Invitation for Bidsdocuments shall be submitted as the Section 1 clause 19.1 in ICTAD/SBD/04 and...
Transcript of Invitation for Bidsdocuments shall be submitted as the Section 1 clause 19.1 in ICTAD/SBD/04 and...
Invitation for Bids (GOSL funded - without pre-qualification)
MINISTRY OF NATIONAL POLICIES ECONOMICS AFFAIRS,
RESETTLEMENT AND REHABILITATION, NORTHERN PROVINCE
DEVELOPMENT, VOCATIONAL TRAINING & SKILLS DEVELOPMENT
AND YOUTH AFFAIRS
Design, Supply, Installation & Commissioning of Palmyra Arrack
Manufacturing Plant for Palmyra Development Board at Thikkam,
Nellyadi Road, Point Pedro.
1. The Chairman, Ministry Procurement Committee, Ministry of National Policies
Economics, Affairs, Resettlement and Rehabilitation, Northern Province Development,
Vocational, Training & Skills Development and Youth Affairs on behalf of the Palmyra
Development Board invites sealed Bids from eligible local and foreign Bidders for
following Works as schedule.
2. A Complete set of Bidding Documents in English language may be purchased by interested
Bidders on the submission of a written application to the bellow address from 22.03.2019
until 05.06.2019 from 9.00 hrs to 1500 hrs (Sri Lankan standard Time) upon payment of a
non-refundable fee of Rs. 15,000 payables to the Shroff of Ministry of National policies
Economics, Affairs, Resettlement and Rehabilitation, Northern Province Development,
Vocational, Training & Skills Development and Youth Affairs. No. 356/B, 1st Floor,
Carlwil Place, Galle Road, Colombo – 03. Or for international bidders US$ 150 to be paid
to Sri Lankan Embassy office in relevant country and collect the bidding document.
3. Eligible Bidders shall comply with the following qualification criteria,
a. Experiences in Design, Supply, Installation and Commissioning of distillation
plants preferably from Palmyra Toddy during last 10 years.
b. Should have Average annual turnover of LKR 300 Million or US$ 2.7 Million
for similar Works (Distillery plant design, installation & commissioning) from
2013 to 2017. (Each year certified financial statement to be provided)
c. Joint ventures of two or more firms with lead partner having qualification
requirement as given in above and all partners collectively fulfil the
requirements in the documents.
d. Local partner should be the Leading partner of the Joint ventures.
4. Interested Bidders may obtain further information and inspect the Bidding documents from
the above address from 9.00 hrs to 15.00 hrs in working days from 22/03/2019 till
03.05.2019 International bidders may obtain bidding document from Sri Lankan Embassy
office in relevant country during their operating hours.
5. Bids shall be valid up to 120 days from the closing date for submission of Bids.
6. All Bids must be accompanied by a Bid security of two Percent (01%) of the Bidder’s
Bidding Amount (Sri Lankan Rupees) valid for 150 days from closing date of the bid.
7. The Supply and Installation period is 30 weeks.
8. Completed and sealed Bid Documents supported by prescribed annexure with supportive
documents shall be submitted as the Section 1 clause 19.1 in ICTAD/SBD/04 and written
in the envelope “Bid for Design, Supply, Installation & Commissioning of Palmyra
Arrack Manufacturing Plant for Palmyra Development Board at Thikkam, Nellyadi Road,
Point Pedro”.
9. Dully completed Sealed Bids shall be delivered to the address given below on or before
06.05.2019 at 10.00 hrs to the Tender box at the Ministry of National policies Economics,
Affairs, Resettlement and Rehabilitation, Northern Province Development, Vocational,
Training & Skills Development and Youth Affairs. No. 356/B, 1st Floor, Carlwil Place,
Galle Road, Colombo – 03 and will be opened on 06.05.2019 at 10.30 hrs at the
Auditorium, 1st Floor of the Ministry in the presence of the Bidders’ representatives who
may opt to be present. Late Bids will be rejected.
10 Pre bid meeting and site visit will be held at 10.00 a.m. on 10/04/2019 at Palmyra
Development Board at Jaffna.
11 Incomplete and late bids will be rejected and the Ministry Procurement Committee reserves
the right to accept or reject bids.
The Chairman,
Ministry Procurement Committee,
Ministry of Rehabilitation, Resettlement, Northern Development and Hindu Religious
Affairs,
No. 356/B, 1st Floor, Carlwil Place, Galle Road, Colombo – 03
Tel – 011-2395522/2574240 Fax - 011-2395517/2574196
CONTENT
Volume 1A Section I - Introduction of Bidder
Section III - Condition of Contract
Section V - Standard forms
Volume 1B
Invitation to Bid
Section II - Bidding Data
Section IV - Contract Data
Section VI - Employer’s Requirements
Section VII (a) - Form of Bid
Section VIII (a) - Schedules – related to General Information (“A” Schedules)
Volume 2
Section VII (b) - Form of Design / Technical Proposal
Section VIII (b) - Schedules – related to Design & Technical Proposal
(“B” Schedules)
Section IX - Drawings (If any)
Volume 3
Section VII (c) - Form of Price Proposal
Section VII (c) - Schedule – related to Price Proposal (“C” Schedules)
List of Goods and Delivery Schedule
Volume 4
Marking System.
VOLUME 1A
Volume 1A
Invitation to Bid (Sample only)
Section I – Instructions to Bidders
Bidding Data (Sample only – Bidders to ignore the samples and refer Sections II
in Vol. IB)
Section III – Conditions of Contract
Contract Date (Sample Only – Bidders to ignore the samples and refer Section IV
in Vol. IB)
Section V – Standard Forms
Employer’s Requirement (Guidelines - Bidders to ignore the Guidelines and
refer Section VI in Vol. IB)
Form of Bid (Bidders to ignore the form and refer Section VII (a) in Vol. IB)
Form of Design / Technical Proposal (Bidders to ignore the form and refer
Section VII (b) in Vol. 2)
Form of Price Proposal (Bidders to ignore the form and refer Section VII (a) in
Vol. 3)
Schedules – related to General Information (“A” Schedules)
(Sample only – Bidders to ignore the samples and refer Section VIII (a) in Vol. lB)
Schedules – related to Design & Technical Proposal (“B” Schedules)
(Sample only – Bidders to ignore the samples and refer Section VIII (b) in Vol. 2)
Schedules – related to Price Proposal (“C” Schedules)
(Sample only – Bidders to ignore the samples and refer Section VIII (c) in Vol. 3)
Drawings (Bidders to refer Section IX in Vol. 2)
SECTION -I
INSTRUCTIONS TO BIDDERS
Notes:
Instruction to bidder shall be read in conjunction with bidding data. Matters relating to the
performance of the contractor, payments under the contract, or matters affecting the risk,
right, and obligation of the parties under the contract are not included in this section ,but
are given in section iii –Condition contractor Volume 1 A and the contract Data under
Section IV, Volume 1B
Instructions to bidder will not be part of the contract and will cease to have effect once the
contract is signed
SECTION -III
CONDITIONS OF CONTRACT Condition of Contract shall be read in Conjunction with Contract Data
Condition of Contract applicable to this contract shall be those given in section –II I of the
Standard Bidding Document, Procurement of Works, Design & Build Contracts ICTAD
Publication No.ICTAD/SBD/04 first edition (Reprinted), May 2003, published by the
Institute for Construction Training and Development (ICTAD),”Savsiripaya’’ NO.123
Wijerama Mawatha , Colombo 07
This publication will not be issued with the Bidding Document and the Bidder is
advised to purchase it from ICTAD
Note;- 01. Condition of Contract shall be read in conjunction with bidding Data provided under
Section – IV Volume 1B of the Bidding Document
SECTION -V
STANDARD FORMS (CONTRACT)
Form of Bid Security
Letter of Acceptance
Form of Agreement
Form of Performance Guarantee
Form of Mobilization Advance Guarantee and
Form of Retention Money Guarantee
Standard Forms (Contract) applicable to this contract shall be those given in section –V of
the Standard Bidding Document, procurement of work, Design & Build Contracts ICTAD
Publication No.ICTAD/SBD/04 first edition (Reprinted), May 2003, published by the
Institute for Construction training and Development (ICTAD),”savsiripaya’’ NO.123
Wijerama Mawatha , Colombo 07
This publication will not be issued with the Bidding Document and the Bidder is
advised to purchase it from ICTAD
Note; -
01. Standard forms shall be read under Section –V of the Bidding Document
VOLUME 04
General Information and Design/ Technical Proposal Assessment Criteria and Marking System
No. Criteria Points
Achieved
Maximum
Points for
each item
01
Similar Projects Completed in Last 10 years
10
02
Work performed during last 5 years
05
03
Management Staff (Refer Table 3 A)
06
04
Professional Staff (Refer Table 3 A)
05
05
Supervisory Staff (Refer Table 3 B)
06
06
Plant & Equipment for instillation work (Refer Table 3
C)
04
07
Technical approach and methodology
30
08
Plant Instillation Drawings (Based on survey and
preliminary facility layout diagram Attached on Bidding
Document) and P&I diagram for the Plant.
10
09
Work Plan
09
10
Legal Status & Quality Assurance
05
11
Financial Capability (Refer Table 3 D)
10
Total Points for Criteria
100
**** Each Bidder shall score minimum of 75% marks in General Information and Design/ Technical
Proposal to qualify to open and evaluate the Price Proposal.
The formula for determining the financial score is the following,
Sf = 100 Fm
F
Sf – Financial score
Fm – Lowest price
F – Price of the proposal under consideration
The weights given to the General Information and Design/ Technical Proposal and Financial
Proposals,
General Information and Design/ Technical Proposal - 75% Price Proposals – 25%
TABLE 3 A
POINT SYSTEM FOR RESOURCES (PERSONNEL) A – PROFESSIONAL AND
MANAGEMENT STAFF
MEMBER POINTS
ACHIEVED
MAXIMUM
POINTS
a. Charted Mechanical Engineer with 15 years’ experience
in relevant work.
3.00 P
b. Charted Mechanical Engineer with 5 years’ experience
in relevant work.
2.00 P
c. Chemical Engineer with 05 years’ experience in relevant
work.
2.00 P
d. Technical Officer with 03 years in relevant work.
2.00 P
f. Qualified Quantity Surveyor with 03 years in relevant
work.
1.00 P
g. Qualified personnel for specified services such as
Boiler/ Plumbing / Electrical
1.00 P
-------- --------
Total Points Achieved 11.00 - Points ===== =====
TABLE 3 B
POINT SYSTEM FOR RESOURCES (PERSONNEL) B – SUPERVISORY STAFF
MEMBER POINTS
ACHIEVED
MAXIMUM
POINTS
a. Technical Assistant NDT or equivalent (Mechanical)
2.00 P
b. Technical Assistant NDT or equivalent (Civil)
2.00 P
c. Assistant Qualified Quantity Surveyor
1.00 P
d. Foreman with 5 years’ experience
1.00 P
-------- --------
Total Points Achieved 06.00 - Points
===== =====
TABLE 3 C
POINT SYSTEM FOR PLANT & EQUIPMENT
Resources – Plant for Building Points
Maximum
Obtained
Points
1. Hoisting Equipment (Mobile Crane) -----------
3.00 P
2. Forklift 2 Nos. @ 0.5----------- 1.00 P
3. Concrete Mixers
Capacity 14 / 10 1 No. @ 0.5----------- 0.50 P
5. Concrete Vibrators 1 Nos @ 0.25----------- 0.25 P
6. Potable welding plant 2 Nos. @ 0.50 ----------- 1.00 P
7. Air Compressors 600 (cfm) 1 No. @ 0.25---------- 0.25 P
8. Water Pump (3” dia) 2 Nos. @ 0.25 ---------- 0.50 P
9. Survey Equipment ----------- 0.25 P
10. Other Relevant Plant ----------- 0.25 P
________
Total Points Achieved 4.00 - Points
=======
POINT SYSTEM FOR PLANT & EQUIPMENT
Resources – Plant for Building Points
Maximum
Obtained
Points
1. Hoisting Equipment (Mobile Crane) ----------- 3.00 P
2. Forklift 2 Nos. @ 0.05 ----------- 1.00 P
3. Concrete Mixers
Capacity 14 / 10 1 No. @ 0.50 ----------- 0.50 P
5. Concrete Vibrators 1 Nos @ 0.25 ----------- 0.25 P
6. Transport Dumpers (15 T) 1 Nos. @ 1.00 ----------- 1.00 P
7. Potable welding plant 2 Nos. @ 0.50 ----------- 1.00 P
9. Air Compressors 600 (cfm) 1 No. @ 0.25 ----------- 0.25 P
10. Water Pump (3” dia) 2 Nos. @ 0.25 ----------- 0.50 P
11. Survey Equipment ----------- 0.25 P
12. Other Relevant Plant ----------- 0.50 P
________
________
Total Points Achieved 7.00 - Points
======= =======
TABLE 3 D
POINT SYSTEM FOR FINANCIAL CAPABILITY
1. Name of Company : …………………………………………………….
1.0. Financial Capacity
a. Current assets Rs. ----------------------------
-----------------
b. Current liabilities Rs. ----------------------------
-----------------
c. Current working capital Rs. ----------------------------
-----------------
d. 10 x working capital (A) Rs. ----------------------------
-----------------
e. 1.25 x estimated project cost (B) Rs. ----------------------------
-----------------
f. Points obtained for financial capacity ----------------------------
-----------------
g. Deduction due to works in hand ----------------------------
-----------------
h. Adjusted financial capacity ----------------------------
-----------------