------- [insert IFB number] (“the IFB”).

Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid
Guarantee.

At the request of the Bidder, we ----------------------------------------------- [insert name of issuing bank]


hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of -----------
-------- [insert amount in figures] ---------------------------------------------------- [insert amount in words]
upon receipt by us of your first demand in writing accompanied by a written statement stating that the
Bidder is in breach of its obligation(s) under the bid conditions, because the Bidder:

(a) has withdrawn its Bid during the period of bid validity specified; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”) ; or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to
furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the
Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or (b) if
the Bidder is not the successful bidder, upon the earlier of (i) the successful bidder furnishing the
performance security, otherwise it will remain in force up to ---------------- (insert date)

Consequently, any demand for payment under this Guarantee must be received by us at the office on or
before that date.
___________________________________________
[signature(s) of authorized representative(s) ]

Page 60 of 61
Modification to Regional Office Building at Kurunegala - ip
Check List for Bidders
Bidders are advised to fill the following table:

ITEM ITB YES REFERENCE


Clause (tick)
Form of Bid

Addressed to the Employer ? 18

Completed? 18

Signed ? 18

Bid Security

Addressed to the Employer? 16

Format as required ? 16

Issuing Agency as specified ? 16

Amount and currency 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) 10


Taken into account ?

BID package

All the documents given in ITB Clause 12 12


enclosed in the original and copy?
ITB Clause 19 followed before 19
Sealing the Bid Package?
SIGNATURE OF THE BIDDER

Modification to Regional Office Building at Kurunegala - ip Page 61 of 61

Vous aimerez peut-être aussi