Invitation for Bidsdocuments shall be submitted as the Section 1 clause 19.1 in ICTAD/SBD/04 and...

16
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)

Transcript of Invitation for Bidsdocuments shall be submitted as the Section 1 clause 19.1 in ICTAD/SBD/04 and...

Page 1: Invitation for Bidsdocuments 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

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)

Page 2: Invitation for Bidsdocuments 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

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

Page 3: Invitation for Bidsdocuments 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

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.

Page 4: Invitation for Bidsdocuments 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

VOLUME 1A

Page 5: Invitation for Bidsdocuments 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

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)

Page 6: Invitation for Bidsdocuments 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

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

Page 7: Invitation for Bidsdocuments 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

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

Page 8: Invitation for Bidsdocuments 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

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

Page 9: Invitation for Bidsdocuments 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

VOLUME 04

Page 10: Invitation for Bidsdocuments 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

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

Page 11: Invitation for Bidsdocuments 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

**** 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%

Page 12: Invitation for Bidsdocuments 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

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 ===== =====

Page 13: Invitation for Bidsdocuments 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

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

===== =====

Page 14: Invitation for Bidsdocuments 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

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

=======

Page 15: Invitation for Bidsdocuments 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

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

======= =======

Page 16: Invitation for Bidsdocuments 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

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 ----------------------------

-----------------