Vous êtes sur la page 1sur 7

INVITATION FOR BIDS

Bidding Document for Rehabilitation of Provincial and Municipal/Urban Council Roads (LG 1), NP

Single-Stage One Envelope

GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA MINISTRY OF ECONOMIC DEVELOPMENT NORTHERN PROVINCIAL COUNCIL INVITATION FOR BIDS REHABILITATION OF PROVINCIAL AND MUNICIPAL/URBAN COUNCIL ROADS IN NORTHERN PROVINCE
FUNDED BY ASIAN DEVELOPMENT BANK AND GOVERNMENT OF SRI LANKA UNDER CONFLICT AFFECTED REGION EMERGENCY (CARE) PROJECT COMPONENT A (Loan No. 2626-SRI)

Contract No.

CAREP/NPRDD/NCB/LG4 CAREP/NPRDD/NCB/LG5 06.07.2011, Time 14.00 Hrs

Deadline for Bids

1. The Democratic Socialist Republic of Sri Lanka has received a loan from the Asian Development Bank (ADB) to rehabilitate the infrastructure facilities of Conflict Affected Regions in Northern Province of Sri Lanka. Part of this loan will be used for payments under the contract named above. Bidding is open to bidders from eligible source countries of the ADB. 2. The Chief Secretary/Chairman, Governor Appointed Procurement Committee, on behalf of the Provincial Road Development Department (PRDD), Northern Provincial Council (the Employer) invites sealed bids from eligible bidders for the Rehabilitation of Provincial and Municipal/Urban Council Roads of the Northern Province as specified in Drawings & Bill of Quantities. 3. National Competitive Bidding will be conducted in accordance with ADB's Procurement of Works Single-Stage: One-Envelope Bidding Procedure . 4. Description of the Roads : Contract No: CAREP/NPRDD/NCB/LG4 (Point Pedro Urban Council Area, Jaffna District) No 1 2 3 4 5 6 7 8 9 10 Code No JF / PP /UC / 01 JF / PP /UC / 02 JF / PP /UC / 03 JF / PP /UC / 04 JF / PP /UC / 05 JF / PP /UC / 06 JF / PP /UC / 07 JF / PP /UC / 08 JF / PP /UC / 09 JF / PP /UC / 10 NAME OF ROAD 1 st Cross Street 2 nd Cross Street 4 th Cross Street Thumpalai Veethy V.M Veethy College Road Thampasiddy Road Udayar Veethy Yahhovalai Lane Oruthanai Veethy ROAD LENGTH (km) 0.315 0.531 0.600 0.474 1.202 0.430 0.240 1.037 0.595 0.550

11 12

JF / PP /UC / 13 JF / PP /UC / 15

Kathiraveapillai Veethy Viyapanmoolai Veethy

0.742 0.460

TOTAL LENGTH (km)

7.176

The total contract period shall be 17 months. Contract No: CAREP/NPRDD/NCB/LG5 (Valvettithurai Urban Council Area, Jaffna District) No 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 Code No JF/VVT/UC/01 JF/VVT/UC/02 JF/VVT/UC/03 JF/VVT/UC/04 JF/VVT/UC/05 JF/VVT/UC/06 JF/VVT/UC/07 JF/VVT/UC/08 JF/VVT/UC/09 JF/VVT/UC/10 JF/VVT/UC/11 JF/VVT/UC/12 JF/VVT/UC/13 JF/VVT/UC/14 JF/VVT/UC/17 JF/VVT/UC/18 JF/VVT/UC/19 JF/VVT/UC/24 JF/VVT/UC/25 JF/VVT/UC/26 NAME OF ROAD Vavini Veethy Unthuwathai 2 nd Lane Link Road Unthuwathai 2 nd Lane Unthuwathai Lane Unthuwathai 1 Lane Vavinii Veethy 1 Lane Gnanatheni Lane Vevil Pillayar Drainage Road Kampan Cheddy Road Vevil Pillayar Road Vevil Lane Malliyodai Lane Venayagar School Front Road Sivapura Road Segandy Lane Periyan Tharai Lane Manan Kanai Road and Samathanai Road Kappal Beach Udayar Road Sivan Murugaian Lane Udayam Manal Veethy
st st

ROAD LENGTH (km) 1.480 0.380 0.320 1.470 0.224 0.156 0.100 0.160 0.178 0.488 0.147 0.184 0.105 0.392 0.235 0.374 1.100 0.270 0.080 0.428

TOTAL LENGTH (km)

8.271

The total contract period shall be 17 months. 5. Employer has floated two different bid packages under the same Invitation of Bids. Bidders may bid for one or several contracts. Bidders wishing to submit several successful bids (lowest evaluated substantially responsive bids) for multiple contracts will be required to demonstrate the combined qualification (Experience, Financial Situation, Current Contract Commitments, Equipment to be allocated and Personal to be employed) requirements of each contract. Each package will be evaluated on a standalone basis. Bidders are not permitted to offer any conditional discounts. 6. The following key qualification criteria, in evaluation, will be applied. A. Financial I. Positive net worth (total assets minus total liabilities) and demonstration of financial soundness (Submission of financial statements for the last three (3) years). II. Minimum Average Annual Construction Turnover of SLRs (see below) Millions calculated as total certified payments received for contracts in progress or completed, within the last three (3) years.

No 1. 2.

Package No CAREP/NPRDD/NCB/LG4 CAREP/NPRDD/NCB/LG5

Annual Turnover SLRs (Mn) 100.0 100.0

III. The Bidder must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the financial requirements of the contract in the amount of his Bid. While a proper analysis of the financial statements submitted by the bidder is preferred, as a minimum the Bidder must show that his resources, in terms of at least his latest years working capital and lines of credit, will be adequate to cover projects cash flow requirements and current work as follows. (6 X Working capital + Line of Credit) - (40% of Current Contract Commitments) Greater or equal to Bid Price. Where as; (1) Current work commitments= sum of all unfinished balance of work and all just awarded contracts to the bidder as indicated in Form FIN- 4: Current Contract Commitments / Works in Progress as part of the bid. (2) Working Capital = Current Asset - Current Liabilities ( on the basis of latest Audited Financial Statement ) (3)Lines of Credit = Dedicated Line of Credit for the project (Bank's letter from a reputable Bank)

B.

Experience I. Experience under construction contracts in the role of contractor, subcontractor, or management contractor for at least the last five (5) years prior to the applications submission deadline.

II. Participation as a contractor, management contractor, or subcontractor, in at least one (1) contract within the last five (5) years, with a value of at least SLRs (amount indicated below) Millions that have been successfully or are substantially completed and that are similar to the proposed work. The similarity shall be based on the physical size, complexity, methods, technology or other characteristics described in the bidding document. III. Construction Experience in Key Activities Completed, as a contractor or subcontractor at least the following within the last five (5) years. Quantity of asphalt concrete work and concrete work (indicated below) No Package No Value of similar work SLRs (Mn) Asphalt work MT / (month) Concrete work m3/(month)

1. 2.

CAREP/NPRDD/NCB/LG4 CAREP/NPRDD/NCB/LG5

80.0 80.0

150 75

100 250

C. Pending Litigation All pending litigation shall be treated as resolved against the Bidder and so shall in total not represent more than 50% of the Bidder's net worth.

D. Personnel The Bidder must demonstrate that it has the personnel for the key positions that meet the following requirements: Total Work Experience [years] 10 4 7 5 5 Experience In Similar Work [years] 5 2 4 3 3

Position Project Manager Site Engineer Material & Quality control Technician Work Superintendent

Academic/Professional Qualification Graduate Civil Engineer Graduate Civil Engineer OR Civil Engineering Diploma Civil Engineering Diploma Civil Engineering Diploma

E. Equipment The Bidder must demonstrate that he has the key equipment listed hereafter; through presentation of proof of ownership or lease agreement or rental agreement (with a provision that the equipment will remain on site (or be vested in the Employer) in the event of default of the contractor), thereby ensuring more timely continuity of work by the a replacement contractor and an undertaking to mobilize these equipments in case of award of contract to him.

No

Equipment Type and Characteristics

Number Required

For Road Works 1 2 3 4 5 6 7 8 9 10 11 12 Grader minimum 120 HP Pneumatic tyred roller 10 20 ton capacity Tipper 3 cube capacity Asphalt Paver (3.5m 5.0m width screed) Concrete mixer with load cell weight batcher 7/10 Vibrating steel wheeled Roller 10 tonnes Air Compressor Bitumen Spreader Power broom Water bowser Core cutter Compactor One (01) One (01) Three (03) One (01) Three (03) One (01) One (01) One (01) One (01) One (01) One (01) Two (02)

F. The rehabilitation and upgrading activities (the works) include: Road formation improvement Sub-base construction Dense graded aggregate base with surfacing Concreting Drainage improvements Culvert rehabilitation Relocation of utilities Facilities for the Engineer Sign boards

of

AC

overlay

To obtain further information and inspect the bidding documents, bidders should contact: Project Director, CARE Project Project Implementation Unit No 61/6 ,Nallur Cross Street , Nallur, Jaffna, Sri Lanka. Tel No. Fax No. E-mail : +94 (0) 21 3202535 : +94 (0) 21 2220685 : nproad@gmail.com

8 i)

To purchase the bidding documents in English, eligible bidders should: Visit the office of the PRDD at the address indicated above from 08 June 2011 to 05 July 2011 between 9.00 Hrs to 15.30 Hrs on working days and pay a non-refundable fee of SLRs 7,500.00 or US$ 75 per document. The method of payment will be in the form of bank draft in favour of the Project Director, CARE Project, Road Development Department, Northern Province. or in cash. Request for delivery by sending a written application, indicating the contract package number, to the office of PRDD at the address indicated above. The application must include a bank draft in favour of the Provincial Road Development Department, Northern Province for the amount of SLRs 15,000.00 (domestic delivery) or US$ 150 (overseas delivery). The document will be sent by courier. No liability will be accepted for loss or late delivery. Deliver your bids in accordance with Item D of Section 1 (Instruction to bidders) of Part 1 of the bidding documents To The Following Address: Project Director, CARE Project Project Implementation Unit No 61/6 ,Nallur Cross Street , Nallur, Jaffna, Sri Lanka. Tel No. FaxNno. E-mail : +94 (0) 21 3202535 : +94 (0) 21 2220685 : nproad@gmail.com
th th

ii)

On or before 06.07.2011, 14.00 Hrs Together with a Bid Security of SLRs (indicated below) Millions or an equivalent amount in a freely convertible currency in favour of Chief Secretary, Northern Province, No 187, Adiyapatham Road, Thirunelvely, Jaffna. For the purpose of conversion of the currency, bidder shall use the selling exchange rate published by the central bank of Sri Lanka on the date 28 days prior to the dead line for the bid submission Package No CAREP/NPRDD/NCB/LG4 CAREP/NPRDD/NCB/LG5 The Bids shall be valid up to The Bid Security shall be valid up to : 02.11.2011 : 30.11.2011 Value of Bid Security (SLRs) 1,600,000.00 1,600,000.00

No 1. 2.

The Bids will be opened immediately after the deadline in the presence of bidders representatives who choose to attend.

10 A Pre-Bid meeting will be held at Project Implementation Unit , Jaffna, on 22.06.2011 at 14.00 Hrs. Presence is not mandatory, but interested bidders are encouraged to attend. Bidders should arrange their own site visit prior to the Pre-Bid meeting. 11 PRDD will not be responsible for any costs or expenses incurred by bidders in connection with the preparation or delivery of bids. 12 The bidder registration with Institute of Construction Training and Development (ICTAD) is not mandatory requirement for bidding, Local Bidders shall be registered with ICTAD prior to the contract awards Any International Bidders if not already registered at the time of awarding the contract will be allowed a reasonable time to obtain ICTAD registration.

The Chief Secretary/Chairman, Governor Appointed Procurement Committee, Office of the Chief Secretary, Northern Provincial Council, 187 , Adiyapatham Road , Thirunelveli Jaffna, Sri Lanka. 06-06-2011

Vous aimerez peut-être aussi