Professional Documents
Culture Documents
FOR
B/07/2018
2018
CONTENTS
Pages
Note :
The relevant form shall be filled by the Procuring Entity and included
in Volume 2 of the bidding documents.
Note :
Bidders are advised to consider the information printed in bold & Italic in the
document as a checklist, when preparing their bids. However, it is the
responsibility of the bidders to comply with all the requirements given in the
bidding document.
INVITATION FOR BIDS (IFB)
Ceylon Petroleum Corporation (Ministry of Petroleum Resources
Development
MODIFICATION TO REGIONAL OFFICE BUILDING AT
KURUNEGALA
(400023693)
B/ 07/2018
1. The Chairman Departmental Procurement Committee (DPC) on behalf of the Ceylon
Petroleum Corporation invites sealed bids from eligible and qualified contractors for the contract
“Modification to Regional office Building at Kurunegala” at an estimated cost of Rs. 15.0
Million.
The period of Construction of this work is six (06) Months.
2. Bidding will be conducted through National Competitive Bidding Procedure.
3. To be eligible for contract award, the successful bidder shall have not been blacklisted and shall
meet the ICTAD Registration C6 or above.
4. Qualification requirements to qualify for contract award include: Bidders applied for this tender
should have ICTAD Registration C6 or above.
5. Interested Prospective bidders may obtain further information from Manager (Procurement &
Stores) over the Tele Nos. 5455330 or 5666225 or Facsimile No : 5455424 and inspect the bidding
documents in his Office at No. 609, Dr. Danister De Silva Mawatha, Colombo 09, from 0900 hrs.
to 1500 hrs. until 02.02.2018.
6. A complete set of Bidding Document in English language may be purchased by interested bidders
on submission of a written application to the Manager (Procurement & Stores) from 0900 hrs.
to 1500 hrs. until 02.02.2018. upon payment of a non refundable fee of Rs 2,000.00
(i.e. Rs. 1,705.02 + 2% NBT + 15% VAT). The method of payment will be by cash .
7. Bids shall be delivered to the Manager (Procurement & Stores), Procurement & Stores
Function, Ceylon Petroleum Corporation, 1st Floor, No.609, Dr. Danister De Silva Mawatha,
Colombo 09 on or before 1400 hrs. on 05.02.2018. Late bids will be rejected. Bids will be
opened soon after closing and in the presence of the bidders or their authorized representatives who
choose to attend.
Chairman,
Departmental Procurement Committee,
C/o Manager (Procurement & Stores),
Procurement & Stores Function,
Ceylon Petroleum Corporation,
1st Floor, No. 609, Dr. Danister De Silva Mawatha,
Colombo 09.
Section - 1
INSTRUCTIONS TO BIDDERS
Notes :
Instructions to Bidders shall be read in conjunction with Bidding Data under Section 5
(Volumn 2). Matters governing the performance of the Contractor, payments under the
Contract, or matters affecting the risks, rights, and obligations of the parties under the
Contract are included under Section 3 - Conditions of Contract (Volume 1) and Contract
Data under Section 5 (Volume 2). However, some information is reproduced in this Section
facilitate the bidder to price their bids.
Instructions to Bidders will not be a part of the Contact and will ceases to have effect once
the Contract is signed.
Note :
Bidders, may consider the information printed in bold & Italic in the document as a
checklist when preparing their bids. However, it is the responsibility of the bidders to
comply with all the requirements in the bidding document.
1. INSTRUCTIONS TO BIDDERS
Instructions to Bidders applicable for this Contract are that given in Section 1 of the
Standard Bidding Document for Procurement of Works, ICTAD Publication No.
ICTAD/SBD/01, January 2007, published by the Institute for Construction Training
and Development [ICTAD], “Savsiripaya”, Wijerama Mawatha, Colombo 07.
This publication will not be issued with the Bidding Document and Bidder is advised to
Purchase it from ICTAD.
o Letter of Acceptance
o Agreement
o Performance Security
o Advance Payment Security
o Retention Money Guarantee
The Letter of Acceptance will be the basis for formation of the Contract as described in
Clause 1.6.3 of the Instructions to Bidders. This Form of Letter of Acceptance should be
filled in and sent to the successful bidder only after evaluation of Bids and after obtaining
approval from the relevant authority.
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.
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.
---------------------------------------- [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 Start Date shall be: ------------------------- (fill the date as per Conditions of Contract).
The amount of Performance Security is : ------------------- (fill the date as per Conditions of Contract).
The Performance Security shall be submitted on or before --------------------- (fill the date as per
Conditions of Contract).
This AGREEMENT, made the ----------[day] day of ------------[month] 20-------- [year] between
------------------------------------[name and address of Employer] (hereinafter called “the Employer”) of
the one part, and --------------------------------------------------------- [name and address of Contractor]
(hereinafter called “the Contractor”) of the other part.
WHEREAS the Employer desires that the Contractor execute -----------------------------------[name and
identification number of Contract] (hereinafter called “the Works”) and the Employer has accepted
the Bid by the Contractor for the execution and completion of such Works and the remedying of any
defects therein.
1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to, and they shall be
deemed to form and be read and construed as part of this Agreement.
3. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the Works and the remedying of defects wherein the Contract Price or such other
sum as may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
In Witness whereof the parties thereto have caused this Agreement to be executed the day and year
aforementioned, in accordance with laws of Sri Lanka.
………………………………………. ……………………………………….
……………………………………………………………………………………
[Issuing Agency’s Name, and Address of Issuing Branch or Office]
Beneficiary: ………………………………………………………………………………........
[Name and Address of Employer]
Date: ……………………………
This guarantee shall expire, no later than the……….day of…………., 20…..[insert date, 28
days beyond the Intended Completion Date] and any demand for payment under it must be
received by us at this office on or before that date.
--------------------------
[Signature(s)]
Date : …………………………………….
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor.
This guarantee shall expire on……………………[Insert the date, 28 days beyond the Intended
Completion date]
Consequently, any demand for payment under this guarantee must be received by us at this
office on or before that date.
---------------------------------------
[Signature(s)]
------------------------------
4 The Guarantor shall insert an amount representing the amount of the advance payment and denominated
either in the currency(ies) of the advance payment as specified in the Contract.
Date : …………………………….
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.
This guarantee shall expire, at the latest,………………………[insert 28 days after the end of
the defects liability period]. Consequently, any demand for payment under this guarantee
must be received by us at this office on or before that date.
--------------------------
[Signature(s)]
-----------------------------
5 The Guarantor shall insert an amount representing the amount of the second half of the Retention Money.
CONDITIONS OF CONTRACT
Conditions of Contract shall be read in conjunction with Section 5- Contract Data in
Volume 2, which shall take precedence over the Conditions of Contract.
General Conditions of Contract applicable for this Contract are that given in Section 3
of the Standard Bidding Document for Procurement of Works, ICTAD Publication No.
ICTAD/SBD/01, January 2007, published by the Institute for Construction Training
and Development [ICTAD], “Savsiripaya”, Wijerama Mawatha, Colombo 07.
This publication will not be issued with the Bidding Document and Bidder is advised to
Purchase it from ICTAD.
Note :
Bidders are advised to consider the information printed in Bold & Italic in the document as
a checklist, when submitting their bids. However, it is a responsibility of the bidders to
comply with all the requirements given in the bidding document.
Note : Prior to issue of the bidding documents, the Employer should insert relevant data for all
items marked with an asterisk (*).
Gentleman,
3. We undertake, if our Bid is accepted, to commence the Works as stipulated in the Contract
Data, and to complete the whole of the Works comprised in the Contract within the time
stated in the Contract Data.
4. We agree to abide by this Bid for the period of Seventy Seven (77) Days from the date fixed
for receiving or any extended period and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.
5. Unless and until a formal agreement is prepared and executed this Bid, together with your
written acceptance thereof, shall constitute a binding contract between us.
7. We understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ............. day of ............ 20... in the capacity of .............. duly authorized to sign tenders
for and on behalf of ............................................................................
(IN BLOCK CAPITALS)
Signature : ....................................................
Address : ...............................................................................................................
Witness : ....................................................
Grade C6 or above
Specialty Buildings
Expiry Date
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other Agency? (Yes/No)
IF yes provide details
VAT Registration Number
Managerial:
1.
2.
3.
Other information requested under
ITB Clause 4.1
Instructions to Bidders
Clause Reference
1.2 Intended Completion Date is six (06) months from the Start Date.
* ICTAD Registration;
Registration number
Grade
Specialty
Expiry Date
* VAT Registration number
* Construction Programme
* Total monetary value of construction work performed for each of the last five years;
* Experience in works of a similar nature and size for each of the last five years;
* Qualifications and experience of key site management and technical personnel proposed for the
Contract;
* any other.
4.4 * Average of the annual volume of construction work performed in the last five
years shall be similar to the estimated cost given in the “Invitation For Bids”
11.1
The language of the bidding document shall be English.
12.0
Any other ________________________________________
13.3 VAT component shall not be included in the rates. The amount written in the
Form of Bid shall be without VAT. However VAT component shall be shown
separately at the end of the BOQ.
13.4 The Contract is not subjected to price adjustment in accordance with Clause 47 of the
Conditions of Contract.
15.1 The Bid shall be valid up to Seventy seven ( 77 ) days from the date of closing of the
Bid.
16.1 Bid shall include a Bid Security using the form included in Section 9.
for an amount of Rs. 250,000.00 Valid until 105 days (i.e. until 21.05.2018)
from the date of closing the Bid .
28.1 For evaluation and comparison of Bids under Sub-Clause 29.2 tes and prices quoted in
foreign currencies by the bidders will be converted to Sri Lanka Rupees using middle
exchange rate published by the Central Bank of Sri Lanka, on the date of closing of the
Bid.
Arbitration
36.2 The Party desiring arbitration shall nominate three arbitrators out of which one to
be nominated by the other party within 21 days of the receipt of the said
request. If the other party does not nominate one to serve as Arbitrator within
the stipulated period the party calling for arbitration shall nominate one of the
three and inform the other party accordingly.
36.3 The arbitration shall be conducted in accordance with Arbitration Act No. 11 of
1995.
36.5 The Arbitrator so appointed shall be entitled to determine the rules of procedure
to be followed in the Arbitration.
36.6 The Arbitration shall be held in Sri Lanka and the venue if not finalized by the
parties, shall be decided by the Arbitrator.
(Please note that the Clause nos. given hereunder are that of Conditions of Contract)
1.1 The Start Date shall be Fourteen (14) Days from the Letter of
Acceptance.
2.3
The following documents also form part of the Contract:
1. Bidding Data
2. Contract Data
3. Specification
4. B.O.Q.
(a ) NDT (Civil) Engineers with three years Site Experience (full time)
17.1 The Intended Completion Date for the whole of Works shall be
Six (06) months from the Start Date
21.1 The Site Possession Date shall be Fourteen (14) Days from Letter of
Acceptance
27.1 The Contractor shall submit a programme for the Works within
Seven (07) Days of delivery of the Letter of Acceptance.
Not Applicable
46.1 The exchange rate used for calculating the amounts to be paid in
currencies other than Sri Lankan Rupees is : Not Applicable
48.1 The retention from each payment shall be 10% percent of the certified
work done.
49.1 The liquidated damages for the whole of the Works shall be Rs.
1/2000 of the initial contract value Per Day.
50.1 The maximum amount of liquidated damages for the whole of the Works
shall be 10% percent of the Initial Contract Price. If the total amount of
the liquidated damages exceed 10% of the initial contract value, the
contract is liable for termination.
60.1 The percentage to apply to the value of the work not completed,
representing the Employer's additional cost for completing the Works,
is 25% of the initial Contract Value.
SPECIFICATIONS
SPECIFICATIONS
6.1 GENERAL SPECIFICATIONS – ICTAD.
6.1.1 Relevant latest publications of ICTAD (No SCA /4 volume 1 As at 1st June. 1998).
BILL OF QUANTITIES
Notes : In preparation of the Bidding Document the users are advised to;
(2) Allow provision for the Bidders to include the VAT and NBT Components
separately and instruct them not to carry the VAT and NBT Components
to the Form of Bid.
(3) Advise the bidders that any discount offered will not be considered
for Provisional Sum Items.
A06 Demolish and remove existing 9'' thick brick wall and
remove from site to a place provided by the contractor
(ground and upper floor). 140.0 m2
A07
Remove existing bath rooms fittings (01 No wash
basing , 01 nos water closet , 01 no bath tub and other
necessary fittings and floor tile and wall tile etc) in
R.M's bath room (Size 10' 0'' x 10' 0'') and remove
from site to a place provided by the contractor .
1.0 Item
Page 26 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
A09 Remove existing concrete roof carporch (approx area
13' 0'' x 15' 0'') including 02 nos 225mm x225mm
Reinforce cement concrete column and beams and
remove from site to a place provided by the
contractor. 20.0 m2
Anti-termite treatment
B04
Anti-termite treatment to be carried out from a reputed
company to excavated surfaces and backfilled areas to
manufacturers specifications. (Tenderer to submit
technical proposals along with the tender) payments
will be effected only on submission of guarantee for a
period of ten ( 05 )years.
355.0 m2
C CONCRETE WORK
Plain Concrete -1:3:6 (1''agg. ) -Grade -15
C/01 2'' thick concrete screed under column and trench
footings. 56.0 m2
C/05 In column from Plinth beam level up to 1st floor level 2.85 m3
Water Proofing
The method of water proofing with the materials
proposed to be forwarded with the quotation
C/10 Supply and apply "Xypex" or approved equivalent
water proofing agent to manufactures specification to
bath rooms ,water tank slab , balcony and blind wall. 260.0 m2
Reinforcement
C/11 12mm tor steel in columm footing 170.00 Kg
Page 28 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
C/12 12mm tor steel in columm (ground and upper floor) 470.00 Kg
C/16 6mm mild steel in columns (ground and upper floor) 175.0 Kg
Brick work
D02 9'' thick brick work in cement sand mix 1:5 in
walls(ground floor) 215.0 m2
D03 4'' thick solid cement Block work in cement sand mix
1:5 in bath room partition wall.(ground floor) 48.0 m2
Page 29 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
E/- DOORS AND WINDOWS
Aluminium Door and window
Note
All Aluminium Doors and Windows extrusions
shall be powder coated and of approved colour ,
Total thickness of 60 - 80 microns.
E01 Supply and fixing of Door type ''D'' overall size 4' 6'' x
8' 0'' high Aluminium framed glazed double sash door
with louvers above and all as per detailed drawing .
Rate to include necessary fittings including Stainless
steel Door handle,door lock approved make and
quality, hinges and barrol bolt etc. as approved by the
Engineer. (02No) 6.8 m2
E02 Supply and fixing of Door type ''D1'' overall size 4' 0''
x 7' 0'' high Aluminium framed glazed door with
louvers above and all as per detailed drawing . Rate to
include necessary fittings including Stainless steel
Door handle,door lock approved make and quality,
hinges and barrol bolt etc. as approved by the
Engineer. (02No) 3.9 m2
E04 Supply and fixing of Door type ''D2'' overall size 4' 0''
x 7' 0'' high Aluminium framed glazed door with
louvers above and all as per detailed drawing . Rate to
include necessary fittings including Stainless steel
Door handle,door lock approved make and quality,
hinges and barrol bolt etc. as approved by the
Engineer. (01No) 2.7 m2
E05 Supply and fixing of Door type ''D3'' overall size 3' 6''
x 7' 0'' high Aluminium framed glazed door sash and
all as per detailed drawing . Rate to include necessary
fittings including Stainless steel Door handle,door
lock approved make and quality, hinges and barrol
bolt etc. as approved by the Engineer. (05No) 11.5 m2
Page 30 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
E07 Supply and fixing of Door type ''D4'' overall size 2' 9''
x 7' 0'' high Aluminium framed door with sash bottom
part aluminium cladding and upper part pin head
glazed as approved by the Engineer in ground floor
bath room a. Rate to include necessary fittings
including door handle, door lock of approved make
and quality, hinges and barrol bolt etc. (02 Nos) 3.8 m2
E09 Supply and fixing of Door type ''D5'' overall size 2' 6''
x 6' 9'' high Aluminium framed door with sash bottom
part aluminium cladding and upper part pin head
glazed as approved by the Engineer in ground floor
bath room a. Rate to include necessary fittings
including door handle, door lock of approved make
and quality, hinges and barrol bolt etc. as approved
by the Engineer. (05No) 7.9 m2
E11 Window type ''W'' overall size 8' 0'' x 6' 0''
Aluminum framed glazed window with louvers above
all as per detailed drawing and including all necessary
fittings. as approved by the Engineer. (02 No) 9.0 m2
E12 Window type ''W1'' overall size 6' 0'' x 6' 0''
Aluminum framed glazed window with louvers above
all as per detailed drawing and including all necessary
fittings. as approved by the Engineer. (09 No) 31.0 m2
E14 Window type ''W2'' overall size 4' 0'' x 6' 0''
Aluminum framed glazed window with louvers above
all as per detailed drawing and including all necessary
fittings. as approved by the Engineer. (03 No) 6.7 m2
Page 31 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
E15 Window type ''SW'' overall size 4' 0'' x 6' 0''
Aluminum framed glazed sliding window with louvers
above all as per detailed drawing and including all
necessary fittings. as approved by the Engineer. (02
No) 4.5 m2
E16 Supply and fixing of Fanlight type "F1" overall size 2'
6'' x 3' 6'' Aluminium framed glazed fanlight with
louvers, all as per detailed drawing and including all
necessary fittings. (01No ) 0.9 m2
E18 Supply and fixing of Fanlight type "F2" overall size 2'
0'' x 3' 0'' Aluminium framed glazed fanlight with
louvers, all as per detailed drawing and including all
necessary fittings. ( 04 No) 2.3 m2
Aluminium partition
Note
All Aluminium partition extrusions shall be
powder coated and of approved colour (white
colour) , Total thickness of 60 - 80 microns.
All glass should be 5mm thick St Gobain float glass
Samples to be submitted and obtained approval
from the Engineer .
Page 32 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
E23 Supply , fabricating & installation of new partition
with powder coated Aluminium frame and 5mm thick
plain glass .(ground floor) 56.0 m2
Frame work
F03 Supply , fabricating and fixing of 2/3''x3'' angle iron
trusss fixed on brick wall with rag bolts in
1:2:4(20mm) 225 x 225 x 200mm concrete pad. as per
detail drawing No CEYPET / ENG / SK / .......... Rate
shall include for necessary brackets and cleats to
welded / fixed as requred and one coat of primer and
two coats of enamel paint. 15.0 m
Page 33 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
F06 Supply and fixing 10'' x 1'' timber bardge board
(Ginisapu timber or approved equivalent). Rate to
include one coat of wood primer and two coats of
enamel paint. 14.0 m
F07 Supply and fix Colour Bonded Zinc Aluminium 9'' x 1'
0'' gutters with a coated thickness of 0.47 mm all as
per manufactures specification and details drawings in
roof. Rate shall include for all necessary specials.
(down pipes measured separately) 14.0 m
Flashing
F09 Supply and fixing 0.47mm thick Zn / Al plain sheet
flashing bent to shape(50mm embedded to wall). The
width of the flashing should not be less than 600mm. 18.6 m2
Page 34 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G02
2'' diameter Grade 1000uPVC solvent socketed pipes,
with necessary specials, laid in chases and clipped in
brick / concrete surface in internal distribution system.
12.0 m
Page 35 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G09 11/2'' diameter soil pipe (grade 600 uPVC) with all
necessary specials, laid from manhole including all
necessary excavation not exceeding 1.0m deep
including earth work . 60.0 m
G10 Supply and fix 3/4'' thick polished granite venity top
with bull nose edge ( Approx. size 6' 0'' x 2' 0'') and
fixing 02 nos ceramic wash basin (white ) 22'' x 15''
overall size with 20mm dia cromium plated piller tap
and other necessary accessaries including water supply
and waste water connection . All complete to working
order . Rate shall include for macking opening in the
granite top for installation of 02 Nos wash basin.
Sample to be approved by the Engineer. (Prime cost
of wash basin with fitting -Rs 15,000 /= per 1 No)
1.0 nr
Page 36 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G11 Supply and fix 3/4'' thick polished granite venity top
with bull nose edge ( Approx. size 3' 6'' x 2' 0'') and
fixing 01 no ceramic wash basin (white )22'' x 15''
overall size with 20mm dia cromium plated piller tap
and other necessary accessaries including water supply
and waste water connection . All complete to working
order . Rate shall include for macking opening in the
granite top for installation of 01 no wash basin.
Sample to be approved by the Engineer. (Prime cost
of wash basin with fitting -Rs 15,000 /= per 1 No) 2.0 nr
Page 37 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G20 - Ditto - 1st floor 2.0 nr
Valves
G30 Remove existing Angle value and supply and fixing of
new Angle value in removed locationand all complete
to working order.(quality to be approved by the
Engineer)(ground floor) 9.0 nr
Page 38 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G32 Supply and installation of 20mm dia concealed
valve.(Prime cost of 20mm dia concealed valve -Rs
2000 /= per No) 1.0 nr
Builders works
G33 150 mm x 150 mm x 125 mm deep injection moulded
PVC floor trap (catchpit) with stainless steel grating
on top and set in concrete and connected to waste
water lines. 6.0 nr
Page 39 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
G39 1800x900x1650 ( internal )septic tank with
1200x900x1650 ( internal ) attached soakage pit as
shown in drawing. The septic tank base to be in
150mm thick concrete 1:2:4( 20) r/f with 10mm dia.
Tor bars at 200 crs. bothways. 225mm brick work in
cement 1:5. 75mm thick R.C.C. cover slab reinforced
as shown in drawing including cement rendering 1:3
finished smooth. 225x225 R.C.C. ring beam under
soakage pit, 2 Nos.100mm dia. G.S.W. tees and 10mm
thick cement rendering 1:3 with 5% pudlo to all
internal surfaces of septic tank finished smooth. Rate
to include for excavation, back filling and disposing
surplus earth as directed. 1.0 No
Page 40 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
Electrical Items (MCB,RCCB etc.) should be of
European/Japanese origin or to the BS or equivalent
and items without an accredited agent in Sri Lanka
shall not be accepted. Guarantee cards(Fans etc.)
should be provided from Accredited agent before
installation.
All the quantities given here are approximated values
and Quantities may change with the actual installation
at the site.
All types of fittings, materials, painting and finishes
shall be approved by the Engineer prior to installation.
All panel boards and consumer units should have wire
numbering and a laminated circuit diagram should be
pasted on the inside surface of the door.
Page 42 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
Equipment to be to the BS and European/Japanese
make
Page 44 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
Equipment to be to the BS and European/Japanese
make
H/03.5 CU-05 1.0 No
01 No. 20A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
02 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.6 CU-06 1.0 No
01 No. 20A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
02 No. 6A 1-Pole MCB 6kA
01 No. 16A 1-Pole MCB 6kA
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.7 CU-07 1.0 No
02 No. 32A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
01 No. 6A 1-Pole MCB 6kA
01 No. 10A 1-Pole MCB 6kA
04 No. 16A 1-Pole MCB 6kA
01 Nos Volt meter & Ammeter with selector switch
and protection.
1 Set of indicator bulbs for three phases with
protection.
1 Set of Live & Neutral bus bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/03.8 CU-08 1.0 No
01 No. 32A, 2-pole MCB 10kA
01 No. 40A, 2-Pole RCCB 30mA
01 No. 6A 1-Pole MCB 6kA
04 No. 16A 1-Pole MCB 6kA
01 No. 20A 1-Pole MCB 6kA
Page 45 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
1 Set of Live and neutral Bus Bars
Earth Bar
All internal connections
Equipment to be to the BS and European/Japanese
make
H/4 Cables
H/4.1 Supply & installation of Main incoming cable 4x1Cx16 5.0 m
Page 46 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
H/4.9 Supply & installation of 2Cx1x6 mm2 CU/PVC/PVC 8.0 m
cable from FDB-FF to CU-10
Earth Cables
H/4.10 Supply and Installation of 16mm2 Cu/PVC Earth cable 6.0 m
from Earth Bar of MDB to earth pipe
Page 47 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
H/6.4 Type D Light Fitting
Supply of Sofit mount light fitting made out of 10.0 nos
cylindrical enameld steel cover & internal reflector
complete with 11 watt LED bulb and all other
accessories
Page 48 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
H/7.1 Wiring (including supply of all materials & a switch) 114.0 nos
of the above light points using approved type PVC
insulated PVC sheathed 2x1mm2 CU/PVC/PVC cable
drawn through recessed PVC conduits.
H/8 Wiring of Two way Lamp Fittings
H/8.1 Wiring (including supply of all materials & a two way 2.0 nos
switch) of the above light points using approved type
PVC insulated PVC sheathed 2x1mm2 CU/PVC/PVC
cable drawn through recessed PVC conduits.
H/9 Fans
Ceiling fans
H/9.1 Supply & installation of 56" sweep ceiling fan 11.0 nos
(European/Japanese make),minimum 165 CMM,
complete with regulator, fan hook, extension rod &
attachment - Guarantee cards should be provided
from accredited agent.
Wall fans
H/9.2 Supply and installation of dia. 400mm wall mounted 8.0 nos
fan complete with regulator (cord for regulator) and all
other accessories required - Guarantee cards should be
provided from accredited agent & approved by
Engineer before installation.
H/10 Wiring for fans
Ceiling fans
H/10.1 Wiring (including supply of all material, earth wire & 11.0 nos
switch) of the above ceiling fans using approved type
2x1 mm2, CU/PVC/PVC cable & 2.5 mm2 Cu earth
wire drawn through securely fixed consealed PVC
conduits.
Wall fans
H/10.2 wiring with 2x 1 mm2 CU/PVC/PVC cable & 8.0 nos
2.5mm2 Cu earth insulated cable & 5A switched
socket outlet & controlled by regulator as indicated in
the single line diagram.
Note
Guarantee cards should be provided with the serial
number of each Ceiling & wall fan.
H/11 Emergency Lamps
Page 49 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
H/11.1 Supply and installtion of wall mounted type 1.0 nos
emergency lamp fitting with 2 nos of 9W fluorscent
lamps; polycarbonate cover and battery pack of
minimum 3hrs. Duration with both fluorscent lamps
H/12 Wiring for Emergency Lamps
H/12.1 Wiring(including supply of all material required) of 1.0 nos
13A socket outlet using approved type 1.5 mm2
Cu/PVC/PVC 2C cable & 2.5mm2 earth cable drawn
through securely fixed concealed PVC conduit
H/13 Socket Outlets
H/13.1 Supply of 13 Amp, 250 volt, flush type, socket outlet 66.0 nos
with switch
H/13.2 Installation of Item above wired with 2.5 mm2 PVC 66.0 nos
insulated cable as indicated in single line diagram with
all necessary accessories.
H/13.3 Supply of 15 Amp, 250 volt, flush type socket outlet 12.0 nos
with switch.
H/13.4 Installation of Item above wired with 2.5 mm2 PVC 12.0 nos
insulated cable as indicated in single line diagram with
all necessary accessories.
Note
Installation cost also includes cost of cables, 2.5 mm2
earth wire, conduits etc.
H/14 5 Pin Industrial Sockets
H/14.1 Supply of 5 pin 16A 3 Phase industrial socket outlet 1.0 nos
3 Pin Industrial Sockets
H/14.2 Supply of 3 pin 16A 1 Phase industrial socket outlet 5.0 Nos
H/15 Wiring of 5 Pin Industrial Socket outlets
H/15.1 Wiring(including supply of all material required) of 1.0 nos
16A 3 phase industrial socket outlet using approved
type 4x2.5 mm2 Cu/PVC/PVC 2C cable & 2.5mm2
earth cable drawn through securely fixed concealed
PVC conduit
H/16 Wiring of 3 Pin Industrial Socket outlets
H/16.1 Wiring(including supply of all material required) of 5.0 Nos
16A 1 phase industrial socket outlet using approved
type 2x2.5 mm2 Cu/PVC/PVC 2C cable & 2.5mm2
earth cable drawn through securely fixed concealed
PVC conduit
H/17 DB for 5 Pin Industrial Socket outlet
Page 50 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
H/17.1 Supply and installation of wall mounted/ sunk type
switch gear cubicle made out of polycarbonate
enclosure to the approval of the engineer with
equipments as specified in each board.
Equipment to be the BS and European/Japanese make
01 No. 20A, 4-pole MCB 10kA 1.0 nos
01 No. 40A, 4-Pole RCCB 30mA
H/18 DB for 3 Pin Industrial Socket outlet
H/18.1 Supply and installation of wall mounted/ sunk type
switch gear cubicle made out of polycarbonate
enclosure to the approval of the engineer with
equipments as specified in each board.
Equipment to be the BS and European/Japanese make
01 No. 20A, 2-pole MCB 10kA 5.0 Nos
01 No. 40A, 2-Pole RCCB 30mA
H/19 Supplying, wiring & installation of 20A 4 Pole MCB 1.0 No
& 20A 4 Pole RCCB with sensitivity of 100 mA with
4 mm2 1Cx4+4.0 mm2 earth cable complete with
enclosure for the compressor
H/20 Supply and install yard light pole in 75mm dia. 6.0 Nos
Medium duty G.I. pipe 6m above the ground level to
fix the LED street light fitting
H/21 Chatrered Electrical Engineeer certificate for the entire 1.0 No
electrical installation
TOTAL ELECTRICAL INSTALLATION CARRIED TO SUMMARY
J/- FINISHES
J1 Supply and laying of Homogeneous non slip tiles
(600mm x 600mm) on tile adhesives of approved
quality and design to all ground floor. Rate to include
12mm thick cement rendering 1:3 to floor before
laying tiles and dressing grooves with coloured cement
slurry after fixing tiles as directed and 100mm high
skirtings (Prime cost of a Tile Rs 1200.00 per Tile ). 280.0 m2
J2 Supply and laying of Homogeneous non slip tiles
(600mm x 600mm) on tile adhesives of approved
quality and design to all upper floor. Rate to include
12mm thick cement rendering 1:3 to floor before
laying tiles and dressing grooves with coloured cement
slurry after fixing tiles as directed and 100mm high
skirtings (Prime cost of a Tile Rs 1200.00 per Tile ). 215.0 m2
Page 51 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
J5
Supply and laying of Glazed tiles (300mm x 600mm
)of approved size and design to walls of toilets up to
1500mm height. Rate to include12mm thick cement
rendering 1:3 to wall surfaces before fixing tiles and
dressing grooves with white cement slurry after fixing
as directed. (Prime cost of a Tile Rs 400.00 per Tile )
120.0 m2
Page 52 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017 /KU/24
ITEM DESCRIPTION QTY UNT RATE AMOUNT
Staircase
J13 Supply and laying of Ceramic non slip tiles (300mm x
300mm ) of approved size quality and design to
staircase floor area . Rate to include 12mm thick
cement rendering 1:3 to floor before laying tiles and
dressing grooves with coloured cement slurry after
fixing tiles as directed (Prime cost of Tile Rs 300.00
per Tile ) (ground floor) 14.0 m2
J14
Supply and fixing 2' 0'' wide and 2' 4'' high pantry
cupboard with 2'' x 2'' special class timber frame
treated with wood preservatives and teak timber sash
(20mm thick) . Rate to include spray painting , all
necessary fixtures and locks in pantry area. Sample to
be approved by the Engineer. (Pantry area)
4.6 m
J15 Supply and fixing stain less steel sink ( single bowl ,
single drain) on pantry top as directed. Rate to include
chromium plated swan neck tap , water supply and
waste lines and necessary fittings as approved by the
Engineer. 1.0 nr
K/- PAINTING
Page 54 of 61
BILL OF QUANTITIES
CEYLON PETROLEUM CORPORATION
JOB: MODIFICATION TO REGIONAL OFFICE BUILDING AT KURUNEGALA.
B.O.Q. No. 2017/KU/24
SUMMARY
ITEM DESCRIPTION AMOUNT
……………………………. ……………..
Signature of Tenderer Date
DRAWINGS
Note :
Page 56 of 61
Section – 8
8.0 DRAWINGS
8.1 CEYPET /ENG/0563A - Detail of Office Building
BID SECURITY
Page 58 of 61
Modification to Regional Office Building at Kurunegala - ip
Notes on Standard Forms :
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.
The Form of Performance Security, Form of Advance Payment Security and Form
of Retention Money Guarantee should not be completed by the bidder s at the time
of submission of bids.
[this Guarantee form shall be filled in accordance with the instructions indicated in brackets]
------------------------------------------------------------------------------------------------------- [insert issuing bank’s
name, and address of issuing branch or office]
BID GUARANTEE No.: -------------------------- [insert (by issuing bank) number] We have been
informed that ------------------------------------------------------------------------------ [insert (by issuing bank)
name of the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated ------------------
-[insert (by issuing bank) date] (hereinafter called "the Bid") for the execution of [insert name of
Contract] under Invitation for Bids No. -------------- [insert IFB number] (“the IFB”).
Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid
Guarantee.
(a) has withdrawn its Bid during the period of bid validity specified; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”) ; or
(c) having been notified of the acceptance of its Bid by the Employer during the period of bid
validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or refuses to
furnish the Performance Security, in accordance with the ITB.
This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of copies of the
Contract signed by the Bidder and of the Performance Security issued to you by the Bidder; or (b) if
the Bidder is not the successful bidder, upon the earlier of (i) the successful bidder furnishing the
performance security, otherwise it will remain in force up to ---------------- (insert date)
Consequently, any demand for payment under this Guarantee must be received by us at the office on or
before that date.
___________________________________________
[signature(s) of authorized representative(s) ]
Page 60 of 61
Modification to Regional Office Building at Kurunegala - ip
Check List for Bidders
Bidders are advised to fill the following table:
Form of Bid
Addressed to the Employer ? 18
Completed? 18
Signed ? 18
Bid Security
Format as required ? 16
Qualification Information
Signed ? 4
Addendum
BID package