You are on page 1of 83

CEYLON ELECTRICITY BOARD

(Established by Act of Parliament No. 17 of 1969)

BIDDING DOCUMENT
FOR
CONSTRUCTION OF 10 NOS. OF CONCRETE PAD & CHIMNEY FOUNDATIONS
LOT F1
SUB LOT A – 05 NOS.
SUB LOT B – 05 NOS.

UNDER THE CONSTRUCTION OF KOTHMALE - NEW POLPITIYA 220/132kV FOUR


CIRCUIT TRANSMISSION LINE

BID NO: CEB/TCP/TLCP/CKNPTL/2023/02

Contents
l y
n
Standard Bidding Document, Procurement of Works – Major Contracts – ICTAD/SBD/02

Volume 1 Section 1
O
Instruction to Bidder
Section 3
Section 5
o n
Condition of Contract
Standard Forms (Contract)

Volume 2
t
Invitation for Bidsi
a
Certificate of Purchase of Bidding Document

r m
Section 2
Section 4
Bidding Data
Contract Data

f o
Section 6
Section 7
Specification
Form of Bid

I n Section 8
Section 9
Section 10
Bills of Quantities
Schedules
Drawings
Section 11 Standard Forms (Bid)
Appendix A
Appendix B

DEPUTY GENERAL MANAGER


TRANSMISSION CONSTRUCTION PROJECTS BRANCH
CEYLON ELECTRICITY BOARD
No.14, ARAWWALA ROAD,
PANNIPITIYA,
SRI LANKA

Telephone : +94-11-2836051/2
Fax : +94-11-2836053
E-mail : dgmtcp@ceb.lk
Web : www.ceb.lk

May 2023
CONTENTS

Pages

Section 1 Instructions to Bidders 2


VOLUME 01 Section 3 Conditions of Contract 3
Section 5 Standard Forms (Contract) 4
Invitation for Bid 11
Certificate of Purchase of the Bidding Document 15
Section 2 Bidding Data 16
Section 4 Contract Data 25
Section 6 Technical Specification 30
Section 7 Form of Bid 47
VOLUME 02
Section 8 Bills of Quantities 50
Price Schedule Sub Lot A
Price Schedule Sub Lot B
l y 53
59
Section 9 Schedules
n 65
Section 10
Section 11 Standard Forms (Bid) O
Drawings (Separately Attached) 75
76
Appendix A

o n 78
Appendix B

t i 80

a
r m
f o
I n
Volume -1

Consists of

 Section 1 - Instructions to Bidders


l y
Section 3 - Conditions of Contract

n
Section 5 - Standard Forms (Contract)

O
o n
t i
a
r m
fo
I n

1
Section - 1

INSTRUCTIONS TO BIDDERS

l y
(Please Refer to ICTAD SBD/02 - STANDARD BIDDING DOCUMENT)
n
O
o n
t i
a
r m
f o
In

2
Section -3

CONDITIONS OF CONTRACT l y
n
O
(Please Refter ICTAD SBD/02 - STANDARD BIDDING DOCUMENT)

o n
t i
a
r m
f o
In

3
Section -5

STANDARD FORMS (CONTRACT)

 Agreement
Performance Security l y

n
Advance Payment Security
O

o n
t i
a
r m
f o
In

4
Specimen for Contract Agreement
FORM OF CONTRACT AGREEMENT

THIS AGREEMENT made on the day of

BETWEEN

(1) Ceylon Electricity Board, a body corporate established under the Act No.17 of 1969 and having its
registered office at No.50, Sir Chittampalam A. Gardiner Mawatha, Colombo 02 (hereinafter called “
the Employer”), and (2) ……………………………………for me under the laws of Sri Lanka and having
its registered office at……………………………………………………………………….(hereinafter
called “the Contractor”).

WHEREAS the Employer desires to engage the Contractor


to…………………………………………………, Bid No ……………………………………., Award
No: ………………………………………………………… and the Contractor have agreed to such
l y
n
engagement upon and subject to the terms and conditions hereinafter appearing.

NOW IT IS HEREBY AGREED as follows:


O
o n
Article 1 1.1. Contract Documents
t i
Contract a
Documents
r m
The following documents shall constitute the Contract between the
Employer and the Contractor, and each shall be read and construed as an

f o
integral part of the Contract:

01. The Contract Agreement and the Appendices hereto

I n
02. Performance Security for this Contract, …………………………dated

03. The Letter of Acknowledgement of Letter of Acceptance


dated……………….

04. The Letter of Acceptance: … … … … … , Dated……………….

05. The Form of Bid

06. The Contract Data (ICTAD/SDB/02)

07. The Conditions of Contract (ICTAD/SDB/02)

08. Clarifications and minutes of Pre-Bid Meeting

09. The Specification

10. The Drawings

11. The Bills of Quantities.

5
1.2. Order of Precedence

In the event of any ambiguity or conflict between the Contract Documents


listed above, the order of precedence shall be the order in which the Contract
Documents are listed in Article1.1(Contract Documents) above.

Article2
2.1. Contract Price
Contract
The Employer hereby agrees to pay to the Contractor the Contract Price in
Price and
Terms of consideration of the performance by the Contractor of its obligations
Payment hereunder. The Initial Contract Price shall be the aggregate of:
…………………………. (Sri Lankan Rupees ……………….) Excluding
Taxes or such other sums as may be determined in accordance with the terms
and conditions of the Contract.

2.2. Terms of Payment

l y
The terms and procedures of payment according Clause 14 of the

n
ICTAD/SBD/02 – Section 03, Conditions of Contract

O
Article 3 3.1. Effective Date/ Start Date

o n
Effective Date
i
The Effective Date upon which the period until the Time for Completion of

t
the contract shall be counted from is the date specified in the letter of
acceptance:
a
Article 4

r m
4.1. The address of the Employer for communication/notice purposes is: Deputy
General Manager, Transmission Construction Projects, Ceylon Electricity
Communications
o
Board, No. 14, Arawwala Road, Pannipitiya.

f
I n
4.2. The address of the Contractor for communication/notice purposes is:
…………………………………………………………………….

Article 5 5.1. The Appendices listed in the attached List of Appendices shall be deemed to
integral part of this Contract Agreement.

Appendices 5.2 Reference in the Contract to any Appendix shall mean the Appendices
attached hereto, and the Contract shall be read and construed
accordingly.

IN WITNESS WHEREOF the Employer and the Contractor have caused this Agreement to be duly
executed by their duly authorized representatives the day and year first above written.

6
Signed by, for and on behalf of the Employer

(1) .....................................................

General Manager

Ceylon Electricity Board

In the presence of

(1) ................................................... (2) …………………………………………

Name: Name:

Designation: Designation:

Signed by, for and on behalf of the Contractor


l y
(1).....................................................
n
Authorized Signature and Company Seal of
O
in the presence of

o n
t i
(1).....................................................
a (2)…………………………………………

Name:
r m Name:

f o
Designation: I n Designation:

7
Specimen for Form of Performance Security

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. : …………………..………………

l y
n
We have been informed that ……………………………..……..................................................... [Name of
Contractor] (hereinafter called “the Contractor”) has
Oentered
No.………………………………. [reference number of the contract] dated ………………… with you,
into Contract

n
for the ……………………………………………………….………………..……[insert “construction”]
o
Works/ (hereinafter called “the Contract”).
t i
of………………………………………………............... [Name of contract and brief description of

a
Furthermore, we understand that, according to the conditions of the Contract, a performance guarantee is
required.

r m
f o
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

I n
….............................................................................………….…….........…
Figures](………………………………………...……………….. ) [amount in words], upon receipt by us
[ amount in

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 then 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) ]

8
Specimen for Form of Advance Payment Security

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 GUARNTEE 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 .................………………..........…..

hereinafter called “ the Contract ”).


l y
Constriction of ................…………………………………………[ name of contract and brief description ] (

n
Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum

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

o n
At the request of the Contractor, we ………………………………………………………………….........[ name

t i
of issuing agency] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount
of
a
………..................................................................................……........…
(…………………………………………………………….………. ) [amount in words upon receipt by us of
[ amount
51
in figures]

r m
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.

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

I n
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)]

51
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.

9
VOLUME 2

Consist of

Invitation for Bids

Certificate of Purchase of Bidding Document

l y
Section 2 Bidding Datan
O
Section 4
n
Contract data
o
Section 6
t i
Specifications
a
Section
r m 7 Form of Bid

f o
Section 8 Bills of Quantities

I n
Section 9 Schedules

Section 10 Drawings

Section 11 Standard Forms (Bid)

10
INVITATION FOR BIDSn(IFB)
l y
O
n
it o
a
r m
f o
In

11
Invitation For Bids (IFB)

CONSTRUCTION OF 10 NOS. OF CONCRETE PAD & CHIMNEY FOUNDATIONS LOT - F1


UNDER THE CONSTRUCTION OF KOTHMALE - NEW POLPITIYA 220/132kV FOUR CIRCUIT
TRANSMISSION LINE
BID NO: CEB/TCP/TLCP/CKNPTL/2023/02

1. The Chairman Divisional Procurement Committee (Projects), on behalf of the General


Manager, Ceylon Electricity Board now invites sealed Bids from eligible and qualified
bidders for Construction of Concrete Pad & Chimney foundations for 10 Nos. of Towers Under
the Construction of Kothmale – New Polpitiya 220/132kV Four Circuit Transmission Line.

This contract consists of 02 Sub Lots as Sub Lot A and B. Number of Tower foundations,
estimated costs and period of construction for each Sub Lot are as follows;

Sub Estimated Cost Construction


Lot No. of Tower Foundations Rs. Period
No. (Excluding Taxes)

A
5 Nos of Tower Foundations
l y
120 million 5 months
FC-10, FC-15, FC-16, FC-28, FC-35
n
B
5 Nos of Tower Foundations
FC-37, FC-43, FC-44, FC-45, XN-P2 O 136 million 5 months

o n
2.
t i
Bidding will be conducted through National Competitive Bidding Procedure.

3. a
To be Eligible for Contract Award, the successful Bidder shall not have been blacklisted and

m
shall meet the following requirements.

r
3.1) CIDA Grading

f o
I n
Bidder shall bid for any of one Sub Lot, any two Sub Lots depending on possessed CIDA
grading for building/road construction of the bidder as follows.

No. of Bidding Sub Lots Required CIDA Grading

All 02 Sub Lots C2 or above

Any 01 Sub Lot C4 or above

The CIDA registration shall be valid for at least up to three months from the bid closing date.

4. Other qualification as per CEB requirements to qualify for contract will be five years’
experience in last 10 years in 220 kV/132 kV/33 kV Tower foundations or any civil
construction works and,

(a) The value of experience in successful completion of 220kV/132kV/33kV Tower


Foundations or any civil construction works in one or a maximum of three similar
12
projects against the number of Sub Lots shall be as follows,
No. of Bidding Sub Lots Minimum requirement of work done in (Number of
Projects) each valued not less than (Amount) during last 10
years (Rs.)
In case of One In case of Two In case of Three
Project Projects Projects

All 02 Sub Lots >300 million >150 million >100 million

Any 01 Sub Lots >150 million >75 million >50 million

and Financial Capabilities as follows

No. of Bidding Sub Lots Minimum requirement of average annual


turnover within five years of the last seven
years (Rs.)

All 02 Sub Lots


l y
> 500 million

n
Any 01 Sub Lots
O > 300 million

o n
5.
i
Interested Bidders may obtain further information from.
t
Office of the Deputy General Manager a
Transmission Construction Projects
Ceylon Electricity Board
r m
No. 14, Arawwala Road,
Pannipitiya.
f o
Tel
Fax
: 011-2836051/2
: 011-2836053
I n
The Bidding Documents may be inspected free of charge at the above address from 0830 hours
to 1600 hours on any working day up to June 14, 2023.

6. Prospective Bidders can write to the address above requesting the Bidding document for the
Construction of 10 Nos. of Concrete Pad & Chimney foundations Under the Construction of
Kothmale – New Polpitiya 220/132kV Four Circuit Transmission Line. Upon receipt of
written request, a PIV will be generated and sent via email. Prospective Bidders can log on to
www.ceb.lk and make an online payment of a non-refundable fee of LKR 40,000.00 referring
to the PIV,
Or, Pay the non-refundable fee as above by cash to a local bank or a CEB cash counter between
09.00 hrs. to 15.00 hrs., on any working day,

Or, submit a bank draft for the non-refundable fee as above written in favor of Ceylon
Electricity Board, Sri Lanka

13
7. Bid shall be delivered in duplicate to the Office of the Deputy General Manager, (TCP),
Ceylon Electricity Board, No. 14, Arawwala Road, Pannipitiya on or before 10.00 hours,
on June 15, 2023 Late Bids will be returned unopened. Bids will be opened soon after closing
in the presence of Bidders’ representatives who choose to attend.

8. Bid shall be valid up to September 13, 2023.

9. All bids shall be accompanied by a Bid Security of Value as follows.

Sub Lot No. Bid Security required for each Sub Lot
One Million Five Hundred Thousand Rupees Only
A (Rs. 1,500,000.00)
One Million Five Hundred Thousand Rupees Only
B
y
(Rs. 1,500,000.00)

l
n
If any bidder participates in more than one Sub Lot, bid security for each Sub Lot shall be
submitted separately.
O
10.
o n
A Pre - Bid meeting and site visit will be held at 10.00 hours on June 6 and 7, 2023 and the

i
venue is at Nawalapitiya. Attendance at the site visit is mandatory.

t
11.
a
The Employer will evaluate and compare Bids on the basis of a sub lot, or as a total of sub lots

r m
to arrive at the least cost combination for the Employer by taking into account discounts offered
by Bidders in case of award of multiple contracts. The Employer reserves the right to select for

f o
which sub lot/sub lots the bidder will be awarded with.

I n
If a Bidder submits successful Bids (lowest evaluated substantially responsive Bids) for
multiple sub lots, the evaluation will also include an assessment of the Bidder’s capacity to
meet the aggregated qualifying requirements relating to the relevant successful sub lots.

Deputy General Manager


Transmission Construction Projects
Ceylon Electricity Board
No. 14, Arawwala Road,
Pannipitiya.
Tel : 011-2836051/2
Fax : 011-2836053
E-mail : dgmtcp@ceb.lk

For Chairman,
Divisional Procurement Committee (Projects)

14
CERTIFICATE OF PURCHASE OF THE BIDDING DOCUMENT
(To be signed and attached with the bid)

Date
………………………………………………………………………………......

Issued to M/s ........................................................................................................


........................................................................................................

........................................................................................................

On Behalf of M/s. ........................................................................................................

........................................................................................................

Form PCA 3 No. …………………………………dated…………….(Certification of


l y
Non-refundable Tender fee receipt No.................................. dated..................................

Registration under Public Contract No.3 of 1987)


n
(PCA3 form is not mandatory when purchasing the Bidding document. Bidder shall
submit PCA3 form when submitting the Bid.) O
o n
i
For Deputy General Manager (Transmission Construction Projects)

t
a
Ceylon Electricity Board

r m
f o
I /We agree to abide by the Conditions of Bid for Bid No. (CEB/TCP/TLCP/CKNPTL/2023/02)
and therefore submit my/our Bid in the attached schedule of prices.

Signature I n
: ...................................................................

Position : ……………………………………………………………….

Name : ………………………………………………………………

Address : ..................................................................

.....................................................................

Date : .....................................

Seal of the bidder : .....................................................................

15
Section –2

BIDDING DATA
l y
n
O
o n
t i
a
r m
fo
In

16
Bidding Data

Instructions
to Bidders Entry
Clause
Reference
1.1 The Employer’s Name & Address
Name : General Manager
Ceylon Electricity Board

Address : 50, Sir Chittampalam A. Gardiner Mawatha,


Colombo 2

1.2 Scope of Works


The Scope of Work consists of the Construction of 10 Nos. of Concrete Pad &

l y
Chimney Type Tower Foundations as detailed in the BOQ and Technical

n
Specification. The Scope of Work is divided into two Sub Lots each having 05
number of foundations. Both Sub Lots shall be started at once and completed
O
within 5 months. The work shall include the construction of the total tower

n
foundation, part of the foundation, and rectification works as tabulated below.

o
t i
Bid No: CEB/TCP/TLCP/CKNPTL/2023/02

a
Location: 23km Line route from Kothmale to New Polpitiya

Sub Lot A
r m
f
Foundation
o Work Description

n
No.

I
FC/10  All four legs have been completed. But one leg has
to be demolished and reconstructed as per
Employer’s instructions. The backfilled soil is to be
removed before starting the demolishing work.
 The existing STUB is to be used for the same.
 Associated retaining walls, and line drains
construction as per Employer’s instructions.
 The existing canal is to be diverted after construction
and Boundary fencing work is to be done as per
Employer instructions.
 The benching and site leveling is to be done as per
drawing and Employer instructions.
 Any other work related to the above construction
shall be done.

17
FC/15 Total Foundation Construction. Associated retaining walls,
line drains construction as per Employers instructions and
any other work related to the above construction shall be
done.
FC/16 Total Foundation Construction. Associated retaining walls,
line drains construction as per Employers instructions and
any other work related to the above construction shall be
done.
FC/28 Total Foundation Construction. Associated retaining walls,
line drains construction as per Employers instructions and
any other work related to the above construction shall be
done.
FC/35 One Leg has been concreted. Two legs are partially
excavated and rock blasting needs to be done. One leg is to
be fully completed. All four legs are to be backfilled.

l y
Associated retaining wall and line drains construction as per
Employers instructions. Any other work related to the above
construction shall be done.n
O
Sub Lot B
Foundation
o n Work Description
No.
t i
FC/37
a
All four legs are concreted except the 1.5m column in one
leg which has to be concreted.

m
The Collapsed soil is to be removed from the pits and
r
f o
backfilling is to be started from the bottom of each leg.
Backfilling work of the remaining three are to be done.

I n Associated retaining walls, line drains construction as per


Employers instructions.
Any other work related to above construction shall be done.
FC/43 Total Foundation Construction. Associated retaining walls,
line drains construction as per Employers instructions and
Any other work related to above construction shall be done.
FC/44 One leg concreting is done. Other three to be done and all
four Associated retaining walls, line drains construction as
per Employers instructions and Any other work related to
above construction shall be done.
FC/45 Total Foundation Construction. Associated line drains
construction as per Employers instructions and Any other
work related to above construction shall be done.
XN-P2 Total Foundation Construction. Associated line drains
construction as per Employers instructions and Any other
work related to above construction shall be done.

18
1.3 Time for Completion
Each Sub Lot shall be completed within 5 months.
2.1 Source of Funds
Ceylon Electricity Board

3.1 & 4.1 Qualification Information


The following information shall be provided in Section 9 - Schedules:

 ICTAD Registration;
Registration Number …………………..
Grade …………………..
Speciality …………………..
Expiry Date …………………..

l y
Registration of Public Contract Act No: 3 of 1987

n
VAT Registration Number* - ……………………….
If any bidder is not registered for VAT, a letter from Inland Revenue
O
Department certifying that the company has not been registered for

 Construction Programme
o n
VAT should be submitted with the bid.


t i
Documents on Legal Status (Sole Proprietor, partnership, Company etc.)

 a
Authentication for Signatory (Original Document)
Total Monetary value of Construction work performed for each of the
m
last five years*
r

f o
Experience in Works of a similar nature and size for each of
the last five years*


I n
Construction Equipment*
Staffing*

“*” Use appropriate schedule;

4.2 (a) CIDA(ICTAD) Registration Required

Speciality: Buildings or Highways

No. of Bidding Sub Lots Required CIDA Grading

All 02 Sub Lots C2 or above

Any 01 Sub Lot C4 or above

19
The CIDA registration shall be valid at least up to three months from the bid
closing date.

4.2(b) Average of the Annual volume of construction work performed within five
years of last seven years
No. of Bidding Sub Lots Minimum requirement of average
annual turnover within five years
of last seven years (Rs.)

All 02 Sub Lots > 500 million

Any 01 Sub Lots > 300 million

Soundness of the Bidder's financial position, showing long-term profitability


shall be demonstrated through audited annual financial statements (balance
sheet, income statement) for the last five years.
l y
n
4.2(d) Essential Equipment (For Each Sub Lot)
O
Proposals for the timely acquisition (own, lease, hire etc.) of the

n
following essential equipment shall be;

o
Type
t i Number
1.
a
Excavator/Backhoe Loader 2
2.
3.
r m
Wacker/Plate Vibrator/1ton Roller
Poker vibrator
2
5
4.
5. f o
Heavy Duty Water Pumps
Precise survey Instruments (Auto Level & TS)
1
1 .
6.
7. I n
Standby Generator
Compressor
1
2
8. Concrete Mixer 3

4.2(e) Qualifications and experience of the Contract Manager and Staff


Minimum Qualification and experience requirement of the Contract
Management
Staff at Site (Please refer Schedule 6)

Requirement
Post Experience
(Nos)
Site 01 - Civil Engineers (B Sc. or equivalent
Engineer For Each qualification recognized by IESL) with not
Sub Lot less than 2 years’ experience in tower line
foundations.

20
Technical 01 Technical Officers (NDT with 5 years’
Officers For Each experience or NCT with 10 years’
Sub Lot experience) with not less than 5 years’
experience in tower line foundations
including stub setting experience for at
least two years.
Works 3 Works Supervisors (NCT with 5 years’
Supervisors For Each experience) with not less than 3 years’
Sub Lot experience in Tower line foundations.
Surveyor 01 -
Licensed Surveyors with not less than 3
For Each years’ experience in Tower line
Sub Lot foundations.
Safety 01 5 years’ experience as a safety officer
Officer For Each
Sub Lot
l y
4.2(f) n
Liquid Assets and /or credit facilities required
O
o n
The minimum amount of liquid assets and / or worthy credit facilities
certified by the Bank Manager, net of other contractual commitments

t i
and exclusive of any Advance Payments which may be made under

a
the Contract, shall be as follows,

rm
No. of Bidding Sub Lots Liquid Assets/ credit facilities

fo
All 02 Sub Lots > 90 million

In Any 01 Sub Lot > 60 million

10.1 Clarification of Bidding Documents


Clarification of Bidding Document should be forwarded in writing to the
following address 10 days before the date of closing of the bid.
Designation of the Officer:
Deputy General Manager
(Transmission Construction Projects)

Address : Transmission Construction Projects


Ceylon Electricity Board
No. 14, Arawwala Road,
Pannipitiya.
Tel : 011-2836051/2, Fax : 011-2836053
E mail: anusha.karunapala@ceb.lk
21
13.1(A)(j) Registration of Public Contract Act No: 3 of 1987
It is mandatory for principal bidder to register prior to the bid being submitted,
under Public Contract Act No.03 of 1987 at the department of Registrar of
Companies, Sri Lanka (PCA3).

PCA3 form is not mandatory when purchasing the Bidding document.


Bidder shall submit PCA3 form when submitting the Bid.

Failure to submit registration form (PCA3) with the bid shall result in
the bid being rejected.

It is mandatory for successful bidder to register the contract within Sixty (60)
days after bid being accepted (PCA4).

13.1(B)(d) None
l y
n
14.3 Taxation
O
n
Applicable as government regulations.

o
14.4
i
Adjustments for change in cost

t
a
The Contract is subjected to price adjustment

16.1
m
Validity Period of the Bid
r
o
The Bid shall be valid up to September 13, 2023.
f
17.1
In
Amount of Bid Security

The amount of the bid Security shall be as follows

Sub Lot No. Bid Security required for each Sub Lot
One Million Five Hundred Thousand Rupees Only
A (Rs. 1,500,000.00)
One Million Five Hundred Thousand Rupees Only
B (Rs. 1,500,000.00)

If any bidder is participating in more than one Sub Lot, bid security for each
participating Sub Lot shall be submitted separately.

 Bid Security shall be a Bank Draft or a Bank Guarantee or by cash deposit


via PIV issued from TCP office, CEB. The Bank Guarantee should be
substantially in accordance with the specimen (Unconditional guarantee)
provided in Section 11, Standard Form and issued by a commercial bank
operating in Sri Lanka approved by the Central Bank of Sri Lanka or
22
Construction Guarantee Fund drawn in favour of General Manager,
Ceylon Electricity Board.

17.2 Validity of the Bid Security

The Bid Security shall be valid up to October 13, 2023.

19.1 Pre-Bid Meeting and Site Visit

Pre-Bid meeting will be held


Date : June 6 and 7, 2023
Time : 10.00 hours
Venue : Nawalapitiya

Site visit is mandatory.


Failure to participate for the site visit shall result in rejection of the bid.

21.2(a) The Employer’s Address for Bid submission


l y
n
The Employer’s Address for the purpose of Bid submission is

O
Deputy General Manager

o n
(Transmission Construction Projects)
Ceylon Electricity Board

t i
No. 14, Arawwala Road,

a
Pannipitiya.

21.2(b)
r m
Identification Number of the Contract

f o
CEB/TCP/TLCP/CKNPTL/2023/02

21.3
I n
The bid shall be signed by a person duly authorized to sign on behalf of
the bidder. This authorization shall be consisting of a written
confirmation and shall be attached to the bid. This written confirmation
of authorization to sign on behalf of the bidder shall consist of written
Power of Attorney which should be notarized and attested by an
appropriate authority. It shall include the specimen signature of the
authorized person for signing the bid.

22.1 Deadline for the submission of Bids

The deadline for submission of bid shall be 10.00 Hrs. on June 15, 2023.

23
25.1 Bid Opening Venue :
Deputy General Manager
(Transmission Construction Projects)
Ceylon Electricity Board
No. 14, Arawwala Road,
Pannipitiya.

Time : 10.00 Hours


Date : June 15, 2023
31.1 Preference of Domestic Bidders: Not Applicable

33.1 Employer’s Right to Accept any Bid and to Reject any or all the
bids

The Employer reserves the right to accept or reject any Bid, and to annul the

l y
bidding process and reject all Bids, at any time prior to award of contract,
without thereby incurring any liability to the affected bidder or bidders or any
n
obligation to inform the affected bidder or bidders of the grounds for the
Employer’s action.
O
o n
35.1
i
Amount of Performance Security

t
a
The amount of the Performance Security is 10% of the Initial Contract Price.

r m
Performance Security shall be Bank Draft or a Bank Guarantee or by cash
deposit via PIV issued from TCP office, CEB. The Bank Guarantee should

f o
be substantially in accordance with the specimen (Unconditional
guarantee) provided in Section 9, Standard Form of Bid Security and

I n
issued by a commercial bank operating in Sri Lanka approved by the
Central Bank of Sri Lanka or Construction Guaranty Fund drawn in
favour of General Manager, Ceylon Electricity Board

The Performance Security shall be valid until 28 days beyond the


time for completion of contract.
37 Fees and types of reimbursable expenses to be paid to the Adjudicator
shall be on a case-by-case basis and shall be shared equally by the
Contractor and the Employer.

24
Section – 4

CONTRACT DATA
l y
n
O
o n
t i
a
r m
f o
In

25
CONTRACT DATA
(The Clause Numbers referred are the clause numbers of Conditions of Contract)

Conditions
of Contract
Clause
Number/s
1.1.2.2 & 1.3 Employer’s Name & Address
Name: General Manager,
Ceylon Electricity Board,

Address: 50, Sir Chittampalam A. Gardner


Mawatha, Colombo 2
1.3 Contractor’s Name & Address
Name: ……………………………… l y
…………………………....... n
………………………………
O
………………………………

o n
1.1.2.4 & 1.3 Engineer’s Name & Address
t i
a
r m
Name : Deputy General Manager
Transmission Construction Projects

f oAddress : Transmission Construction Projects,

I n Ceylon Electricity Board,


No. 14, Arawwala Road,
Pannipitiya.

1.1.2.9 Adjudicator “Dispute Adjudication Board” (DAB) means three


persons appointed under Sub-Clause 19.2
[Appointment of the Dispute Adjudication Board]
or Sub-Clause 19.3 [Failure to Agree on the
Composition of the Dispute Adjudication Board]
of the Conditions of Contract.

26
1.1.3.3 Time of completion of Time of Completion is as follows,
the Works Sub Lot A – 5 Months
Sub Lot B – 5 Months
(If more than one Sub Lot is awarded to one
contractor, all Sub Lots shall be completed within
5 months)

1.1.3.7 Defects notification Defects Notification Period is 180 Days


Period

1.6 Contract Agreement The Parties shall enter into a Contract


Agreement within 14 Days, after the date on
which the Contractor receives the Letter of
Acceptance

Engineer’s Duties and l y


3.1
Authority n
The Engineer shall obtain the specific
approval of the Employer before taking any

O
action under the following Sub-Clauses of

n
these Conditions

o
ati Clause 13, where the final effect of the
variations increases the Contract Price

rm
4.2 Amount of Performance 10 % of the Contract Price Issued by Bank Draft
Security

f o or a Bank Guarantee or by cash deposit via PIV


issued from TCP office, CEB. If it is a Bank

I n Guarantee, it should be substantially in


accordance with the specimen (Unconditional
guarantee) provided in Section 9, Standard
Form of Bid Security and issued by a
commercial bank operating in Sri Lanka
approved by the Central Bank of Sri Lanka or
Construction Guaranty Fund drawn in favor of
General Manager, Ceylon, Electricity Board.

7 Liquidated Damages for Contract amount for Sub Lot A and B shall be
the Works separately computed using quoted price and
0.15% of respective contract price is deducted
per day.

Maximum Amount of 10% of the Initial Contract Price


Liquidated Damages

27
8.1 Commencement of Works Shall be within 7 days from the signing of the
Contract Agreement

10.2 Taking over of parts Not Applicable.


of the contract

12.2 Method of Measurement As specified in the Price Schedule

13.7 Weightings of Inputs Sub Lot A


Indices
Input Name Input %
No
L3 Unskilled Labour 25.29%
M13 Reinforcement Steel 19.70%
P2 Heavy Equipment 11.84%
P1 Small Equipment 11.33%
M3
L1
Cement

l y
Skilled Labour
8.41%
8.20%
M8
M7 n
Sand
Metal
2.79%
2.44%

O Total 90.00%

o n
Non-adjustable element shall be:

t i
Part A - Preliminary Items

a Sub Lot B

rm
Indices
Input Name Input %
No

f o M13
P1
Reinforcement Steel
Small Equipment
27.69%
12.16%

I n M3
P2
L3
Cement
Heavy Equipment
Unskilled Labour
11.87%
11.81%
10.15%
L1 Skilled Labour 9.00%
M8 Sand 3.91%
M7 Metal 3.41%
Total 90.00%

Non-adjustable element shall be:


Part A - Preliminary Items

14.2 Total Advance Payment 10 % of the Initial Contract Price


excluding provisional sums.

14.2 Number and Timing of Recovery will be in rate of 10% of monthly


Instalment work done commencing from first interim
Payment. Total advance payment shall be
fully recovered at the time that 90% of total
work
28 done is completed.
.
14.3(c) Percentage of Retention On Completion of the whole of the work, the first
half of the total amount retained shall be repaid
to the Contractor. The second half shall be repaid
when the Defects Liability Period has passed and
the Engineer has certified that all Defects notified
by the Engineer is corrected.

14.3(c) Limit of Retention 5% of the Initial Contract Price


Money

14.5 Minimum Amount of Sri Lankan Rupee Thirty-Two Million


Interim Payment of (LKR. 32,000,000.00)
Certificate

14.6 Payment Advance payment shall be paid;

l y
(i.) Within 28 days after receiving the

n
Performance security from the contractor.
And,
O
(ii). Upon submission of the advance

o n
payment guarantee in amount equal to the
advance payment by the contractor.

t i
18.2 Third Party Insurance
(Including Employer’s
a The Amount of Insurance per occurrence is;
Sri Lankan Rupees One Million (LKR.

r m
Property) for each lot
1,000,000/-). Number of events - Unlimited

f o The minimum cover for insurance of Work is


110% of the Initial Contract Price.

I n The maximum deductible for insurance of the


Work is 5% of the initial contract price.

For third party and employees of the Employer


and other persons engaged by the Employer in the
Works is Sri Lankan Rupees One Million
(LKR. 1,000,000/-) per event.

18.3 Insurance for Contractor’s The Amount of Insurance per occurrence is;
personal for each lot
Sri Lankan Rupees One Million (LKR.
1,000,000/-). Number of events - Unlimited

29
6.0 TECHNICAL SPECIFICATIONS

6.1 General
6.1.1 Scope:
The proposed 132/220kV four circuit transmission line from Kothmale to New Polipitiya traverses
mainly through hilly terrain which covered by forests, and tea plantations. The Scope of Work consists
of the Construction of 10 Nos. of Concrete Pad & Chimney Type Tower Foundations. The Scope of
Work is divided into two Sub Lots each having 5 number of foundations. All two Sub Lots shall be
started at once and completed within 5 months. The Employer has carried out the soil investigations on
all tower locations and based on the results, the probable foundation types have been determined and given
in the BOQ in numbers.

The Contractor is responsible for the construction of Concrete Pad & Chimney foundations as per the
foundation types indicated in the BOQ. Supply of sufficient labour both skilled and unskilled,

l y
construction materials as per the given drawings, equipment, machineries and all other requirement for
the construction of these tower foundations as per the given foundation drawings in the bidding
document.
n
O
Construction of foundation means marking of pits, excavation, retaining of soil from further collapsing

o n
(shoring), supply of all approved construction materials including steel reinforcement bars, bar bending
according to the given bar bending schedules, setting out of stubs, E a r t h i n g , tying reinforcement bars,

t i
fixing suitable form work, dewatering, Rock blasting (either open or chemical blasting), mixing and pouring

a
concrete for the foundations, and stub columns, curing of concrete, Rectification, preparation of muffing,
painting, back filling and levelling of site etc..

r m
The tower stubs and cleats required for the foundations will be issued by the Employer from the Site

f o
Stores at Ginigathhena. The supply of all other required materials, labour, tools and machinery (stub setting
template or individual stub setting arm to support stub, survey instruments etc.) is under Contractor’s

I n
responsibility. No work shall be started until the Employer’s representative provides his consent to
proceed after carrying out all necessary checks.

6.1.2 Contractor’s employees

The contractor shall employ skilled workmen for the works mentioned in this contract. The contractor’s
key personnel such as engineers, supervisors, surveyors etc. shall have the experience stipulated in clause
4.2(e) of bidding data. The selected employees could be capable of handling works specified in this
document at different site conditions. The contractor must be able to engage at least Two Foundation
Construction Teams in each Lot. (with minimum 15 labourers for each gang) to achieve progress of work
at site. Further, Contractor shall have skilled staff for activities such as bar bending, fixing of shoring
sheets, form work etc. If the contractor fails to complete the work as per the Contract, Liquidated
damages will be applied for the delay. Complete stoppage of work is also a possible remedy. If the
Employer’s Representative found any unsuitability of the contractor’s e mp l o ye e either having noticeable
physical or mental disorders, he shall instruct the Contractor to remove such persons from the site
without any delay and suitable persons shall be brought in as the replacement.

The contractor shall fulfil all his obligations in respect of accommodation, transport and medical facilities,

30
taxes, payment of wages, overtime, EPF and ETF for his employees engaged in this contract. The
contractor is also to comply with the requirements of all local statutory employment regulations.

The contractor shall be responsible for the maintenance of discipline and behaviour of all his employees
at site to the satisfaction of Employer’s representative.

6.1.3 Employees safety

The contractor is responsible f or the welfare and ensuring workplace safety of his employees. The
contractor’s e mp l o yees must be of good health and be capable of handling the works mentioned in
the specification. They must be supplied with suitable safety instruments and devices such as safety belts,
boots, protective clothes, helmets, gloves etc. necessary for the works to be carried out at different site
conditions.

The contractor at his own cost shall obtain an insurance to cover damages and accidents to his employees
during all phases of works at site.

l y
Any operation near or over the live and bare wires shall be subjected to a “permit to work” system in a form
agreed with the Employer’s Representative and with the Employer in accordance with the standard
regulations for such work.
n
6.1.4 Material, Tools and Equipment O
o n
The Material, Tools and Equipment required for the works under this contract shall be supplied by the

t i
contractor for the satisfactory execution of works (Major machines tools required for each sub lot is given

a
in clause 4.2(d) in bidding data). The contractor shall supply proper and sufficient quantity of tools and
machinery to complete each task in time and a list of such tools and machinery with quantities shall be given

r m
in Qualification Information a t the time of bidding. The tools and equipment to be supplied by the
contractor may be considered as pliers, spanners, hammers, crow bars, soil compactors, excavators, concrete

f o
vibrators, concrete mixers, water pumps, water bowsers, shovels, hand tools, ropes, pulleys , material,
tools, machineries related to rock excavation and any other tools and equipment required to the contractor
for carrying out of the works.
I n
The contractor shall arrange proper and safe place to store the materials tools and machineries. Time to
time these places will be inspected by the Employer’s representative. Store place shall be kept in
clean and dry condition all times.

6.1.5 Stubs provided by the Employer

Tower stubs required for the foundation construction will be issued by the Employer from his Stores.
Prevention of loss or damages to stubs during transportation and site works should be the responsibility of
the contractor. Any loss or damage to stubs shall be recovered from the final Bill of the Contractor to a sum
equivalent to the cost of stubs lost or damaged.

6.1.6 Interruption of Power Lines, Telephone lines, Water lines etc.

No power interruption will be arranged for this construction. Hence; all necessary safety precautions shall be
implemented at the site during the construction to avoid any hazard.

31
6.1.7 Environmental Conditions

The Contractor must always comply with the Environmental Law and associated conditions under the
Environmental Act of Sri Lanka during the execution of this contract.

6.1.8 Electricity and Water Supply

The Contractor shall make his own arrangements for electricity and water necessary for construction purposes
and all expenses shall be included in the rates of foundation construction given in the Bills of Quantities.

6.1.9 Site Access Preparation and head loading

The bidder is expected to visit the site and examine all locations before preparation of bids. For certain
foundation locations, the contractor may have to prepare temporary mode of access. The site layout plans
for each tower location are annexed with this bidding document and it includes appropriate details the
Bidder may require for his pricing. However, it does not release the bidder from his sole liability of pricing
the foundation types.

l y
Therefore, bidder shall examine all locations and such expenses on preparing access and head loading shall

n
be priced in the Bills of Quantities. The contractor shall note that preparation of such access and head

O
loading shall not cause any delay on completion of foundation construction.

statutory authorities, he shall at his own expense either:


o n
Where the contractor has approval to use existing roads which are not maintained by government or other

t i
 Negotiate and pay a toll to the persons or organization normally responsible for maintaining the road to

a
compensate for additional wear and tear during construction.
Or

r m
 Undertake to maintain the road himself during construction to such a standard that its use by the customary
traffic is not impeded in any way and then restore the road to a condition at least equal to that existing

Certificate,
f o
before the start of construction. Such restoration shall be completed before the issue of the Taking over

I n
The Contractor is obliged to undertake a condition survey of all roads, to verify and document the condition
prior to the construction.

6.1.10 Transportation at site

The contractor shall arrange necessary transport for his employees and all tools, equipment & material
handling at site and the stubs issued by the Employer from the Stores to the foundation locations. The
Contractor shall observe any regulations, which limit loads on the roads and bridges over which material
may be conveyed. The handling and storage of any plant and material at the site are to be at the risk of the
Contractor. The cost of transportation of materials shall be included in the applicable rates in the Bills of
Quantities.

6.1.11 Nature of Work

Construction of tower foundations are associated with supply of materials, Setting out, a s s o c i a t e d
earth works, form work, stub setting, placing of concrete, curing, testing, back filling and levelling and
clearing of the site.

32
6.1.12 Contractor’s Responsibility

The contractor is responsible for all works associated with construction of foundations, and associated works
described in this specification, scope of works under bidding data, bills of quantities and detailed description
enclosed with the construction drawings.

6.1.13 Demolishing & removing of existing Masonry/concrete structures

Unwanted foundations shall be demolished or up-rooted. The Contractor shall clear all areas required for the
work. All unwanted materials, debris, etc. shall be removed from the premises, but shall take all reasonable
precautions to prevent damages to the other structures.

6.1.14 Construction Program and Method Statement

Within 07 days from the date of delivery of the Letter of Acceptance, the Contractor shall submit a detailed
program showing number of foundations construct in parallel and deployment of his construction teams
with labour histogram. The Employer may instruct the Contractor to give priority for some selected

l y
foundations to avoid delays in his overall programme. Therefore, the Contractor shall discus his monthly
programme with the Employer’s representative before finalizing it.

n
O
The Contractor shall submit the Method Statement for the foundation construction work with his
construction programme for the Employer’s approval.

o n
6.2
i
Setting out of Centre peg of Tower locations and Pit marking

t
a
The Employer has already established the centre peg and two-line pegs of the foundations. However, the
contractor shall verify the pegs before starting the construction. The cost for installing new centre pegs and

r m
line pegs shall be paid separately under miscellaneous works while all other survey works related to foundation
construction are deemed to be included in foundation cost.

f o
I n
The Employer will provide the chart prepared for pit marking for foundations to the successful bidder at
the construction stage. This chart includes the details such as distance from the centre line of the foundation
to the pit centre, dimensions of pits etc. which needs to the Contractor to mark pits.

6.3 Access and Site Clearing

6.3.1 Existing access

If the access to tower locations are through public (Provincial Council/Pradeshiya Sabha) road and/or
private roads and the same is damaged during construction due to the movement of construction vehicles
etc, it is the responsibility of the Contractor to negotiate with relevant parties (government or other
statutory authorities, or private) and pay the compensation. The bidders shall estimate the compensation
cost for these access roads and any other payments involved for the same. All such costs are deemed to
be included in the foundation cost.

6.3.2 Access Preparation

If necessity arises to prepare, temporary access roads to foundation locations, the bidder shall estimate the
cost for the preparation of access road and any other cost involved for the same and insert the price in the

33
Bills of Quantities.

When executing, if necessity arises to prepare temporary access roads to foundation locations, the Contractor
shall first inform it to the Employer’s representative. The Contractor shall discuss with the land owner to
obtain their consent for the preparation of access road. If necessity arises Employer’s representative will assist
the contractor in negotiating with the owners of the lands.

The temporary access roads prepared shall be removed by the contractor after completing of the foundation
construction up to the satisfaction of land owner.

Foundation location and its surrounding shall also be cleaned by the Contractor after completion of his
work.

6.3.3 Damage to crops and property

l y
The employer has already assessed and compensated the crop damages up to 5m beyond the foundation
boundary and any damages beyond that shall be borne by the contractor.
n
O
The Contractor shall take all precautions to avoid damage to land, property, crops, etc. and shall ensure that the

o n
work is adequately supervised so that damage is reduced to the minimum. If the Contractor considers that
damage cannot be avoided, when the work is to proceed normally, the Contractor shall estimate the cost for

t i
the additional compensation and any other payment involved for the same and include the rate in the Bills
of Quantities.
a
Where the contractor causes damage beyond the indicated limits or to a degree which the Employer considers

r m
excessive then the Contractor shall be responsible for reinstatement and/or compensation. If in such
circumstances the Contractor shall fail to settle compensation to the extent that in the Employer opinion, the

f o
progress of the Works is likely to suffer, then the Employer shall negotiate and settle the matter and the cost
shall be deducted from moneys due to the contractor.

6.3.4 Temporary Works I n


All temporary buildings/ huts prepared by the contractor for his storage and accommodation have to be
removed and its surroundings have to be cleaned at the completion of the work to the satisfaction of the
Employer’s Representative.

6.4 Excavation for foundations

6.4.1 Excavation

The whole of the excavations shall be carried out to the width, length and depth shown on the drawings
attached in the tender document. No unlicensed or indiscriminate digging will be permitted.

The Contractor may choose a method for excavation considered to be suitable, subject to the approval of
Employer’s representative, and shall be allowed for the use of machinery most suited for excavation in any
location considering the clearance to overhead conductors. If the required clearance is not met, the
34
contractor shall be advised for manual excavation.

A mechanical excavator may be used in many parts of the line. The final 15cm to reach foundation level
shall be excavated by manual means with proper dewatering. The only exception to this will be provided by
Employer’s representative as he observes a special permission is required, where rock excavation and when
non-cohesive soil is encountered in the bottom of the excavation level. In the latter case the ground below
shall not be disturbed by excavation equipment.

The contractor shall ensure that excavation is made to the correct depth, length and width. If excavation is
taken too deep the excess depth shall be back filled with sand/quarry dust or concrete as directed by the
Employer’s representative at the contractor’s expense.

When excavation has reached the prescribed depth the contractor shall immediately inform the
Employer’s representative. The Employer’s representative shall check the excavation and give his final
approval for the foundation type.

The Contractor has to provide all shoring if necessary for the safe execution of the Works as instructed by

l y
the Employer’s representative. All costs for shoring shall be included in the foundation cost. The contractor
shall arrange shuttering for all types of foundation bases including formwork for the stub column sections.

n
O
The excavated soil shall be used for back filling after ascertaining the soil properties by relevant tests where
applicable as approved by the Employer’s representative. The contractor shall remove all surplus materials and

materials, rubbish and offensive matter.


o n
clean the site before the final payment is made. The Contractor shall at all time keep the site free of all surplus

t i
a
At the foundation bottom, 150mm layer of excavation in thickness shall be left undisturbed and
subsequently removed only when the concrete is about to be placed in order that softening or deterioration

r m
of the surfaces of the bottom of the excavated area by exposure may be avoided as far as possible. The bottom
of all excavated areas shall be trimmed, levelled and well rammed. Concrete shall not be placed thereon

f o
until the bottom has been inspected and approved by the Employer’s representative. The cost of excavation
carried out as per the given drawing shall be included in the Type Foundation rate. The excavation for

I n
working spaces shall not be paid separately.

In the event benching, slope cutting is required, the contractor shall execute the same under the Employers’
written instruction and the payment will be made using the provisions of miscellaneous items in the BOQ under
the measured and paid basis.

6.4.2 Safety Measures

Entire area under excavation of four pits shall be surrounded by vertically driven sticks and red caution
tapes to avoid anyone falling inside accidentally.

6.4.3 Blasting and Rock Anchoring

Where boulders are encountered in the pit, the rock shall be either excavated by machine or blasted
using blasting material. Blasting for foundation pits shall be undertaken only after obtaining necessary
approvals of the Employers representative. The cost of rock blasting shall be paid separately using provisions
in Miscellaneous Items. However, the same amount of quantity shall be deducted from the item Soil
Excavation at the rate quoted in the Miscellaneous to avoid duplicate payments. In the event of excessive

35
blasting is done beyond the dimension of the designated foundation, no extra payment shall be made under
any circumstance and the cost shall deem to be included in the rate for rock blasting. If the excavated soil is
not adequate for the backfilling, the contractor shall use imported backfilling material which is accepted to
Engineer. It shall be paid separately by using Miscellaneous items. However, the same amount of quantity
shall be deducted from the item Backfilling using excavated material at the rate quoted in the Miscellaneous
to avoid duplicate payment.

Blasting using explosives shall not be allowed without having prior approval from the relevant government
authorities. The blasting contractor should have valid licence which was issued and approved by the
Geological Survey and Mines Bureau. (GSMB). The approval should be sought for special permission for the
removal of minerals from Non-Mining activities Under the Mines and Minerals ACT. The cost of such
approval shall be borne by the contractor. The Contractor shall be responsible for complying with local
regulations concerning the use of explosives and for the safe-keeping and handling of explosives. During
operations involving the handling or use of explosives, the contractor shall be responsible for the safety of
personnel, site works and people or properties in the vicinity of the Site. Blasting shall not be permitted in the
location when concreting started in any leg.

l y
In the event of rock anchoring, the contractor shall carryout Rock Quality Designation, Core Recovery and
Pull-out test to determine the rock strength and the cost shall be included in the respective foundation cost.

n
No extra payment shall be paid for any rock excavation which is shown in the rock anchoring foundation
drawings.
O
6.4.4 De-Watering

o n
t i
All excavation works are to be kept dry and clean, in order that work is not affected or interfered by entering
water in to the excavations.
a
r m
The contractor shall ensure that the de-watering of excavations will continue during the placing of concrete
until initial setting of concrete has taken place or further as directed by the Employer’s representative.

o
Adequate precautions must be taken against washing out of cement and concrete during de-watering.

f
I n
Water, pumped from excavations shall not make any problem or inconvenience for the users of adjacent
properties or site itself and surrounding area. No concrete or other material shall be placed or build until
the pits is properly drained.

Any costs for dewatering at locations during excavation, concreting and any other work shall be included
in the foundation cost.

6.4.5 Shoring and Shuttering work

The contractor shall ascertain the locations and nature of shoring needed in each foundation before
commencing the work. The contractor shall minimize the collapse of side of the excavation pits by
providing side slopes or stepping the sides. The contractor shall do the shoring as approved by the
Employer’s representative with acceptable shoring material. All such costs shall be included in the rates
of foundations.

6.5 Stub Setting

The Contractor shall transport the tower stubs and its accessories supplied by the Employer from Stores
to sites. Tower stubs shall be transported and handled at site carefully to avoid damages to them. The Employer
36
will provide the Stub setting charts which include required details for Stub setting. The contractor shall carry
out the Stub setting using precise surveying instruments with the assistance of a competent surveyor. Supply
of required support arms/templates is the Contractor’s responsibility. The contractor shall not remove the
template until 7 days passed from the date of final concreting.

6.6 Concrete

6.6.1 General

The specification given in this section is specific to this Project. However, for further details and descriptions
following document shall be referred.

ICTAD Specifications for Building works Volume 1 – Publication SCA/4/I J ul y 2004


ICTAD Specifications for Roads and Bridges Second Edition – Publication SCA/5 J un e 2009

l y
Before the commencement of concrete work, the contractor shall carry out a mix design, using the same
material to be used at site. Standards of materials and workmanship are to be equal to or better than those

n
laid down in British Standard CP 8110. The cost of the all-trial mixes and testing shall be deemed to be
included in the Rate for each foundation.
O
6.6.2 Ready-Mixed Concrete

o n
t i
Ready-mixed concrete as defined in BS 5328, which batched off the Site, may be used only with the
agreement of the employer’s representative and comply with all requirements of the contract.
a
r m
The concrete shall be carried in purpose made agitators operating continuously, or truck mixers. The concrete
shall be compacted and in its final position within one hour of the introduction of c e m e n t to the

f o
aggregates, unless a longer time is agreed by the Employer’s representative. The time of such
introduction s hal l be recorded on the delivery note together with the weight of the constituents of each
mix.

I n
When truck-mixed concrete is used, water shall be added under supervision, either at the Site or at the
central batching plant, as agreed by the Employer’s representative but in no circumstances shall water be
added in transit.

Unless otherwise agreed by the Employer’s representative, truck mixer units and their mixing and
discharge performance shall comply with the requirements of BS 5328 part 3.

6.6.3 Materials

6.6.3.1 Cement

Ordinary Portland cement complying with the requirement BS 12 and SLS 107 shall be used in this project.
Only where the sulphate content in soil and ground water exceeds the specified values in table 7 of BS 5328
part 1, the sulphate resisting cement complying with all the requirements of BS 4027 shall be used.

37
Hydraulic blended cement can be used as a replacement for Ordinary Portland cement.

Mix design and making trial mixes for testing using hydraulic blended cement must be carried out to finalize
the design mix proportion to be used at site.

To give approval for the cement manufacturer, it is required to get the manufacturer's certificate as a proof of
the quality of the product. In addition, it is required to get past supplier details and performance certificates
from previous clients

Manufacturer's certificate shall consist of

1). Percentage of OPC or Portland cement clinker, Pozzolanic material and minor addition constituents
2). The results of tests on
1. Compressive strength at 3 days and 28 days

2. Initial and final setting times

3. Soundness (volume stability of cement paste - delay expansion)

4. Sulphate content
l y
5. Chloride content
n
6. Chemical composition of major constituents
O
n
Those all parameters must be in accordance with the requirement of SLS1247:2015

o
t i
The Contractor shall obtain the approval for brand of cement to be used. All cement shall be obtained from the
same source for any particular part of a structure.
a
r m
The cement shall be delivered to site packed in sealed 50 kg bags or proper containers, bearing the name of the
brand and manufacturer and the number of the consignment. The approximate weight of the cement shall be

f o
legibly marked on each bag. The Contractor shall make the necessary arrangements for deliveries to be made
sufficiently, frequently to ensure freshness and is sufficient quantities to ensure that there is no suspension or

I n
interruption of the concreting work at any time.

Each consignment of cement shall be brought to the site in sufficient time to allow any tests to be carried out
before the cement is used.

Cement in bags shall be unloaded under cover and stored in a well-ventilated and weatherproof building
used exclusively for this purpose. The floor of the building shall be at least 150 mm off the ground and
an air space shall be left between the floor and bottom layer of bags.

Each consignment shall be stacked separately so as to permit easy access for inspection and a record shall
be kept so that each consignment may be identified. Storage shall be arranged so that the cement is used
in order to delivery.

Cement which is in opinion of the Employer’s representative is too old or hardened shall be rejected for
any usage.

38
6.6.3.2 Aggregate

All course and fine aggregate shall be from sources approved by the Employers representative and shall
satisfy ICTAD -SCA/4/I S p e c i f i c a t i o n for Buildings.

6.6.3.3 Water

The water used for making concrete, mortar and grout shall be clean, fresh and free from injurious amounts
of soil, vegetable or organic matter or any other dexterous substance in suspension or in solution. The water
shall be continually monitored for salt content and the concrete mix shall be designed accordingly to
limit total salt content. The water should comply with the requirements of SLS 522.

6.6.3.4 Admixtures

Admixtures shall not be used without the approval of the Employer’s representative. Before use any of
admixture, the Contractor must prove and submit reports by trial mix Procedures that the concrete will not
be adversely affected even when twice the recommended dose is batched. Considering these reports the

of Admixtures.
l y
Employers representative may approve the use of admixtures. No additional cost will be paid for the use

n
6.6.3.5. Reinforcement
O
o n
Steel reinforcement shall be hot rolled mild steel round or tor steel bars complying with BS 4449 or
equivalent standard, as approved by the Employer’s representative.

t i
a
The manufacturer of the steel reinforcement shall be approved by the Employer’s representative b e f o r e
starting of the concrete and shall not be changed throughout contract, unless it is brought to the notice

r m
of Employer’s representative in advance and approval is given for the new manufacturer by him.
Employer’s representative has the right to instruct for any test in-order to confirm the compliance of the

the steel.
f o
reinforcement from new manufacturer. Identification o f the manufacturer s h a l l be already marked on

I n
Reinforcing bars shall be tied together at every intersection using 16 SWG soft pliable annealed steel
wires. Immediately p r i o r to Concreting al l reinforcement s h a l l be wire brushed to remove rust and all
wind-blown contaminates such as salt.

Concrete covers to all reinforcement (including stirrups) are specified in the relevant drawings. In
addition, the cover should never be less than the diameter of the main bar or nominal maximum size of the
aggregate.

The Employer’s representative shall have the right to select samples of steel reinforcement at
any time for testing in accordance with the relevant approved standard.

6.6.4 Workmanship

The concrete mixing plant shall be suitably in type, capacity and design for its purpose. The performance
o f the plant and its disposition shall be to the satisfaction of the Employer’s representative.

39
6.6.5 Concrete Strength Requirements

All concrete mixes and strength shall be in accordance with the requirements of BS 5328 and BS 8110 as
designated on drawings approved by the Employer’s representative.

The Contractor shall carry out frequent tests to the satisfaction of the Employer’s representative to check the
relationship of the strength of concrete.

6.6.6 Mixing

All concrete except where specifically permitted by the Employer’s representative in writing shall be
mixed using machines in volume batch mixing machines as per the Mix Design data.

The dry concrete ingredients shall be mixed until a uniform colour is obtained. After the addition of water
the concrete shall be mixed for a further 2 minutes or until a uniform colour is achieved.

In computing the quantity of water to be added, due account must be taken of the water contained in the

high strength.
l y
aggregates. The amount of water shall be sufficient to ensure through hydration, good workability and

n
O
The contractor shall take all precautions to the satisfaction of the Employer’s representative to
protect the concrete from the injurious effects of the elements.

6.6.7 Workability
o n
t i
a
The concrete shall be of such consistency that it can be readily worked into the corners and angles of
the framework and around reinforcement without segregation of the materials or bleeding of free

r m
water at the surface. On striking the framework it shall present a face which is uniform, free from
honeycombing, surface crazing or excessive dusting, and which shall not, in the opinion of the Employer’s

f o
representative, be inferior to the standards laid down in later clauses in this section. Workability of concrete
shall be tested at site as directed by the Employer’s representative.

6.6.8
I n
Transportation and pouring of concrete

The concrete shall be discharged from the mixer and transported to the Works by means that shall be
approved by the Employer’s representative and which shall prevent adulteration, segregation or loss
of ingredients, and ensure that the concrete is of the required workability at the point and time of placing.

The concrete shall be placed in the positions and sequences indicated on drawings, in the Specification or
as directed by the Employer’s representative, within one hour of mixing.

6.6.9 Placing

The Employer’s representative shall be given 24 hours prior notice in order that he may check the work.

All formwork and reinforcement shall be clean and free from standing water, immediately
before the placing of concrete.

Except where otherwise directed, concrete shall not be placed unless the Employer’s representative is
present or he has previously examined and approved the positioning, fixing and condition of the
40
reinforcement and of any other items to be embedded, the cleanliness, alignment and suitability of the
containing surfaces, and the adequacy and condition of plant.

The concrete shall be placed as nearly as possible in its final position and in such a manner as to
avoid segregation, displacement of the reinforcement, formwork or other embedded items. Placing shall
be continuous between specified or approved construction joints. All small concrete pours shall be carried
out in the late afternoon.

Where chutes are used to convey the concrete, their slopes shall not be such as to cause segregation and
suitable spouts or baffles should be provided to prevent segregation during discharge. Concrete shall
not be allowed to fall freely more than 1.5 meters except with the approval of the Employer’s representative.
Where pneumatic placers are used suitable baffles or hoppers shall regulate the velocity of discharge
where necessary to prevent segregation and distortion of the reinforcement, damage other embedded
items and formwork, caused by impact.

If ready-mix concrete is used with approval of the Employer’s representative, upon arrival of the
truck to the site at the place of deposition the concrete truck driver must present to the Employer’s
representative a note from the concrete batch stating,

l y
(a) the grade of concrete
n
(b)
(c)
the workability
the aggregate size O
(d) type of cement and

o n
(e) time of batching of the concrete.

t i
a
If concreting is not started within 24 hours of approval being given, approval shall again be obtained
from the Employer’s representative. Concreting shall then proceed continuously over the area

r m
between construction joints. When in-situ concrete has been in place for 1 hour, or less as directed by
the Employer’s representative depending upon the mix, type of cement and weather conditions, no

f o
further concrete shall be placed against it for a further 10 hours.

I n
Concrete, when placing, shall have a temperature of not less than 5° C and not more than 32° C It shall be
compacted in its final position within 30 minutes of discharge from the mixer when the time shall be within
2 hours of the introduction of cement to the mix and within 20 minutes of discharge from the agitator.

Except where otherwise agreed by the Employer’s representative, concrete shall be placed in horizontal
layers to a compact depth not exceeding 450 mm where internal vibrators are used or 300 mm in all
other cases.

When trucking chutes are used, they shall be kept clean and used in such a way as to avoid segregation.

6.6.10 Compaction

The concrete shall be fully compacted throughout the full extent of the layer. It shall be thoroughly worked
against the formwork and around reinforcement and other embedded items, without displacing them.
Successive layers of the same lift shall be thoroughly compacted together.

All concrete shall b e compacted t o pr oduce a dense homogeneous mass. Unless otherwise agreed
by the Employer’s representative, it shall be compacted with the assistance of vibrators. Sufficient

41
number of vibrators in serviceable condition shall be on site so that spare equipment is always available in
the event of breakdowns.

Vibration shall not be applied by way of the reinforcement. Where vibrator of the immersion type is
used, contact with reinforcement and all inserts shall be avoided, so far as is practicable. Concrete shall
not be subjected to vibration between 1 and 10 hours after compaction. Unless or otherwise directed by the
Employer’s representative, approved power-driven vibrators of the immersion type shall be used. They shall
be inserted at such distances apart or applied in such a manner as will ensure that the concrete being placed.

Over-vibration, causing segregation or leakage through formwork, shall be avoided. Immersion vi brators
shall be withdrawn slowly to prevent the formation of voids. Vibrators shall not keep damage to
formwork or other parts of the structure, or displace the reinforcement or other embedded items.

Internal vibrators shall be capable of producing not less than 10,000 cycles per minute.

6.6.11 Construction Joints

l y
Concreting shall be carried out continuously up to construction joints, the position and arrangement of
which shall be indicated on the drawings and approved by the Employer’s representative.

n
O
Whenever the placing of the concrete is discontinued other than at the exposed faces, this discontinuity shall
form a construction joint. Construction joints are to be made only along a horizontal or vertical line

n
except that in the case of inclined or curved members they shall be at right angles to the principal axis.

o
t i
Care shall be taken to prevent offsetting of the joint and to ensure water-tightness. The joints shall in

a
every way satisfy the requirement of the Employer’s representative, and be fully detailed on drawings prior
to submission for approval.

r m
When work is resumed adjacent to a surface, which has set, the whole surface shall be thoroughly roughened.

f o
It shall be cleaned of all loose and foreign matter and washed with Water immediately before placing
the fresh concrete, which shall be w e l l compacted, against the joint.

6.6.12 I n
Joining New Concrete Work to Existing

Existing concrete shall be broken out as described or directed and scrabbled to form a suitable key for
the new concrete. Where necessary the reinforcement in existing concrete shall be exposed, cleaned and
bent to its correct shape. New reinforcement s h a l l be securely wired to the existing.

Bonding agent could be applied to bond old and new surfaces of concrete wherever necessary as approved
by the Employer’s representative.

6.6.13 Curing

Concrete shall be protected during the first stages of hardening from the harmful effects of sunshine,
drying winds, cold, rain or running water. The protection shall be arranged as soon as practicable after
completion of placing the concrete by a method that should be approved by the Employer’s representative.

Curing of concrete shall be carried out in accordance with the clause 6.6 of BS 8110, Part I, 1985. Where
formwork is to be struck and exposed concrete surface shall be covered with a damp absorbent material

42
and kept under moist condition for minimum period of seven days. In case, the contractor applies an
approved type of curing compound, his proposals shall be approved by the Employer’s representative
before commencing any concreting work.

6.6.14 Testing

Testing methods are to be in accordance with the relevant BS or ASTM standard except as approved or
requested by the Employer’s representative.

The Employer’s representative shall have the right to order that any materials which, does not meet with
his approval shall not be used in the work. The Contractor shall have the right to sample, test and give
his opinion on such materials. Even after, if the materials are rejected by the Employer’s representative,
they shall be immediately removed from the Site by the Contractor.

6.6.15 Test Cubes

For the first 10 days that a particular grade of concrete is produced, or where there is a lapse of two

l y
weeks or more between successive pours of the same grade of concrete, three samples shall be taken
on each day and three cubes shall be made from each sample. Two shall be tested at 7 days and the
other at 28 days.
n
O
Minimum of three cubes shall be made from each tower foundation, one being tested at 7 days.

n
The cubes shall be made, cured, stored and tested in compression in accordance with BS 1881. The

o
t i
calibration test reports of testing machines and details of the qualifications of all laboratory staff shall be
submitted for approval if requested by the Employer’s representative.

a
Reports of all tests made shall be supplied direct from the laboratory to the Employer’s representative within

r m
24 hours of the cubes being tested. The Employer’s representative on site shall have the authority to stop

o
all further concrete work until acceptable test results are forthcoming.

n f
The Contractor shall keep up-to-date records at the Works of positions in the Works of all batches of concrete,

I
of their grade and of all test cubes, cores and other specimens taken from them. Copies of these records
shall be given to the Employer’s representative at weekly intervals or upon request.

6.6.16 Form work

Forms for column sections to be made available with sheet metal by the Contractor. Prices for all
necessary formwork shall be included in the rates for foundations. The contractor shall fix and set the
formwork by tightening nuts and bolts according to the drawings.

When concrete is to be vibrated, special care shall be taken to maintain the stability of the formwork and the
tightness of the joints during vibrating operations.

The Employer’s representative shall approve the material and position of any ties passing through the
concrete. The whole or part of the ties shall be capable of being removed so that no part remaining
embedded in the concrete shall be nearer the surface of the concrete than the specified thickness of
cover to the reinforcement. Any holes left after the removal of ties shall be filled unless otherwise directed
by the Employer’s representative with concrete or mortar of approved composition.

43
6.6.17 Removal of Formwork

All forms shall be removed after 24 hours of casting concrete without damage to the concrete. The use
of mould oil or other material to facilitate this shall be subjected to the approval of the Employer’s
representative. All formwork for pits, ducts and holding down bolt holes must be so constructed that
it can be easily collapsed to facilitate withdrawal after the initial set of the concrete.

In the absence of cube test results the minimum periods before striking from work for concrete made
with ordinary Portland cement shall be according to the table 6.6 of BS 8110, Part I, 1985. Formwork
shall be constructed so that the side forms of members can be removed without disturbing the forms
so fitted and if props are to be left in place when the forms so fitted are removed these props shall not be
disturbed during the striking.

6.6.18 Finishes

The Contractor shall state precisely on his plans which type of finishes described hereunder he intends
to use on the various locations. Any defective concrete finish will be rejected. The Employer’s

y
representative may at his discretion order the defects to be cut out and made good.

l
n
Plastering of defective concrete will not be permitted, except that in the case of minor porosity in the

O
surface, the Employer’s representative may approve a surface treatment. The surface treatment shall be
rubbing down with cement and sand mortar of the same richness as in the concrete. This treatment shall be
made immediately after removing the formwork.

o n
6.7 Backfilling and Reinstatement
t i
a
For tower foundation where excavation are to be back filled immediately following the striking of

r m
f or mw or k t he co ncr et e s hal l b e thoroughly cured before back filling commences. Where
formwork is to be struck and backfilling of the excavation does not take place immediately the concrete

f o
shall be kept continuously under moist to avoid rapid drying of the concrete. Any exposed part of the
concrete shall be kept under moist condition to a minimum period of seven days unless an approved

I n
type of curing compound is not applied as indicated in Clause 6.6.13 “curing”.

Proper precautions shall be taken to ensure that all backfilling and compaction of earth is done thoroughly and
evenly round all parts of each separate foundation block or structure. The backfill shall be placed in layers not
exceeding 225 mm in thickness and compaction shall be carried out as instructed by the Employer. In wet or
flooded situations adequate provision shall be made to ensure the excavation is kept free from water whilst
work is carried out. No backfilling is permitted until the foundations are approved by the Employer.

Backfill shall be such that the original ground contours are restored as nearly as possible and any subsidence of
backfill shall be made good before the issue of the Taking over Certificate. In places where settlement is
observed during construction works or Defect Liability Period the Contractor shall restore original level with
additional fill at no extra cost.

Any fill material used within 500 mm of concrete structures cement bound materials shall have a soluble
sulphate content not exceeding 2.5 g per litre when tested in accordance with BS 1377. If it exceeds
the limit specified, special precautions shall be taken to protect the concrete or cement bound materials
with the approval of the Employer’s representative.

44
Where excavations whether in rock or other material, are made to a greater depth than detailed, the
intervening space shall be brought up to the proper level with sand/quary dust or mass concrete as directed
by the Employer’s representative at the Contractor’s expense.

Any formation encountered in the excavations which, in the opinion of the Employer’s representative is
not sufficiently strong to carry the loads which will be imposed on it, shall be excavated and filled with
quarry dust layer of the thickness as detailed in the Bills of Quantities. Compaction of quarry dust under
water shall be carried out by vibrating the quarry dust layer with immerse type vibrators as directed
by the Employer’s representative.

All tests shall be carried out in the presence of the Employer’s r epresentative. The tendered price is deemed
to include for such tests necessary. Unless otherwise described, directed or permitted, imported filling shall
consist of pervious naturally occurring material, free from mud, silt, clay, peat, vegetable or injurious
matter and water soluble salts harmful to copper and other metals. Filling materials shall be imported
only from approved borrow pits based on soil sample analysis.

6.8 Muffing and Painting

l y
Concrete foundation shall extend to at least 300/500mm above ground as per drawings and shall be sloped

n
off around the steel leg section and smoothly finished by C 15 concrete with 12mm aggregate and/or 1:5

O
cement sand mortar to prevent accumulation of water near to the steelwork depending on the site condition
as approved by the Employers representative. The chimney above the ground (including raised chimney) and

o n
the sloping top surface of the concrete and the tower steelwork for a minimum distance of 150 mm above the
concrete shall be coated with two coats of approved bitumen-based paint. No paint may be applied to concrete

t i
until at least 48 hours after shutters have been struck and the second coat of paint may not be applied until 24

a
hours after the first coat. All surfaces to be painted must be dry, clean and free of oil, grease or other
contaminants. Paint of tower steel works up to 2 m with two coats of epoxy water resistant paint shall be

r m
applied for the towers located in paddy fields and marshy areas and the cost deemed to be included in the
relevant foundation cost unless otherwise specified in the BOQ. All surfaces to be painted must be dried and

o
free of oil, grease or any other contaminants.

f
6.9 Levelling and Site Cleaning

I n
After completion of the above activities the site shall be levelled and cleaned as directed by the Employers
representative. Final payment shall only be made after satisfactory completion of foundation works which
includes the consent letter from the land owner informing the Employer that he is satisfied the reinstatement
work at the site and joint Check List attested by Employer’s representative.

6.10 Employer’s Drawings and Data Sheets

All drawings are included to Volume 2 (Section 10) of this Tender Document. Excavations/Pit marking
drawings, charts and stub setting charts for tower foundations will be provided by the Employer to the
successful Bidder.

6.11 Support Structure Earthing

6.11.1 Earthing Angle Set

Each leg of foundations shall be earthed by earthing angle. A set of earthing angle consists of a galvanized steel
angle of 45mm wide and 5mm thick and 1m long, stranded copper conductor of 38mm2 and compression
45
terminals at both ends. The steel angle shall be driven into ground underneath the concrete block before
concreting and electrically connected to tower stub member or cleat by means of copper conductor. The required
material including earthing angle, copper conductor and terminals shall be collected from Employer’s Stores.
The installation cost of earthing angle set shall be deemed to be included in the rates of foundation works.

6.11.2 Counterpoise

The required material including counterpoise earth, compression lugs shall be collected from Employer’s Stores.
The earth counterpoise shall be buried not less than 600mm in the ground. Normally two counterpoise sets each
is 60m in length will be installed per tower connecting to individual leg members as per the Engineer's approved
drawings. This shall be paid using the provision in the Miscellaneous item. In the event required earth resistance
will not be achieved with the above work, the Employer shall instruct contractor either to increase the
counterpoise length or install earth grid as specified in the bill item 8.3 9 (l).

l y
n
O
o n
t i
a
r m
f o
I n

46
Section - 7
l y
n
FORM OF BID
O
o n
t i
a
r m
fo
In

47
FORM OF BID

CONSTRUCTION OF 10 NOS. OF CONCRETE PAD & CHIMNEY FOUNDATIONS


LOT F1 – SUB LOT A.
UNDER THE CONSTRUCTION OF KOTHMALE - NEW POLPITIYA 220/132kV FOUR CIRCUIT
TRANSMISSION LINE
BID NO: CEB/TCP/TLCP/CKNPTL/2023/02

To : General Manager
Ceylon Electricity Board
50, Sir Chittampalam A. Gardiner Mawatha
Colombo 2
Dear Sir:
1. Having examined the Standard Bidding Document - Procurement of Works - Major
Contracts[ICTA/SBD/02 - 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
l y
Sri Lankan Rupees…………………………………………………..
n
.....................................................................................................................................................(
LKR ……………………………..) or such other sums as may be ascertained in accordance with
O
the said Conditions.

o n
2.
3
We acknowledge that the Contract Data forms part of our Bid.

t i
We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably possible
a
afterthe receipt of the Engineer’s notice to commence, and to complete the whole of the Works

4
r m
comprised in the Contract within the time stated in the Contract Data.
We agree to abide by this Bid until the date specified in ITB Clause 16 ………… [insert

f o
date], and it shall remain binding upon us and may be accepted at any time before that date.
5

6
I n
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.
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]
Name : …………………………………………………………………………
Designation : …………………………………………………………………………
Address : …………………………………………………………………………
Witness1 Name:………………………. Witness 2 Name:…………………
NIC No.:………………………………. NIC No.:……………………………..
Address:………………………………. Address:……………………………….

48
FORM OF BID
CONSTRUCTION OF 10 NOS. OF CONCRETE PAD & CHIMNEY FOUNDATIONS
LOT F1 – SUB LOT B.
UNDER THE CONSTRUCTION OF KOTHMALE - NEW POLPITIYA 220/132kV FOUR CIRCUIT
TRANSMISSION LINE
BID NO: CEB/TCP/TLCP/CKNPTL/2023/02

To : General Manager
Ceylon Electricity Board
50, Sir Chittampalam A. Gardiner Mawatha
Colombo 2
Dear Sir:
1. Having examined the Standard Bidding Document - Procurement of Works - Major
Contracts[ICTA/SBD/02 - 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………………………………………………….. l y
n
.....................................................................................................................................................(L
KR ……………………………..) or such other sums as may be ascertained in accordance with the
said Conditions. O
2. We acknowledge that the Contract Data forms part of our Bid.
o n
3
t i
We undertake, if our Bid is accepted, to commence the Works as soon as is reasonably possible

a
afterthe 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
r m
We agree to abide by this Bid until the date specified in ITB Clause 16 ………… [insert

5 f o
date], and it shall remain binding upon us and may be accepted at any time before that date.
Unless and until a formal Agreement is prepared and executed this Bid, together with your

6 I n
written acceptance thereof, shall constitute a binding Contract between us.
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]
Name : …………………………………………………………………………
Designation : …………………………………………………………………………
Address : …………………………………………………………………………
Witness1 Name:………………………. Witness 2 Name:…………………
NIC No.:………………………………. NIC No.:……………………………..
Address:………………………………. Address:……………………………….

49
Section – 8

Bills of Quantities
l y
n
O
o n
t i
a
r m
fo
In

50
SECTION 8 - BILLS OF QUANTITIES
The bill of quantity comprises the following price schedules for each sub lot;

8.1 Part A - Price Schedules for Preliminary Works

8.2 Part B - Price Schedule for Foundation Works

8.3 Part C - Price Schedule for Miscellaneous Works

8.1 Part A - Price Schedules for Preliminary Works

Part-A shall include provisions for the contractor's expenditure for mobilization, site
establishment, demobilization, the cost of bonds.

l y
8.2 Part B - Price Schedules for Foundation Works
n
O
Part B shall include provisions for Type Foundation for all tower types which is to be either fully

n
construction or partial construction. The relevant drawings are given in Section 10 with the

o
i
detailed scope of works. The bidder may use the same to work out the major quantities of type

t
a
foundations. The following major construction activities shall be included in the rate quoted for
the Type Foundation which is to be fully constructed.

 r m
Mobilization to the site, site clearing, and supply of all approved material to the site by
any mode.
f o

I n
Making access roads, crop damages during the access road preparation, and the cost of
head-carrying. (Crop damage in the foundation area including working spaces has already
been paid by CEB)
 Marking of pits, soil excavation, soft rock excavation, boulder excavation, shoring,
dewatering, earthing, and screed concreting.
 Stub setting, bar bending, formworks, concreting as per given drawing.
 Curing of concrete, backfilling, leveling, and earthing of foundation as per drawing no.
DGM/TCP/RMATL/ EA/03 (Earthing material and lugs are provided by CEB), and site
cleaning.
 All tests related to foundation construction including Rock Quality Designation, Core
Recover, and Pull-out test for rock anchoring locations.

51
 Any other work related to the above construction shall also be done.

A brief description of each tower location is provided in Section 10 for the convenience of the
bidder. However, the Employer is not liable for any deviation of actual site condition from the
said description. The CEB will arrange a site visit two weeks before the bid closing date.
Attendance at the site visit is compulsory and all relevant details shall be collected by the bidder
during the site visit.

8.3 Part C - Price Schedules for Miscellaneous Works

Part C shall make provisions for extra works which are not covered in Part A and Part B.
However, such provisions shall only be utilized upon the written site instruction of the Engineer.

l y
The Engineer shall issue instructions when the necessity arises and the payment will be made on
a measure and pay basis.
n
O
o n
t i
a
r m
f o
I n

52
8.0 (A) Price Schedule - Final Summary - Sub Lot A

Item Description Amount (Rs)

8.1 Part A - Price Schedule for Preliminaries

8.2 Part B - Price Schedule for Foundations

8.3 Part C - Price Schedule for Miscellaneous

Total Amount (without Taxes)

Discount (If any)

SSCL (As applicable)

VAT (As applicable)


l y
n
Other Applicable Taxes (If any)
O
Grand Total (with Taxes)

o n
t i
a
Price in words (without Taxes) Rs. ................................................................................................................

r m
........................................................................................................................................................................

I have furnished a Bid Security No. ........................... for Rs ..............................from...................................

........................as Bid Security.


f o
I n
I /we agree to abide by the Conditions stipulated in Bid No. CEB/TCP/TLCP/CKNPTL/2023/02 – Lot
F1 - Sub Lot A
Full Name and Address of the Bidder:

.............................................................

............................................................. .........................................................................

............................................................ Signature and Seal of the Bidder

Witness

1) 2)

Signature ........................................... Signature ............................................

Name & Address ............................... Name & Address .................................

........................................................... .............................................................
53
8.1(A) Part A - Price Schedule for Preliminaries - Sub Lot A

Item Description Unit Qty Rate (Rs) Amount (Rs)

Provision for contractor's


mobilization, site establishment
8.1.1 LS 1
during the contract period, and
demobilization.

Provision for submission of


8.1.2 Performance bond as per the LS 1
conditions of the contract.

Provision for submission of


8.1.3 Advance Guarantees as per the LS 1
conditions of the contract.

l y
8.1.4
Provision for all insurance
policies as per the conditions of LS 1
n
the contract.
O
n
Sub Total for Part A - Price Schedule for Preliminaries

o
t i
a
r m
f o
I n

................................. (Signature and Seal of Bidder)

54
8.2 (A) Part B - Price Schedule for Foundations – Sub Lot A
(Please refer to Appendix A for the work description)

Item Description Unit Qty Rate (Rs) Amount (Rs)


Rectification of Tower
a) Nos 1
Foundation - FC-10

Construction of Tower
b) Nos
Foundation - FC-15 1
Construction of Tower
c) Nos
Foundation - FC-16 1
Construction of Tower
d) Nos
Foundation - FC-28 1

e)
Part Construction of
Tower Foundation - FC-35
Nos 1

l y
Sub Total for Part B - Price Schedule for Foundation
n
O
o n
t i
a
...................................... (Signature and Seal of Bidder)

r m
f o
I n

55
8.3 (A) Part C - Price Schedule for Miscellaneous - Sub Lot A

Item Description Unit Qty Rate (Rs) Amount (Rs)


Tower Foundations and Retaining Structures
Rock Excavation using explosives
Rock blasting in hard rock stratum,
removal and dump in a suitable
location as directed by the
Employer's representative. The cost
a) for reinstatement of the foundation m3 500
bottom using approved material is
deemed to be included in the rate.
The excavation done beyond the
foundation dimensions shall not be
paid separately.
Rock Excavation using chemicals
Rock blasting in hard rock stratum,
removal and dump in a suitable
l y
location as directed by the
Employer's representative. The cost n
b) for reinstatement of the foundation
bottom using approved material is
m3 100
O
deemed to be included in the rate.
The excavation done beyond the
o n
foundation dimensions shall not be
paid separately.
t i
Rock Excavation using machines
The excavation of hard rock stratum a
using rock breaker, removal, and
dump in a suitable location as
r m
directed by the
o
Employer's

f
representative. The cost for
m3
c)
n
reinstatement of the foundation

I
bottom using approved material is
deemed to be included in the rate.
230

The excavation done beyond the


foundation dimensions shall not be
paid separately.
Additional Soil Excavation, if
required
Machine excavation of soil that is
d) m3 2022
not covered in part B. This shall be
done and paid under the direction of
the Engineer's Representative.

Sub Total Carried Forward to Page No………

...................................... (Signature and Seal of Bidder)

56
Sub Total Brought Forward from Page No……….

Item Description Unit Qty Rate (Rs) Amount (Rs)

e) Structural Works for additional tower foundation and retaining structure


1.0) Grade 25/20 Concrete m3 50
2.0) Grade 15/20 Concrete m3 10
3.0) Tor and Mild Steel kg 6500
Reinforcements
4.0) Formworks m2 250
5.0) Structural Backfilling using m3 50
imported soil
6.0) Structural Backfilling using m3 200
excavated soil
f) Surveying Works - Locating pegs by Nos 5
traversing where the existing pegs of
the foundation are unable to trace. The
l y
work shall be done under the
supervision of the License Surveyor.
n
g) Grade 15/40 Mass Concrete 20% m3
Plump - 1:3:6 site mixing for stems of
50
O
retaining structures. Additional works

o n
including the provision of weep holes,
porous backfill, and Geo-textile layers
t i
are included in the rate. (Formworks
shall be paid separately)
a
h) Counterpoise earth for the tower –
60x2m Counterpoise Earth systems
r m
shall be buried not less than 600mm in

f o
the ground and as per the attached
Drawing. If the counterpoise earthing

n
described above is insufficient to
I
reduce the earth resistance below 10 ,
1.5m long cooper plated rods shall be
m 2100

installed at an appropriate distance.


(Earthing Materials, lugs, and copper
rods will be provided by CEB and the
same shall be collected by the
contractor at the CEB store at
Ginigathhena)
(DGM/TCP/RMATL/EA/02)
Sub Total Carried Forward to Page No.

......................................(Signature and Seal of Bidder)

57
Sub Total Brought Forward from Page No. ………….

Item Description Unit Qty Rate (Rs) Amount (Rs)


Muffing & Painting Work – The
top of the concrete column shall be
sloped off around the steel leg
section and smoothly finished by C
15 concrete with 12mm aggregate
and/or 1:5 cement sand mortar. The
chimney above the ground and the
i) Nos 5
sloping top surface of the concrete
and the tower steelwork for a
minimum distance of 150 mm
above the concrete shall be coated
with two coats of approved
bitumen-based paint. This shall
l y
include all four legs of the tower
Turfing for Slope Terrain - n
j)
Sodding of grass and maintenance
of the same for three months with
m2 1000
O
watering and fertilizing.

o n
i
Sub Total for Part C - Price Schedule for Miscellaneous

t
a
r m
f o ...................................... (Signature and Seal of Bidder)

I n

58
8.0 (B) Price Schedule - Final Summary - Sub Lot B

Item Description Amount (Rs)

8.1 Part A - Price Schedule for Preliminaries

8.2 Part B - Price Schedule for Foundations

8.3 Part C - Price Schedule for Miscellaneous

Total Amount (without Taxes)

Discount (If any)

SSCL (As applicable)

VAT (As applicable)


l y
n
Other Applicable Taxes (If any)
O
Grand Total (with Taxes)

o n
t i
a
Price in words (without Taxes) Rs. ................................................................................................................

r m
........................................................................................................................................................................

I have furnished a Bid Security No. ........................... for Rs ..............................from...................................

........................as Bid Security.


f o
I n
I /we agree to abide by the Conditions stipulated in Bid No. CEB/TCP/TLCP/RMATL/2023/ 05 – Lot F1
- Sub Lot B

Full Name and Address of the Bidder:

.............................................................

............................................................. .........................................................................

............................................................ Signature and Seal of the Bidder

Witness

1) 2)

Signature ........................................... Signature ............................................

Name & Address ............................... Name & Address .................................

........................................................... .............................................................

59
8.1 (B) Part A - Price Schedule for Preliminaries - Sub Lot B

Item Description Unit Qty Rate (Rs) Amount (Rs)

Provision for contractor's


mobilization, site establishment
8.1.1 LS 1
during the contract period, and
demobilization.

Provision for submission of


8.1.2 Performance bond as per the LS 1
conditions of contract.

Provision for submission of


8.1.3 Advance Guarantees as per the LS 1
conditions of the contract.

8.1.4
Provision for all insurance
policies as per the conditions of LS 1
l y
the contract.
n
Sub Total for Part A - Price Schedule for Preliminaries
O
o n
t i
a
r m
f o
I n

................................. (Signature and Seal of Bidder)

60
8.2 (B) Part B - Price Schedule for Foundations - Sub Lot B
(Please refer Appendix A for work description)

Item Description Unit Qty Rate (Rs) Amount (Rs)


Part Construction of Nos
a) 1
Tower Foundation - FC-37
Construction of Tower Nos
b) 1
Foundation - FC-43
Part Construction of Nos
c) 1
Tower Foundation - FC-44
Construction of Tower Nos
d) 1
Foundation - FC-45
Construction of Tower Nos
e) 1
Foundation -XN-P2
Sub Total for Part B - Price Schedule for Foundation
l y
n
O
o n
t i
...................................... (Signature and Seal of Bidder)

a
r m
f o
I n

61
8.3 (B) Part C - Price Schedule for Miscellaneous - Sub Lot B

Item Description Unit Qty Rate (Rs) Amount (Rs)


Tower Foundations and Retaining Structures
Rock Excavation using explosives
Rock blasting in hard rock stratum,
removal and dump in a suitable
location as directed by the
Employer's representative. The cost
a) for reinstatement of the foundation m3 600
bottom using approved material is
deemed to be included in the rate.
The excavation done beyond the
foundation dimensions shall not be
paid separately.
Rock Excavation using chemicals
Rock blasting in hard rock stratum,
removal and dump in a suitable
location as directed by the
l y
b)
Employer's representative. The cost
for reinstatement of the foundation m3 140 n
bottom using approved material is
deemed to be included in the rate. O
The excavation done beyond the

o n
foundation dimensions shall not be
paid separately.
t i
Rock Excavation using machines
The excavation of hard rock stratum
a
directed by the
r
dump in a suitable location as
m
using rock breaker, removal, and

Employer's
c)
f
representative. The cost for
o
reinstatement of the foundation
m3 200

I n
bottom using approved material is
deemed to be included in the rate.
The excavation done beyond the
foundation dimensions shall not be
paid separately.
Additional Soil Excavation, if
required
Machine excavation of soil that is
d) m3 3130
not covered in part B. This shall be
done and paid under the direction of
the Engineer's Representative.
Sub Total Carried Forward to Page No………

...................................... (Signature and Seal of Bidder)

62
Sub Total Brought Forward from Page No……

Item Description Unit Qty Rate (Rs) Amount (Rs)

e) Structural Works for additional tower foundation and retaining structure

1.0) Grade 25/20 Concrete m3 50

2.0) Grade 15/20 Concrete m3 10


3.0) Tor and Mild Steel kg 6000
Reinforcements
4.0) Formworks m2 200

5.0) Structural Backfilling using m3 50


imported soil
6.0) Structural Backfilling using m3 200
excavated soil
f) Surveying Works - Locating pegs
by traversing where the existing
Nos 5

l y
pegs of the foundation are unable to
trace. The work shall be done under n
the supervision of the License
Surveyor. O
g) Grade 15/40 Mass Concrete 20%
Plump - 1:3:6 site mixing for stems
m3 50

o n
of retaining structures. Additional
works including provision of weep
t i
holes, porous backfill and Geo-
textile layers are included in the a
rate. (Form works shall be paid
separately)
r m
h) Counterpoise earth for the tower
– 60x2m Counterpoise Earth
f o Nos 1500

I n
systems shall be buried not less
than 600mm in the ground and as
per the attached Drawing. If the
counterpoise earthing described
above is insufficient to reduce the
earth resistance below 10 , 1.5m
long cooper plated rods shall be
installed at an appropriate distance.
(Earthing Materials, lugs, and
copper rods will be provided by
CEB and the same shall be
collected by the contractor at the
CEB store at Ginigathhena)
(DGM/TCP/RMATL/EA/02)
Sub Total Carried Forward to Page No………

...................................... (Signature and seal of Bidder)


63
Sub Total Brought Forward from Page No……

Item Description Unit Qty Rate (Rs) Amount (Rs)


Muffing & Painting Work –
The top of the concrete column
shall be sloped off around the steel
leg section and smoothly finished
by C 15 concrete with 12mm
aggregate and/or 1:5 cement sand
mortar. The chimney above the
i) ground and the sloping top surface Nos 5
of the concrete and the tower
steelwork for a minimum distance
of 150 mm above the concrete shall
be coated with two coats of
approved bitumen-based paint.
l y
This shall include all four legs of
the tower
n
Turfing for Slope Terrain -
Sodding of grass and maintenance O
j)
of the same for three months with
watering and fertilizing.
m2 1000

o n
t i
Sub Total for Part C - Price Schedule for Miscellaneous

a
r m
fo ...................................... (Signature and seal of Bidder)

In

64
Section - 9
l y
n
SCHEDULES
O
o n
t i
a
r m
f o
In

65
Schedule 1 - General Information
(i) If pre-qualification is done the bidders are required to include information
subsequent to that submitted with the pre-qualification application.
(ii) For joint ventures, each joint venture partner shall furnish information separately.
ITB
Information
Clause Description Remarks
(to be filled by the Bidder)
Reference
Provide certified copies of
4.1 (a) Legal Status
Registration
Provide original or certified copy of the power of
Written power of attorney
attorney attested by a Notary and label as attachment to
of the signatory to the Bid
Clause 4.1(a)
Provide a draft copy of the
If a Joint Venture, names 1. …………………………
Joint Venture Agreement or
and addresses of Joint 2. ………………………...
Venture Partners 3. …………………………
l y
alternatively the memorandum
of understanding
If a Joint Venture, nameof
Lead Partner n
O
For joint ventures, each joint venture partner shall furnish Legal Status separately

Name (Lead partner)


o n
Legal status
t i
a Provide certified copies and
label as attachment to
Place of registration

r m Clause 4.1(a)

o
Principle place of business

f
I n
Written power of attorney
of the signatory to the Bid
VAT Registration
Number/Non VAT
Provide original or certified copy of the power of attorney
attested by a Notary and label as attachment to Clause 5.1

registered certificate

Name (Partner 2 )

Legal status Provide certified copies and


label as attachment to Clause
Place of registration 4.1 (a)

Principle place of business

66
Provide original or certified copy of the power of
Written power of attorney
attorney attested by a Notary and label as attachment to
of the signatory to the Bid
Clause 4.1 (a)
VAT Registration Number

Name (Partner 3 )

Legal status Provide certified copies and


label as attachment to Clause
Place of registration 4.1 (a)

Principle place of business

Written power of attorney


of the signatory to the Bid y
Provide original or certified copy of the power of

l
attorney attested by a Notary and label as attachment to

VAT Registration n
Clause 4.1 (a)

Number/Non
registered certificate
VAT
O
4.2 (a) ICTAD Registration

o n
Registration number
t i
a Provide certified copies and
Grade

r m label as attachment to
Clause 4.2(a)
Specialty

f o
Expiry Date

I n

67
Schedule 2 -Annual Turn-over Information
(Construction only – Within Last Seven Years)

4. If pre-qualification is done the bidders are required to include information subsequent tothat submitted
with the pre-qualification application.

(ii) For joint ventures, each joint venture partner shall furnish information separately.
Year Turn-over Remarks

1.
Attach audited reports and label as
2. attachment to Clause 4.2
3.
4.
l y
5. n
6. O
7.
o n
t i
a
Schedule 3 - Adequacy of Working Capital

r m
If pre-qualification is done the bidders are required to include information subsequent to that
submitted with the pre-qualification application

Source of
f o
credit line

I n Source of credit line Source of credit line

Provide documentary evidence


and label as attachment to
Clause 4.2

Total

68
Schedule 4 - Construction Experience for last ten years

(ii) If pre-qualification is done the bidders are required to include information subsequent to that submitted
with the pre-qualification application.

(ii) For joint ventures, each joint venture partner shall furnish information separately.

Description of Contractor’s
Year Employer Amount
Works Responsibility (%)

l y
n
O
o n
t i
a
r m
f o
I n

Total

 Provide documentary evidence and label as attachment to Clause 4.2

69
Schedule 4.1 - Construction Experience in Similar Nature in last ten years

(ii) If pre-qualification is done the bidders are required to include information subsequent to that submitted
with the pre-qualification application.

(ii) For joint ventures, each joint venture partner shall furnish information separately.

Description of Contractor’s
Year Employer Amount
Works Responsibility (%)

l y
n
O
o n
t i
a
r m
f o
I n

Total

 Provide documentary evidence and label as attachment to Clause 4.2

70
Schedule 5 -Major Items of Construction Equipment Proposed
Type Capacity

l y
n
O
o n
t i
a
r m
f o
I n

71
Schedule 6 - Construction Management Staff

A. Key Professionals

Name Position Task

l y
n
B. Support Staff O
Name
o
Position n Task

t i
a
r m
f o
In

72
Schedule 7 – Time Schedule for Key Staff

Months ( in the form of a Bar Chart)

Activities
Position
Name

Number of
1 2 3 Months

l y
n
O
o n
t i
a
r m
f o
I n

Full - Time : ........................................ Part - Time : ........................................

73
Schedule 8 - Work Programme
Sheet 1 of ……

[1st, 2nd, etc. are months from the Start Date.]

1 2 3
Construction Activity

l y
n
O
o n
t i
a
r m
f o
I n

74
Section - 10

DRAWINGS l y
n
O
(Submitted separately)

o n
t i
a
r m
f o
In

75
Section - 11 l y
n
STANDARD FORMS (BID) O
o n
t i
a
r m
f o
In

76
Specimen for Form of Bid Security
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: ------------------------------------------------------------------------------------------------------
[insert (by PE) name and address of Employer]

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

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

l y
We have been informed that ---------------------------------------------- [insert (by issuing agency) name of
the Bidder] (hereinafter called "the Bidder") has submitted to you its bid dated -----------------------------

n
[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”).

O
Furthermore, we understand that, according to your conditions, Bids must be supported by a Bid
Guarantee.

o n
t i
At the request of the Bidder, we ---------------------------------------------- [insert name of issuing agency]

a
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])

r m
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)
f o
has withdrawn its Bid during the period of bid validity specified; or
(b)

(c) I n
does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”) of the IFB; or
having been notified of the acceptance of its Bid by the Employer/Purchaser 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 ------------------------

77
APPENDIX A
Tower List

Tower Locations

Sub Lot A

Item Foundation Work Description


No.
a) FC/10 All four legs have been completed. But one leg has to be demolished and
reconstructed as per Employer’s instructions. The backfilled soil is to be
removed before starting the demolishing work. The existing STUB is to be
used for the same. Associated retaining walls, line drains construction as per
Employers instructions. The existing canal to be diverted after construction and
Boundary fencing work to be done as per Employer instructions. The benching
and site levelling to be done as per drawing and Employer instructions. Any
other work related to above construction shall be done.
b) FC/15
l y
Total Foundation Construction. Associated retaining walls, line drains

n
construction as per Employers instructions and Any other work related to
above construction shall be done.
c) FC/16
O
Total Foundation Construction. Associated retaining walls, line drains

o n
construction as per Employers instructions and Any other work related to
above construction shall be done.
d) FC/28
i
Total Foundation Construction. Associated retaining walls, line drains

t
construction as per Employers instructions and Any other work related to

a
above construction shall be done.
e) FC/35
m
One Leg has been concreted. Two legs are partially excavated and rock

r
blasting need to be done. One leg is to be fully completed. All four legs to be

f o
backfilled. Associated retaining wall and line drains construction as per
Employers instructions. Any other work related to above construction shall be

n
done.
I

78
Sub Lot B

Item Foundation Work Description


No.
a) FC/37 All four legs concreted except 1.5m column in one leg which has to be
concreted. The Collapsed soil is to be removed from the pits and backfilling
is to be started from the bottom of each legs. Backfilling work of remaining
three legs are to be done. Associated retaining walls, line drains construction
as per Employers instructions. Any other work related to above construction
shall be done.
b) FC/43 Total Foundation Construction. Associated retaining walls, line drains
construction as per Employers instructions and Any other work related to
above construction shall be done.
c) FC/44 One leg concreting is done. Other three to be done and all four Associated
retaining walls, line drains construction as per Employers instructions and
Any other work related to above construction shall be done.

y
d) FC/45 Total Foundation Construction. Associated line drains construction as per

e) XN-P2
shall be done. l
Employers instructions and Any other work related to above construction

n
Total Foundation Construction. Associated line drains construction as per

O
Employers instructions and Any other work related to above construction
shall be done.

o n
t i
a
r m
f o
I n

79
APPENDIX B
DOCUMENT CHECKLIST

The document checklist shall be completed, signed, and submitted by the bidder with the bid. Bidders are
strictly advised to attach the documents to the bid in the order of this checklist with appropriate
separators.

Serial Response from the Bidder


Reference to the
No.
Bidding Description
Document
Document Provided
Reference No.
(Yes/No)
in the offer
Covering Letter of the bidder (If
1 -
necessary)
Power of Attorney vide clause 5 of GCC
2 ITB 4, ITB 5
(If applicable)

3
ITB 17&Section
11
Bid Security
l y
A letter from the Commissioner of the
n
4 ITB 4
Inland Revenue Department, if the
O
company has not been registered for
VAT (if applicable)

o n
Certification of registration under Public
5 ITB 4
t i
Contracts Act No 3 of 1987 (If
Applicable)
a
Duly signed "Certificate of the Purchase
6
m
of Bidding Document”

r
Duly signed “Form of Bid” for Lot F1 –
7 Section 7
f o
Sub Lot A
Duly signed “Form of Bid” for Lot F1-

In Sub Lot B
Duly completed and signed “Bills of
Quantities / Price Schedules” for Lot F1
– Sub Lot A
8 Section 8
Duly completed and signed “Bills of
Quantities / Price Schedules” for Lot F1
– Sub Lot B
Duly completed and signed “General
Section 9 –
9 Information” with all supporting
Schedule 1
documents
Section 9 – Duly completed and signed “Annual
10 Schedule 2 Turnover Information” with all
supporting documents
Section 9 – Duly completed and signed “Adequacy
11 Schedule 3 of Working Capital” with all supporting
documents
Section 9 – Duly completed and signed
12
Schedule 4 “Construction Experience in last five
80
Serial Response from the Bidder
Reference to the
No.
Bidding Description
Document
Document Provided
Reference No.
(Yes/No)
in the offer
years” with all supporting documents

Section 9 – Duly completed and signed “Major


13 Schedule 5 Items of Construction Equipment
proposed” with all supporting documents
Section 9 – Duly completed and signed
14 Schedule 6 “Construction Management Staff” with
all supporting documents
Section 9 – Duly completed and signed “Time
15 Schedule 7 schedule for Key staff” with all
supporting documents

16
Section 9 –
Schedule 8
Duly completed and signed “Work
program” with all supporting documents
l y
Duly completed and signed “Document
Checklist” n
O
o n
t i
a
r m
f o
In
……………………………………
Signature and Stamp of the Bidder

81

You might also like