0% found this document useful (0 votes)
13 views87 pages

Final Bid Doc For NIFS

Uploaded by

Dilshan Kumara
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
13 views87 pages

Final Bid Doc For NIFS

Uploaded by

Dilshan Kumara
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 87

NATIONAL BUILDING RESEARCH ORGANISATION

RECTIFICATION OF DAMAGED AUDITORIUM BUILDING AT


NATIONAL INSTITUTE OF FUNDAMENTAL STUDIES (NIFS)
IN KANDY

NBRO/GED/2022/30/27602B
FUNDED BY
NATIONAL INSTITUTE OF FUNDAMENTAL STUDIES (NIFS)

BIDDING DOCUMENT

May 2024
NBRO

TABLE OF CONTENTS

Description Page Number

Table of Content i

Letter of Invitation ii - iii

Introduction iv

Section - 01 - Instructions to Bidders (ITB) 01 - 04

Section - 02 - Standard Forms (Contract) 05 - 12

Section - 03 - Conditions of Contract 13

Section - 04 - Form of Bid and Qualification Information 15 - 18

Section - 05 - Bidding Data 19 - 26

Section – 06 - Contract Data 27 - 32

Section - 07 - Specifications 33

Section - 08 - Bills of Quantities 35 - 48

Section - 09 - Pricing Preamble 49 - 54

Section - 10 - Drawings 55 - 76

Section - 11 - Standard Forms (Bid) 77 - 80

Checklist for Bidders 81

Invitation for Bids Page i


NBRO

INVITATION FOR BIDS


MINISTRY OF DEFENCE
NATIONAL BUILDING RESEARCH ORGANISATION

1. The Chairman, Department Procurement Committee of National Building Research Organisation


(NBRO) invites sealed bids from eligible and qualified bidders for construction of Retrofitting work
at Auditorium Building of National Institute of Fundamental Studies (NIFS), Kandy under the
Contract No. NBRO/GED/2022/30/27602B estimated to cost LKR 12.33 Million (including
contingencies and excluding taxes).

Construction period of this contract shall be 120 calendar days and defects liability period shall
be 365 days after completion of the construction works which includes earth work, earth work
supporting work , structure construction ( column retrofitting ,Beam retrofitting, slab) and
associated works.

2. Bidding will be conducted through the National Competitive Bidding Procedure.

3. For the eligible for the contract award, the successful bidder shall not have been blacklisted and
shall meet the following requirements:

a. Bidders should have been registered and hold a valid registration in the Construction
Industry Development Authority (CIDA) (success to ICTAD) – Grade C6 or above under
Building & Civil Engineering.

4. Qualification requirements to qualify for contract award include;

 Average Annual volume of construction work performed in last five years shall be at least
LKR 18.50 Mn
 Experience in the construction of at least one contract of a nature and complexity equivalent
to this work over the last 05 years and it should be at least 70% completed.
 The minimum amount of liquid assets and/or credit facilities net of other contractual
commitment shall be not less than LKR 9.24 Mn

5. Interested bidders may obtain further information from Director/ Geotechnical Engineering
Division (Tel: 011-2588946, Ext: 595) and inspect the bidding documents at the address given
below from 0900 hrs to 1600 hrs. The bid documents can also be inspected on www.nbro.gov.lk.
However Bid documents downloaded from above website will not be accepted.

6. A complete set of the Bid documents in English language can be purchased by interested bidders
on the submission of a written application to the Director General, National Building Research
Organisation, No. 99/1, Jawatta Road, Colombo 05 from 27.05.2024 until 13.06.2024 from 0900
hrs to 1500 hrs, upon the payment of a non-refundable fee of LKR 5,000.00. The method of
payment shall be in cash to the NBRO cashier or online payment to the Acc. No. of
086100121189756, People’s Bank, Thimbirigasyaya branch.

Further, register online www.drc.gov.lk of Registrar of Companies for getting PCA 3 form.
Registration process has been converted into online system, through web: eroc.drc.gov.lk.

Invitation for Bids Page ii


NBRO

7. A site visit will be held on 31.05.2024 at the proposed mitigation location at 10.00 hrs. A pre-bid
meeting will be held at the Auditorium of National Institute of Fundamental Studies, commencing
at 11.00 hrs. on 31.05.2024.

8. Bids must be delivered in duplicate to the address below on or before 14.00 hrs. on 14.06.2024.
Electronic bids will not be permitted. Late bids will be rejected. Bids will be opened soon after
closing, in the presence of the bidders’ representatives who choose to attend.

9. Bids shall be valid for a period of 77 days from the bid closing date (till 30.08.2024).

10. All bids shall be accompanied by a Bid-Security, of LKR 250,000.00 obtained from a reputed bank
acceptable to Central Bank of Sri Lanka on the format given in the bidding document. Bid Security
shall be valid for a period of 105 days from the closing date of bids up to 27.09.2024.

Chairman,
Department Procurement Committee,
National Building Research Organisation,
No. 99/1, Jawatta Road,
Colombo 05.

Invitation for Bids Page iii


NBRO

INTRODUCTION

The bidders are expected to buy the following Standard Bidding Document from the Construction Industry
Development Authority (CIDA): -

STANDARD BIDDING DOCUMENT


PROCUMENT OF WORKS
SECOND EDITION – JANUARY 2007 by ICTAD
CIDA/ICTAD PUBLICATION NO – CIDA/ICTAD/SBD/02.

This Bidding Document shall be read in conjunction with the above Standard Bidding Document.

The address of CIDA is,

Construction Industry Development Authority


‘Savsiripaya’
123, Wijerama Mawatha
Colombo – 07

Introduction Page iv
Section 01 – Instructions to Bidders

SECTION 01
INSTRUCTIONS TO BIDDERS

Instructions to Bidders that will be applicable for this Contract shall be that given in Section 1 of the
Standard Bidding Document for Procurement of Works - ICTAD Publication No. ICTAD/SBD/01,
Second Edition, January 2007, published by the Institute for Construction Training and Development
(ICTAD) "Savsiripaya", 123, Wijerama Mawatha, Colombo 07.
The above publication will not be issued with the Bidding Document and Bidder is advised to
purchase it from ICTAD.

NATIONAL BUILDING RESEARCH ORGANISATION 1


Section 01 – Instructions to Bidders

INSTRUCTIONS TO BIDDERS

Notes:
Instructions to Bidders shall be read in conjunction with Bidding Data. Matters
relating to the performance of the Contractor, payments under the Contract, or matters
affecting the risks, rights, and obligations of the parties under the Contract are not
included in this Section, but are given in Section 3- Conditions of Contract, Volume 1
and the Contract date under Section 4.
Instructions to Bidders will not be a part of the Contract and will cease to have effect
once the Contract is signed

NATIONAL BUILDING RESEARCH ORGANISATION 3


Section 02 – Standard Forms

SECTION 02

STANDARD FORMS

 LETTER OF ACCEPTANCE
 AGREEMENT
 PERFORMANCE SECURITY
 ADVANCE PAYMENT SECURITY
 RETENSION MONEY GUARANTEE

NATIONAL BUILDING RESEARCH ORGANISATION 5


Section 02 – Standard Forms

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.

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

The Commencement Date shall be: ……………… (fill the date as per Clause 8.1 of Conditions of
Contract).

The amount of Performance Security is : …………… (fill the amount as per Clause 4.2 of Conditions
of Contract).

The Performance Security shall be submitted on or before ……………………... (fill the date as per
Clause 4.2 of Conditions of Contract).

Authorized Signature : ……………………………………

Name and title of Signatory : ……………………………………………………………….

NATIONAL BUILDING RESEARCH ORGANISATION 7


Section 02 – Standard Forms

FORM OF AGREEMENT

This Agreement made the ………. [day] of ……………… [month] 200….. [year], between
…………………………………….. [name and address of Employer] (hereinafter called and referred
to as “the Employer”), of the one part, and ……………………………………….. [name and address
of Contractor] (hereinafter called and referred to as “the Contractor”), of the other part:

Whereas the Employer desires that the Contractor execute ………………………………… [name and
identification no of Contract]( hereinafter called and referred to as “the Works”) and the Employer
has accepted the Bid by the Contractor for the execution and completion of such Works and remedying
of any defects therein.

The Employer and the Contractor agree as follows::

1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract.

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


this Agreement, the Contractor hereby covenants with the Employer to execute and complete
the Works and remedy any defects therein in conformity in all respects with the provisions of
the Contract.

3. The Employer hereby covenants to pay the Contractor in consideration of the execute and
complete the Works and remedy any defects therein, the Contract Price or such other sum as
may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.

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

……………………………………….. ………………………………………..

Authorised signature of Contractor Authorised 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 ……………………………………………………….

NATIONAL BUILDING RESEARCH ORGANISATION 8


Section 02 – Standard Forms

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 Time
for Completion] and any demand for payment under it must be received by us at this office on or before
that date.

_____________________
[signature(s)]

NATIONAL BUILDING RESEARCH ORGANISATION 9


Section 02 – Standard Forms

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 figures] ( ----------------) [amount in words] is to be made against an
advance payment guarantee.

At the request of the Contractor, we --------------- [name of issuing agency] hereby irrevocably
undertake to pay you any sum or sums not exceeding in total an amount of ----------- [amount in figures]
(--------------) [amount in words] upon receipt by us of your first demand in writing accompanied by a
written statement stating that the Contractor is in breach of its obligation in repayment of the Advance
Payment under the Contract.

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance
payment repaid by the Contractor.

This guarantee shall expire on ………. [ Insert the date, 28 days beyond the Time of Completion]

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

___________________
[signature(s)]

NATIONAL BUILDING RESEARCH ORGANISATION 10


Section 02 – Standard Forms

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] ( ---
--------------------------------------------------------------------------------------------) [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)]

NATIONAL BUILDING RESEARCH ORGANISATION 11


Section 03 – Conditions of Contract

SECTION 03

CONDITIONS OF CONTRACT

Conditions of Contract that will be applicable for this Contract shall be that given in Section
3 of the Standard Bidding Document for Procurement of Works - ICTAD Publication No.
ICTAD/SBD/01, Second Edition, January 2007, published by the Institute for Construction
Training and Development (ICTAD) "Savsiripaya", 123, Wijerama Mawatha, Colombo 07.
The above publication will not be issued with the Bidding Document and Bidder is advised
to purchase it from ICTAD.

NATIONAL BUILDING RESEARCH ORGANISATION 13


4 Section 04 – Form of Bid & Qualification Information

SECTION 04

FORM OF BID AND QUALIFICATION


INFORMATION

NATIONAL BUILDING RESEARCH ORGANISATION 15


Section 04 – Form of Bid & Qualification Information

FORM OF BID

RECTIFICATION OF DAMAGED AUDITORIUM BUILDING AT


NATIONAL INSTITUTE OF FUNDAMENTAL STUDIES (NIFS), KANDY

Director General,
National Building Research Organisation ,
No. 99 / 1, Jawatta Road,
Colombo 05,
Sri Lanka

Gentlemen:

1. Having examined the Standard Bidding Documents - 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 are part of our Bid.

3. We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably possible
after the receipt of the Engineer’s notice to commence, 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 until the date specified in ITB Clause 16 ………… [insert date],
and it shall remain binding upon us and may be accepted at any time before that date.

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 understand that you are not bound to accept the lowest or any bid you may receive.

7. We certify/confirm that we comply with the eligibility requirements as per ITB Clause 3 of the
bidding documents.

Dated this ……………………………... day of…………………………………..20………...…


Signature ………………………………….. in the capacity of ……………………...……….….
duly authorized to sign bids for and on behalf of ………………………………………………..
[in block capitals or typed]

Address: ……………………………………………………………………………………….…

Witness: …………..…………………………………………………………………………….

NATIONAL BUILDING RESEARCH ORGANISATION 17


Section 04 – Form of Bid & Qualification Information

QUALIFICATION INFORMATION

(to be completed by the bidder and submitted with the Bid. Copies of relevant certificate
[certifying as a true copy] should also be attached)
Eligibility Requirement Bidder’s Qualification
ICTAD Registration

Registration number

Grade ICTAD Grade 6 or above

Specialty Building work and Civil Construction Work

Expiry Date

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

VAT Registration
Number

Construction Program Attach as annex

Legal status Public company/Private Company/Partnership/Sole proprietor

Eligibility Requirement Bidder’s Qualification


Qualification and Category, Experience Require Proposed by bidder
experience of key staff and Qualifications d Nos.* (Name, experience and
(Insert requirement)* Qualifications)
1

3
List Other information
required

Signature of the Bidder : …………………..

NATIONAL BUILDING RESEARCH ORGANISATION 18


Section 05 – Bidding Data

SECTION 05

BIDDING DATA

Note:
This section shall be read in conjunction with Section I – Instructions to Bidders,
and is intended to provide specific information in relation to corresponding clauses
in Section I. Whenever there is a discrepancy, the provisions in Section 2 – Bidding
Data shall supersede these provided in the Section I - Instructions to Bidders.

NATIONAL BUILDING RESEARCH ORGANISATION 19


Section 05 – Bidding Data

BIDDING DATA

Instructions
to Bidders
Clause
Reference

1.1 The Employer is


Director General, National Building Research
Name :
Organisation
Address : No. 99/1, Jawatta Rd, Colombo 5
Telephone : 011-2588946
Fax : 011-2502611
Email : info@nbro.gov.lk
The Works consists Earth work, Earth work supporting system,
: Structure
o Construction, Column retrofitting, Beam
retrofitting
f and slab and associated works

Intended Completion Date is 120 Days from the Start Date.


1.2
1.3 The office for collection of bid forms is
Geotechnical Engineering Division
National Building Research Organisation,
99/1 Jawatta Road, Colombo 05.
The non-refundable fee is LKR 5,000.00
The bid forms will be issued from 09.00 to 15.00 hrs from 27.05.2024 to
13.06.2024

2.1 The source of funds is National Institute of Fundamental Studies (NIFS)

4.2 ICTAD registration required;


Construction Industry Development Authority (CIDA) in
Building Construction C–6 or above with previous experience
Specialty: on retrofitting within the last 5 years and should have valid
registration on during bid evaluation period
Grade: C-6 or above
4.3 The following information shall be provided in Section 4:
 ICTAD Registration;
Registration number
Grade
Specialty
Expiry Date

NATIONAL BUILDING RESEARCH ORGANISATION 21


Section 05 – Bidding Data

 VAT Registration number


 Construction Program
 Legal Status (Sole proprietor, Partnership, Company etc.)
 Authentication for signatory. The Written confirmation of authorization to
sign on behalf of the Bidder shall indicate (Power of Attorney for signatory
to From of Bid).
 Total monetary value of construction work performed for each of the last
five years;
 Experience in works of a similar nature and size for each of the last ten
years;
 Major items of construction equipment proposed to carry out the Contract;
 Qualifications and experience of key site management and technical
personnel proposed for the Contract.
 Any person who acts as Local Agent in Sri Lanka, representative of nominee
for or on behalf of any Tenderer shall register himself with the Registrar of
Companies if the bid price exceeds LKR 5.0 Million in accordance with the
Public Contract Act No. 3 of 1987 and subsequent gazette notification. Such
certificate issued to the local agent / representative by the Registrar of
Companies, essential to be submitted.
 Current Contractual Commitments (Value of existing commitments and
ongoing works to be completed (for all the clients of the bidder) during the
period of completion of work for which bids have been invited).
 Audited financial statements with auditor’s reports for the past 5 years to
demonstrate that the current soundness of the bidder’s financial position.
 Bank statements reflecting the balance as at the date of every financial year
for the five (05) years providing the accounts have been submitted.
4.4  Average annual volume of construction work performed in last Five (05)
years shall
be at least LKR 18.50 Mn.
 Experience in the construction of at least one (01) contract of a nature and
complexity equivalent to the Works over the last 05 years (to comply with
this requirement, works cited should be at least 70% completed)
 Proposals for the timely acquisition (own, lease, hire, etc.) of the following
essential equipment shall be;

No. Type Minimum No.


01 Concrete Mixture (1m³) 01
02 Dump truck 01
03 Hilti Breaker 01
04 Drilling machine 01

NATIONAL BUILDING RESEARCH ORGANISATION 22


Section 05 – Bidding Data

 Following technical Managerial Staff


1. Technical officer qualified with NDT with 03 years or NCT with 5 years
past experience in civil constructions - Full time Basis
2. Quantity Surveyor qualified with NCT or equivalent with 05 years of
Post qualified Experience - Part time Basis
3. BSc Civil Engineering with 2 years of Post qualified Experience in Civil
Construction - Part time Basis
*The minimum amount of liquid assets and/or credit facilities net of other
contractual commitments and exclusive of any advance payments which may
be made under the contract shall be not less than LKR 9.24 Mn.
The minimum amount of liquid assets available is calculated as follows.
X = (A – L) – 0.1 W + C
Where,
X = Minimum amount of liquid assets available,
A = Current assets as given in the latest audited financial statements,
L = Current liabilities as given in the latest audited financial statements,
W = Outstanding contractual commitments as supported by an affidavit as
per Schedule No. 01,
C = Project specific revolving line of credit given by a bank as per Schedule
No. 01
Financial Position and Financial Performance of last three (03) years should
be in a satisfactory with regards to net liquidity assets and profit after Taxes.
 Bid Capacity
The working bid capacity of the contractor should be equal to or more than
the estimated cost of the bid. The working bid capacity shall be worked out
by the following formula:
Working bid capacity = (A × N × 2) – B
Where,
A = Average annual turnover of the bidder for the last Five years from
construction activities.
N = Number of years prescribed for completion of work which bids have
been invited.
B = Value of existing commitments and ongoing works to be completed (for
all the clients of the bidder) during the period of completion of work for
which bids have been invited.
9.1 Employer’s address for the purpose of clarification is ;
Director General, National Building Research
Name :
Organisation
Address : No. 99/1, Jawatta Road, Colombo 05
Phone: 011-2588946
Fax : 011-2502611

NATIONAL BUILDING RESEARCH ORGANISATION 23


Section 05 – Bidding Data

E-mail : info@nbro.gov.lk
11.1 The language of the bidding document shall be English.
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. Any other cost has to be included in
the rates.
13.4 The contract is subjected to price adjustments in accordance with Clause 47
of the Conditions of Contract.- Not Applicable
14.1 Local currency only.
The Bid shall be valid up to 77 days from the submission of bids (till
15.1
30.08.2024)
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 Rupees Two Hundred Fifty Thousand only. (LKR
250,000.00)
 Valid up to 105 days from the closing date of bids (up to 27.09.2024).
The Standard Form of Bid Security acceptable to the Director General,
National Building Research Organisation shall be an unconditional on
Demand Bank Guarantee issued by a reputed bank recognized by the Central
bank of Sri Lanka using the form for bid security (unconditional guarantee)
included in section 9, Standard forms.
17.0 Pre Bid meeting

Venue : the Auditorium of National Institute of Fundamental


Studies, Hanthana Road, Kandy
Date : 31.05.2024
Time : 11.00 hrs.
Bidders shall submit their quarries and clarifications in written to the
Employer on or before 10.00 hrs. on 04.06.2024.
19.2a The Employer’s address for the purpose of Bid submission is
Director General
National Building Research Organisation
No. 99/1, Jawatta Road, Colombo -05.
19.2b Contract name : Rectification of Damaged Auditorium Building at
National Institute of Fundamental Studies, Kandy.
Contract no: NBRO/GED/2022/30/27602B
20.1 The deadline for submission of Bids shall be at 1400 hrs. on 14.06.2024

NATIONAL BUILDING RESEARCH ORGANISATION 24


Section 05 – Bidding Data

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


The Standard Form of Performance Security acceptable to the Director
General National Building Research Organisation shall be an unconditional
on Demand Bank Guarantee issued by a reputed bank recognized by the
Central bank of Sri Lanka.
The Performance Security Shall be valid until 28 days beyond the Defects
Notification Period

36.0 Appointing Authority for the Adjudicator shall be CIDA (success to ICTAD).
Fees and types of reimbursable expenses to be paid to the Adjudicator shall
be on a case to case basis and shall be shared by the Contractor and the
Employer.

NATIONAL BUILDING RESEARCH ORGANISATION 25


Section 06 – Contract Data

SECTION 06

CONTRACT DATA

NATIONAL BUILDING RESEARCH ORGANISATION 27


Section 06 – Contract Data

Contract Data
(Please note that the Clause nos. given hereunder are that of Conditions of Contract)
1.1 The Employer is
Director General, National Building Research
Name:
Organisation
Address:
No 99/1 Jawatta Road, Colombo 05
1.1 The Engineer is
Name: Director, Geotechnical Engineering Division
Address: National Building Research Organisation
No 99/1 Jawatta Road, Colombo 05.
The Works consists of Excavation, Earth work supporting system
1.1
Retrofitting Column, Beams and Slab and associated works
1.1 The site is located at Hanthana Road, Kandy
1.1 The Start Date shall be 14 Days from the Letter of Acceptance.
The following documents also form part of the Contract: Not
2.3
Applicable
8.1 Schedule of other contractors: Not Applicable
9.1 Schedule of Key Personnel:
Minimum persons with qualifications and experience to be defined,
1. Technical officer qualified with NDT with 03 years or NCT with
5 years past experience in civil constructions – Full time Basis
2. Quantity Surveyor qualified with NCT or equivalent with 05
years of Post qualified Experience - Part time Basis
3. BSc Civil Engineering with 2 years of Post qualified Experience
in Civil Construction – Part time Basis

13.1 The minimum insurance covers shall be :


The minimum cover for insurance of the Works and of
(a) 
Plant and Materials
is 110% of Initial Contract Price.
The maximum deductible for insurance of the Works and of

Plant and
Materials is 5% of Initial Contract Price.
The minimum cover for loss or damage to Equipment is
(b) 
replacement cost of the equipment.
The maximum deductible for insurance of Equipment is
 5%of the minimum cover for equipment.

NATIONAL BUILDING RESEARCH ORGANISATION 29


Section 06 – Contract Data

The minimum cover for insurance of other property (other


(c) 
than the Site) is
LKR 1,000,000.00.
(d) The minimum cover for personal injury or death,
For third party and employees of the Employer and other

persons engaged
by the Employer in the Works is LKR1.0 Million per
event.
13.2 (a) The minimum cover for personal injury or death,
The Contractor’s workmen shall be insured compliance
with the prevailing Workmen’s Compensation Act of Sri

Lanka. The minimum insurance cover amounts shall be as
per the values stipulated under this act
Contractor's employees other than workmen is LKR 1.0

Million per event.
The Intended Completion Date for the whole of Works shall be 120
17.1
Days from the Start Date.
21.1 The Site Possession Date shall be 7 Days from Letter of Acceptance.
The Adjudicator proposed by the Employer is shall be appointed by the
25.2 Construction Industry Development Authority (CIDA) at the request of
either Party.
Fees and types of reimbursable expenses to be paid to the Adjudicator
25.7 shall be on a case to case basis and shall be shared by the Contractor and
the Employer.
The Contractor shall submit a program for the Works within 14 Days of
27.1
delivery of the Letter of Acceptance.
27.3 The period between Program update is 30 days.
27.4 The amount to be withheld for late submission of a Program is 2% of
Initial Contract Price.
35.1 The Defects Liability Period is 365 Days.
39.2 Engineer may order variations up to a total cumulative value of not
exceeding 10% of Initial Contract Price.
44.1 The following events shall also be Compensation Events:
46.1 The exchange rate used for calculating the amounts to be paid in
currencies other than Sri Lankan Rupees - Not Applicable
47.1 The Contract Price is not subjected to price adjustment
The retention from each payment shall be 10% of the certified work
48.1
done.
The limit of retention shall be 5% of the Initial Contract Price.
49.1 The liquidated damages for the whole of the Works shall be 0.05% of
Initial Contract Price per Day.
50.1 The maximum amount of liquidated damages for the whole of the Works
shall be 10% of the Initial Contract Price.
52.1 The Performance Security shall be 5% of the Initial Contract Price.

NATIONAL BUILDING RESEARCH ORGANISATION 30


Section 06 – Contract Data

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 Initial Contract Price for balance Work.
63.7 The attendance fee payable to the Contractor on nominated sub-contract
work shall not exceed 8%.

NATIONAL BUILDING RESEARCH ORGANISATION 31


Section 07 – Specifications

SECTION 07

SPECIFICATIONS

For drafting specifications, the Employers are advised to use the following standard
specifications published by ICTAD
01 Specification for Building work - Sri Lanka (Vol. I) - 1985 ICTAD Publication
No. SCA/4 (Vol. 1).

Copies of above publications shall be purchased from the Construction Industry


Development Industry Development Authority (CIDA), “ Sawsiripaya “ 123,
Wjerama Mawatha, Colombo 07.

Note : CIDA ( Construction Industry Development Authority) is the successor of


ICTAD

NATIONAL BUILDING RESEARCH ORGANISATION 33


Section 08 – Bills of Quantities

SECTION 08

BILLS OF QUANTITIES

NATIONAL BUILDING RESEARCH ORGANISATION 35


GRAND SUMMARY

DESCRIPTION AMOUNT
1 BILL NO 01 - PRELIMINARIES

2 BILL NO 02 - DEMOLISHING WORK

3 BILL NO 03 - EARTH WORK

4 BILL NO 04 -EARTH WORK SUPPORT / SHORING WORK

5 BILL NO 05 -STRUCTURE CONSTRUCTION

6 BILL NO 06 -DAY WORKS

7 TOTAL AMOUNT
8 ADD : 10% CONTINGENCIES
9 SUB TOTAL AMOUNT
10 ADD 2.5% SSCL
11 SUB TOTAL AMOUNT INCLUDING SSCL
12 ADD 18% VAT
13 GRANT TOTAL AMOUNT
IT NO DESCRIPTION UNIT QTY RATE AMOUNT

1 BILL NO 01 - PRELIMINARIES

Temporary Facilities
1.1 Allow for Providing maintaining temporary stores,
office facilities, Sanitary facilities, Site first aid and
other services required for carrying out the works
etc. Item 1.00

Scaffolding
1.2 Allow for providing erecting and maintaining
dismantling and clearing away at completion
proper and adequate scaffolding including that
required for sub-contractors and specialists. Item 1.00

Temporary services for the works


1.3 Allow for Water for the works Any costs of
importing water by tank and storing on site shall be
allowed for by the contractor. Item 1.00

1.4 Allow for Electric lighting and power for the works
any costs for temporary electricity generating
equipment shall be allowed for by the contactor. Item 1.00

Samples, Tests etc.


1.5 Allow for providing and submitting to the
Consultants providing and submitting to the
Consultants, as he may require, samples of all
materials and goods witch are proposed for
incorporation in the works Allow for testing
materials as required by the specifications. Item 1.00

Safety gear and equipment


1.6 Allow for providing safety gear and equipment
conforming to the latest industrial standards, for
the use Employer’s / Engineers staff at site and
official visitors to the site. Item 1.00

Insurance of works
1.7 Allow for providing and submitting to the
Consultants for insurance of work, plant &
machinery, materials, third party and workmen. "
All Risk Insurance Policy Including Insurance
against workers and third party compensation" Item 1.00

Bonds and Guarantees


1.8 Allow for providing and submitting to the
Consultants for Security Bonds and Guarantees,
Performance Bond and Advance Bond etc. Item 1.00

TOTAL CARRIED TO SUMMARY Rs.


IT NO DESCRIPTION UNIT QTY RATE AMOUNT
2 BILL NO 02- DEMOLISHING WORK

2.1 Demolish existing 125mm thick RCC Concrete Item 1.00


floor slab (existing expansion joint area) at level
1.0 and all debris cartaway from site. Rate shall
including using labour, hilty, Electric cutter and any
other tools, equipment's etc. As per proposed plan
approx. 24.0m

TOTAL CARRIED TO SUMMARY Rs.


IT NO DESCRIPTION UNIT QTY RATE AMOUNT
3 BILL NO 03 -EARTH WORK

EXCAVATION
3.1 Excavation pit for column pit foundation, Depth
not exceeding 1.5m from existing ground level all
classes of soil other than hard rock which require
drilling and blasting in reducing site to designed
elevations including leveling bottom, forming
embankments etc. depositing excavated materials
to distance not exceeding 10.0m rate including
excavated earth stacking at site for re filling. all as
per proposed plan m3 50.00

3.2 Ditto- depth exceeding 1.50m but not exceeding


3.0m from existing ground level -do- m3 50.00

3.3 Ditto- depth exceeding 3.0m but not exceeding


4.50m from existing ground level -do- m3 35.00

3.4 Excavation trench for retaining wall foundation,


Depth not exceeding 1.0m from existing ground
level all classes of soil other than hard rock which
require drilling and blasting in reducing site to
designed elevations including leveling bottom,
forming embankments etc. depositing excavated
materials to distance not exceeding 10.0m rate
including excavated earth stacking at site for re
filling. all as per proposed plan m3 50.00

EARTH FILLING

3.5 Supply and stack within the site, approved gravel


earth (Type -2 or above ), to be used for earth
filling work at any location within the site,
(measured in loose volume). Rate shall include
for all loading / un-loading / transport within site as
required. m3 60.00

3.6 Earth filling / Backfilling with approved excavated


earth / imported gravel earth (available /
imported earth stacked within the site -
measured separately), well rammed and
compacted and consolidated in 225mm thick
layers, compacted to proctor density to 95% and to
the Engineers approval. Mahout of filling and
compaction to be approved by the Engineer before
commencement of filling work. using approved
compactor (measured by compacted earth
volume) m3 170.00
REMOVING EXCESS EARTH / DERBIES
3.7 Removing Excess earth and any damaged parts
of existing wall / foundations /floor slabs &
cartaway surplus material from site. Including
transporting, Lording , unloading (3.0m 3) Load 3.00

TOTAL CARRIED TO SUMMARY Rs.


IT NO DESCRIPTION UNIT QTY RATE AMOUNT
4 BILL NO 04 - EARTH WORK SUPPORT / SHORING WORK
(a). Rates for planking and strutting shall include for
risk and any necessary extra excavation, protecting
existing building , boundary wall & road etc. if
specially. instructed to do so by the Engineer.
(b). Planking and strutting shall be carried out only
if specially instructed to do so by the Engineer. Note

4.1 Supply & fix Steel or timber shoring (planking and


strutting shall include for risk and any necessary
extra excavation/ Protecting embankment /
existing road / building , wall etc. (During
construction Time) (all details to be given by the
Contractor for approving Structural Engineer)
provisional quantities Item 1.00

TOTAL CARRIED TO SUMMARY Rs.


IT NO DESCRIPTION UNIT QTY RATE AMOUNT
BILL NO 05 -STRUCTURE CONSTRUCTION

Unless otherwise stated all concrete work shall be;


(a) Grade 20 or above
(b) Made dense with a vibrator
(c) So cast as to receive only that
finishing on its exposed surface as required.
Unless otherwise specified in the
respective items, all formwork and
reinforcement are measured separately
Rate shall include for;
a)Plant for mixing, handling, hoisting,
depositing, compacting, leveling, curing, and
making good after removal of formwork etc.
b)Builders work in connection with electrical
installation and plumbing Note

PLAIN CONCRETE
Grade 15 in the following;

5.1 In Retaining wall foundation RW - 1 m2 52.00

REINFORCED CONCRETE
Reinforced concrete Grade 25 Concrete. fill into
form work and well packed Around Bar
Reinforcement.

5.2 In column shaft (retrofitted) from base level to


ground 0.0m level (around Existing Column) m3 3.60

5.3 In column shaft (retrofitted) from ground +0.0m


level to FFL 1 (around Existing Column) m3 3.00

Reinforced concrete Grade 25 Concrete. fill into


form work and well packed Around Bar
Reinforcement.

5.4 In Beam at level -1 (Extended) level to FFL -1


m3 1.60

5.5 In Beam at level -1 (retrofitted) (around Existing


beam) m3 2.80

Reinforced concrete Grade 25 Concrete. fill into


form work and well packed Around Bar
Reinforcement.
5.6 In floor slab at ground floor 00 level m3 4.75

5.7 In floor slab (damaged expansion joint area) at


level 1 m3 2.70

5.8 In retaining wall type RW - 1 base / foundation m3 10.80

REINFORCEMENT
Cold work high yield steel bar reinforcement to BS 4449 and strength
(FY = 460 N/mm2) including forming Bends, Tying Wrest, Distance
Block and placing ordinary Spacers.

5.9 16mm diameter bars in Retrofitted Column shaft Kg 910.00

5.10 16mm diameter bars in Retrofitted / extended


Beam at FFL level - 1 Kg 210.00

5.11 12mm diameter bars in slab at GFL level - 0


Kg 512.00

5.12 10mm diameter bars in slab at GFL level - 0 Kg 360.00

5.13 10mm diameter bars in slab at FFL level - 1 Kg 210.00

5.14 10mm diameter bars in retaining wall foundation Kg 315.00

5.15
Extra over for fixing to 16mm dia tor steel
(reinforcement measured) Anchor / connector bars
to existing main column / floor beam / plinth beam /
slab including forming / drilled holes (hole depth
100mm & 18mm dia ) all holes filled with HIL TI
HIT RE 500 all as per drawing Nos 324.00

5.16 Extra over for fixing to 12mm diameter bars


(reinforcement measured) (anchor /connector
bars) with including bending, forming / drilled
dowel holes (hole depth 100mm & 14mm dia ) all
holes filled with none shrink cementious grout on
existing slab / beam all as per drawing Nos 496.00

5.17 Extra over for fixing to 10mm diameter bars


(reinforcement measured) (anchor /connector
bars) with including bending, forming / drilled
dowel holes (hole depth 100mm & 12mm dia ) all
holes filled with none shrink cementious grout on
existing slab / beam all as per drawing Nos 926.00

REINFORCEMENT MILD STEEL


Mild Steel Bar Reinforcement to BS 4449 and

strength (FY = 250 N/mm2 including forming


Bends, Hooks . tyied Wires and ordinary Spacers.

5.18 6mm diameter bars in Retrofitted Column shaft


from base level to GFL Kg 175.00

5.19 6mm diameter bars in Retrofitted Column shaft


from GFL to FFL Kg 145.00

5.20 6mm diameter bars in Retrofitted / extended Beam


at FFL level - 1 Kg 115.00

5.21 Extra over for fixing to 6mm diameter bars Kg 3,168.00


(reinforcement measured) (anchor /connector
bars) with including bending, forming / drilled
dowel holes (hole depth 100mm & 10mm dia ) all
holes filled with none shrink cementious grout on
existing column all as per drawing

5.22 Extra over for fixing to 6mm diameter bars Kg 785.00


(reinforcement measured) (anchor /connector
bars) with including bending, forming / drilled
dowel holes (hole depth 100mm & 10mm dia ) all
holes filled with none shrink cementious grout on
existing beam / slab all as per drawing

FORM WORK
Rates shall include for all necessary boarding supports,
erecting, framing, cutting angles, striking or removal,
cleaning wetting etc.
Rates shall include for forming projections and
chamfers.
Formwork has been measured as the net contact

surface measurement between concrete and formwork.


All formwork shall be in plywood boards or steel
shutter and G.I. Pipe supporting system. Note

5.23 In sides of (retrofitted) column shaft from base


beam level to GFL - 0 level m2 85.00

5.24 In sides of (retrofitted) column shaft from GFL - 0


level to FFL -1 Level m2 70.00

5.25 In sides and soffits of Beam at level -1 (Extended)


level to FFL -1 m2 11.00
5.26 In sides and soffits of Beam at level -1 (retrofitted)
(around Existing beam) m2 50.00

5.27 In sides and soffits of floor slab (damaged


expansion joint area) at level 1 m2 20.00

5.28 In sides of retaining wall base foundation m2 12.40

MISCELLANEOUS WORK
5.29 Extra over for connection and bonding of existing
concrete to new concrete work using BARRA
EMULSION or equivalent acrylic based bonding
agent after proper preparation of old concrete
surface (chip off existing surface) all as per
instruction Item 1.00

5.30 Supply and Laying gauge 1000 type polythen


member on well rammed earth (measured) ground
floor slab area m2 40.00

5.31 Supply and Laying gauge 1000 type polythen


member front side of R/R wall (measured) m2 70.00

STONE RUBBLE WORK


Rates for rubble walling shall include for All joggles, cramps,

ties etc.Plumbing angles, Setting and Jointing Leveling rubble,

5.32 Random rubble work in cement sand (1:5) in


retaining wall with foundation m3 40.00

MISCELLANEOUS WORK

5.33 20mm thick cement and sand (1:3) screed bed on


top side of R/R wall m2 13.00

CRACK REPAIRING
5.34 Repairing of both side wall cracks in masonry walls
as per the drawings. (Rate to Install plastic nozzles
and dispense “MIT VE Tropical” or equivalent into
the crack from both sides, Install 100mm wide “X-
Wrap GFRP” fabric strip or equivalent with “X-
Wrap Laminating Adhesive” or equivalent and
Apply 01 coat of acrylic wall filler and 02 or more
coats of emulsion paint over the repaired surface
to match the existing work.)
m 10.00

TOTAL CARRIED TO SUMMARY Rs.


IT NO DESCRIPTION UNIT QTY RATE AMOUNT
6 DAY WORKS
6.1 LABOUR
6.1.1 Skilled Labour hr 50
6.1.2 Unskilled Labour hr 50
6.1.3 Mason hr 50
6.1.4 Carpenter hr 50
6.1.5 Mechanic hr 50
6.1.6 Plumber, Electrician hr 10
6.1.7 Welder, Fitter hr 20
6.2 MATERIAL
6.2.1 Cement 50 kg bag 10

6.2.2 Sand m3 5
3
6.2.3 20 mm agregate m 5
6.2.4 Gravel(20-200mm) m3 10
6.2.5 Mild Steel reinforcement kg 5
6.2.6 Tor Steel reinforcement kg 5
3
6.2.7 Random Rubble (225mm) m 5
2
6.2.8 Timber Ply Sheet 12mm m 6
6.3 PLANT
6.3.1 Hilty Breaker Mchine hr 20
6.3.2 Drilling Machine hr 20
6.3.3 Welding plant hr 10
6.3.4 Concrete Mixer hr 10
TOTAL CARRIED TO SUMMARY Rs
Section 09 – Pricing Preambles

SECTION 09

PRICING PREAMBLES

NATIONAL BUILDING RESEARCH ORGANISATION 49


Section 09 – Pricing Preambles

A. Preamble to Bills of Quantities


1. The Bills of Quantities shall be read in conjunction with all parts of this entire Bid
Document; the Instructions to bidders, General and Particular Conditions, Technical
Specifications, and Drawings and other supplementary information.
2. The quantities given in the Bills of Quantities are estimated and provisional, and are given
to provide a common basis for bidding. The Contractor should not use the estimated
quantities for the purposes of ordering materials.
3. The Bills of Quantities includes lump sums, unit prices and provisional sums. The lump
sum price quoted shall be deemed to be full compensation at the completion of work items.
Measurements of lump sum items for the Interim Payments shall be based on percentage
completion of the work or milestones, as per the Contractor’s proposed schedule of monthly
payments, as approved by the Engineer.
4. Provisional Sums included and so designated in the Bills of Quantities shall be expended
in whole or in part at the direction and discretion of the Engineer in accordance with Sub-
Clause 13.4 of Particular Conditions.
5. The method of measurement of completed work for payment shall be in accordance with
relevant method contained in the Specification (including, if applicable, any Special
Provisions and/or other Specification Appendices).
6. The basis of payment will be actual quantities of work ordered and carried out, as measured
by the Contractor and verified by the Engineer and valued at the rates and prices Bid in the
priced Bills of Quantities, where applicable, and otherwise at such rates and prices as the
Engineer may fix within the terms of the Contract.
7. The rates and prices included in the priced Bills of Quantities, except insofar as it is
otherwise provided under the Contract, shall include all Contractor’s plant, equipment,
labour, supervision, materials, transport, erection, temporary works, maintenance, testing,
wastage, insurance, overheads, profit, taxes (excluding VAT) together with all general
risks, liabilities and obligations set out or implied in the Contract.
8. Quantities shall be measured net from the drawing. No allowance for bulking, shrinkage,
working space or wastage will be allowed.
9. The weight of steel reinforcement will be computed from drawings. The rate should allow
for wastage, spacers, laps, chairs, hooks, bends, binding wire, etc.
10. A rate or price shall be entered against each item in the Bills of Quantities, whether
quantities are stated or not. The cost of items against which the Contractor failed to enter a
rate or price shall deemed to be covered by other rates and prices entered in the Bills of
Quantities.
11. The whole cost of complying with the provisions of the Contract shall be included in the
items provided in the priced Bills of Quantities, and where no items are provided the cost
shall be deemed to be distributed among the rates and prices entered for the related items
of work.
12. General directions and descriptions of work and materials are not necessarily repeated or
summarized in the Bills of Quantities. References to the relevant sections of the contract
documentation shall be made before entering rates or prices against each item in the Bills
of Quantities.
13. Errors will be corrected by the Employer for any arithmetic errors pursuant to Clause 29 of
the Instruction to Bidders.

NATIONAL BUILDING RESEARCH ORGANISATION 51


Section 09 – Pricing Preambles

14. The units of measurement shown in the Bills of Quantities are metric units. Abbreviations
used are as follows:
Unit Abbreviation Unit Abbreviation
Millimeter mm Metric Tonne mt
Linear Meter m Lump Sum LS
Square Millimeter mm2 or sq.mm. Provisional Sum PS
Square Meter m2 or sq.m. Number, Each nr
Hectare ha Hour hr
Cubic Meter m3 or cu.m. Week wk
Liter ltr Month mth
Kilogram kg Vehicle-Month veh-mth

15. The contingencies included in the Contract Price may be used by the Employer for
approved payments to the Contractor for additional work for which payment is due to the
Contractor arising out of the performance of the Contract. The Contractor shall have no
entitlement to any contingency amount “per se”.

B. Day work Schedule


General

1. Reference should be made to Clause 13.5; General Conditions. Work shall not be executed
on a daywork basis except by written order of the Engineer. Bidders shall enter basic rates
for daywork items in the Schedules. These rates shall apply to any quantity of daywork
ordered by the Engineer. Nominal quantities have been indicated against each item of day
work, however, the amount of day works will be considered in the Bidders evaluation
process. Unless otherwise adjusted, payments for daywork shall be subject to price
adjustment in accordance with the provisions in the Conditions of Contract.

Day work Labour

2. In calculating payments due to the Contractor for the execution of dayworks, the hours for
labour will be reckoned from the time of arrival of the labour at the job site to execute the
particular item of daywork to the time of departure from the job site, but excluding meal
breaks and rest periods. Only the time of classes of labour directly doing work ordered by
the Engineer and are competent to perform such work will be measured. The time of
gangers (charge hands) actually doing work with the gangs will also be measured but not
the time of foremen or other supervisory personnel.
3. The Contractor shall be entitled to payment in respect to the total time that labour is
employed on daywork, calculated at the basic rates entered by it in the “SCHEDULE OF
DAYWORK RATES: LABOUR”. The rates of labour shall be deemed to cover all costs
to the Contractor including (but not limited to) the amount of wages paid to such labour,
transportation time, overtime, subsistence allowances, and any sums paid to or on behalf of
such labour for social benefits in accordance with (Country of Borrower) law, as well as
Contractor’s profit, overheads, superintendence, liabilities and insurance and allowance to
labour, timekeeping and clerical and office work, the use of consumable stores, water,

NATIONAL BUILDING RESEARCH ORGANISATION 52


Section 09 – Pricing Preambles

lighting and power, the use of repair of staging, scaffolding, workshops and stores, portable
power tools, manual plant and tools, Supervision by the Contractor’s staff, foremen and
other supervisory personnel; and charges incidental to the foregoing.

Day work Materials

4. The Contractor shall be entitled to payment in respect of materials used for daywork (except
for materials for which the cost is included in the percentage addition to labour costs as
detailed above), at the rates entered by him in the “SCHEDULE OF DAYWORK RATES:
MATERIALS” and shall be deemed to include overhead charges and profit as follows:
a) The rates for materials shall be calculated on the basis of the invoiced price, freight,
insurance, handling expenses, damage, losses, etc., and shall provide for delivery to
store for stockpiling at the Site.
b) The cost of hauling materials for use on work ordered to be carried out as daywork from
the store or stockpile on the Site to the place where it is to be used will be paid in
accordance with the terms for Labour and Constructional Plant in this Schedule.

Day work Constructional Plant

5. The Contractor shall be entitled to payments in respect of Construction equipment


employed on daywork at the basic rental rates entered by him in the “SCHEDULE OF
DAYWORK RATES: CONTRACTOR’S PLANT”. The said rates shall be deemed to
include due and complete allowance for depreciation, interest, indemnity and insurance,
repairs, maintenance, supplies, fuel, lubricants, and other consumables, and all overhead
profit and administrative costs related to the use of such equipment. The cost of drivers,
operators and assistants will be paid for separately as described under the section on the
Daywork Labour.
6. In calculating the payment due to the Contractor for Contractor’s Plant employed on
daywork, only the actual number of working hours will be eligible for payment, except that
where applicable and agreed with the Engineer, the traveling time from the part of the Site
where the Contractor’s Plant was located when ordered by the Engineer to be employed on
daywork and the time for return journey thereto shall be included for payment.

NATIONAL BUILDING RESEARCH ORGANISATION 53


Section 08 – Bills of Quantities

SECTION 08

DRAWINGS
List of drawings
Item Drawing Title Drawing No
1 General Notes NBRO/GED/2022/30/27602B/DR-01
2 Details of Column Retrofitting NBRO/GED/2022/30/27602B/DR-02
3 Details of Column Retrofitting NBRO/GED/2022/30/27602B/DR-03
4 Details of Beam Retrofitting Level 01 NBRO/GED/2022/30/27602B/DR-04
5 Details of Beam Retrofitting Level 01 NBRO/GED/2022/30/27602BDR-05
6 Details of Expansion Joint Level 01 NBRO/GED/2022/30/27602B/DR-06
7 Details of Beams Level 00 NBRO/GED/2022/30/27602B/DR-07
8 Details of Slab Level 00 NBRO/GED/2022/30/27602B/DR-08
9 Details of RRM Retaining Wall NBRO/GED/2022/30/27602B/DR-09

NATIONAL BUILDING RESEARCH ORGANISATION 55


Section 11 – Standard Forms (BID)

SECTION 11

STANDARD FORMS (BID)

Note:
The bidders are advised to use the information printed in blue in this volume as a
check list when submitting the bid. However, it is the responsibility of the bidders to
comply with all the requirements given in the bidding document, Failure to non-
compliance with any of them may be a rejection of the Bid.

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.

NATIONAL BUILDING RESEARCH ORGANISATION 77


Section 11 – Standard Forms (Bid)

FORM OF BID SECURITY


[this Guarantee form shall be filled in accordance with the instructions indicated in brackets]

---------------------------------------------------------------------------------------------------------
[insert issuing agency’s name, and address of issuing branch or office]

Beneficiary: Director General


National Building Research Organisation
99/1 , Jawatta Road, Colombo 5.

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

BID GUARANTEE No.: -------------------------------- [insert (by issuing agency) number]

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


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

(a) has withdrawn its Bid during the period of bid validity specified; or

(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or

(c) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses
to furnish the Performance Security, in accordance with the ITB.

This Guarantee shall expire: (a) if the bidder is the successful bidder, upon our receipt of copies
of the Contract signed by the bidder and of the Performance Security issued to you by the
bidder; or (b) if the bidder is not the successful bidder, upon the earlier of (i) the successful
bidder furnishing the performance security, otherwise it will remain in force up to --------
------- (insert date60)

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)]

NATIONAL BUILDING RESEARCH ORGANISATION 79


Check list

CHECK LIST FOR BIDDERS


Bidders are advised to fill the following table:

ITB YES
ITEM REFERENCE
Clause (tick)

Form of Bid
Addressed to the Employer 18
Completed 18
Signed 18

Bid Securing Declaration Form (If required)


Properly filled and signed 16
Bid Security (If required)
Addressed to the Employer 16
Format as required 16
Issuing Agency as specified 16
Amount 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) taken in to
10
account
BID package
All the documents given in ITB Clause 12
12
enclosed in the original and copy
ITB Clause 19 followed before Sealing the Bid
19
Package

NATIONAL BUILDING RESEARCH ORGANISATION 81

You might also like