GOVERNMENT OF THE DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA Invitation for Bids

GOVERNMENT OF THE
DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA
MINISTRY OF PORTS & HIGHWAYS
ROAD DEVELOPMENT AUTHORITY
ASIAN DEVELOPMENT BANK FUNDED
NORTHERN ROAD CONNECTIVITY PROJECT
Invitation for Bids
Date: 01.10.2012
Loan No. and Title: ADB 42254-014 SRI: Northern Road Connectivity Project - Additional Financing
Contract Nos. and Titles:
Contract Package No
Contract Title
1
RDA/NRCP(AF)/ICB/ADB/CP-11
2
RDA/NRCP(AF)/NCB/ADB/CP-12
3
RDA/NRCP(AF)/NCB/ADB/CP-13
4
RDA/NRCP(AF)/ICB/ADB/CP-14
5
RDA/NRCP(AF)/ICB/ADB/CP-15
Rehabilitation / Improvements to A 029 – VavuniyaHorowupathana Road from 24+000 to 34+950 km including
performance based maintenance for five years
Rehabilitation / Improvements to B 283 – MedawachchiyaKebithigollewa Road from 0+000 to 12+600 km including
performance based maintenance for five years
Rehabilitation / Improvements to B 283 – MedawachchiyaKebithigollewa Road from 12+600 to 25+400 km including
performance based maintenance for five years
Rehabilitation / Improvements to B 211 – KebithigollewaPadaviya Road from 0+000 to 15+500 km including performance
based maintenance for five years
Rehabilitation / Improvements to B 211 – KebithigollewaPadaviya Road from 15+500 to 31+345 km including
performance based maintenance for five years
Deadline for Submission of Bids: 29.11.2012
1. The Government of Sri Lanka has received a loan from the Asian Development Bank (ADB)
for the Northern Road Connectivity Project (NRCP) for the rehabilitation /improvement of
roads in North and North Central Province. Subsequently the Government of Sri Lanka has
applied for additional financing for NRCP to improve some of the selected National roads.
Part of this loan will be used for payments under the contracts named above. International /
National Competitive Bidding (ICB/NCB) will be conducted in accordance with ADB’s Singlestage Two envelope bidding procedure with post qualification and is open to bidders from
eligible source countries of ADB.
2. The Road Development Authority (“the Employer”) now invites separate sealed bids from
eligible bidders for the following contract packages.
Contracts Packages under International Competitive Bidding1
Contract
Package No
RDA/NRCP(AF)
/ICB/ADB/CP-11
RDA/NRCP(AF)
/ICB/ADB/CP-14
RDA/NRCP(AF)
/ICB/ADB/CP-15
1
Contract Title
Duration
Performance
Civil
Based
Works
Maintenance
Length
(km)
Location
10.95
North Central
Province
18
months
5 years
15.5
North Central
Province
20
months
5 years
15.85
North Central
Province
20
months
5 years
Rehabilitation / Improvements to A 029 – VavuniyaHorowupathana Road from 24+000 to 34+950 km
including performance based maintenance for five
years
Rehabilitation / Improvements to B 211 –
Kebithigollewa- Padaviya Road from 0+000 to
15+500 km including performance based
maintenance for five years
Rehabilitation / Improvements to B 211 –
Kebithigollewa- Padaviya Road from 15+500 to
31+345 km including performance based
maintenance for five years
Bidders (national/ international) from eligible sources countries are encourage to participate in this bidding
Contracts Packages under National Competitive Bidding2
Contract Package
No
RDA/NRCP(AF)/
NCB/ADB/CP-12
RDA/NRCP(AF)/
NCB/ADB/CP-13
2
Contract Title
Duration
Performance
Civil
Based
Works
Maintenance
Length
(km)
Location
12.6
North Central
Province
20
months
12.8
North Central
Province
20
months
Rehabilitation / Improvements to B 283 –
Medawachchiya-Kebithigollewa Road from 0+000
to 12+600 km including performance based
maintenance for five years
Rehabilitation / Improvements to B 283 –
Medawachchiya-Kebithigollewa Road from
12+600 to 25+400 km including performance
based maintenance for five years
5 years
5 years
Bidders (national/ international) from eligible sources countries are encourage to participate in this bidding
3. Bidders may bid for one or several contract packages. If a bidder submits several successful
(lowest evaluated substantially responsive) bids, the evaluation will also include an
assessment of the bidder's capacity to meet the aggregated qualification requirements
provided in Section 3 of respective contract package.
4. Eligible bidders must meet the following General and Specific criteria for each contract
package:
(i) Pending Litigation of not more than 50% of the bidder’s net worth
(ii) Bidders net worth sholud be positive (+) for last for last three (3) years
(iii) Average annual construction turnover (AACT) within last three (3) years, financial
resources, specific construction experience within last seven (7) years and construction
experience in key activities as given in the table below.
International Competitive Bidding
Contract Package
No
AACT
US$
(Millions)
Financial
Resources
US$ (Millions)
Specific
Construction
Experience
RDA/NRCP(AF)/ICB/
ADB/CP-11
11.5
1.9
one contract with
a value of US$
6.9 million
RDA/NRCP(AF)/ICB/
ADB/CP-14
9.8
1.6
one contract with
a value of US$
6.6million
RDA/NRCP(AF)/ICB/
ADB/CP-15
10.8
1.8
one contract with
a value of US$
7.2 million
Specific construction experience in key
activities
Asphalt Concrete – 9,900 tonnes/year
Aggregate Base Course – 13,600 m3/
year
20 m long bridge – 0ne wthin 18 months
Asphalt Concrete – 11,900 tonnes/year
Aggregate Base Course – 13,450 m3/
year
6 m long bridge – 0ne wthin 20 months
Asphalt Concrete – 12,300 tonnes/year
Aggregate Base Course – 13,150 m3/
year
20 m long bridge – 0ne wthin 20 months
National Competitive Bidding
Contract Package
No
AACT
LKR
(Millions)
Financial
Resources
LKR (Millions)
RDA/NRCP(AF)/NCB/
ADB/CP-12
1,000
165
one contract with
a value of LKR
670 million
170
one contract with
a value of LKR
690 million
RDA/NRCP(AF)/NCB/
ADB/CP-13
1,030
Specific
Construction
Experience
Specific construction experience in key
activities
Asphalt Concrete – 9,700 tonnes/year
Aggregate Base Course – 11,600 m3/
year
Asphalt Concrete – 9,800 tonnes/year
Aggregate Base Course – 13,800 m3/
year
6 m long bridge – 0ne wthin 20 months
5. The rehabilitation and upgrading activities (the works) in each contract package include:


Civil Work construction
o Site Clearing and Excavation,
o Road formation improvement,
o Sub Base construction, Dense graded aggregate base with surfacing of AC
overlay,
o Concreting,
o Drainage construction / improvements,
o Bridges/Culvert rehabilitation and construction,
o Relocation of utilities,
o Facilities for the Engineer,
Performance based maintenance of the road for five (5) years from the date of issue
of the Taking over Certificate.
6. To obtain further information and inspect the bidding documents of each contract package,
eligible bidders should contact:
Attention:
Mr.S.Chandrapalan
Project Director,
Northern Road Connectivity Project,
nd
2 Floor, No. 347, Kaduwela Road,
Koswatta, Battaramulla,
Sri lanka.
Telephone: +94-11-2741224, +94-11-2741223
Facsimile number:Fax: +94-11-2741225
Electronic mail address: [email protected]
7. To purchase the bidding documents in English including softcopy in a CD, eligible bidders
should
(i)
Write to address above requesting the bidding documents indicating the respective
Contract Package.
(ii)
Pay a non-refundable fee of Sri Lankan Rupees (LKR)25,000(Including VAT) or US
$ 200.00 by cash or bank draft in favour of“Ministry of Ports & Highways Northern
Road Connectivity Project” in respect of each contract packages.
The bidding documents for each contract packages will be issued during normal working
days from 9.00 Hrs. to 15.00 Hrs. local time at the address given under para 6 above, from
01.10.2012 till 29.11.2012.
8. A pre-bid meeting for all contract packages will be held together at Ministry of Ports and
Highways, 9th Floor, Sethsiripaya, Battaramulla, Sri Lanka on 25.10. 2012 at 10.00 Hrs.local
time. Presence is not mandatory, but interested bidders are encouraged to attend. A site visit
will be arranged prior to the pre-bid meeting on 23.10.2012
9. Bidders should deliver:
(i)
Their bids for each contract package in separate envelopes to the address
below,on or before the dead line: 14:00 Hrs.local time on 29.11.2012.
The Chairperson,
Cabinet Appointed Procurement Committee,
C/O Secretary, Ministry of Ports and Highways,
th
9 Floor, “Sethsiripaya”,
Battaramulla,
Sri Lanka.
(ii)
Together with a Bid Security for an amount indicated in the respective bidding
documents. For the purpose of determining the equivalent amount of the required Bid
Security in freely convertible currency, the exchange rates published by the Central
Bank of Sri Lanka prevailing on the date 28 days prior to the dead line for Bid
submission shall be applied.
10. Bids for all contract packages will be opened at the same time immediately after the
deadlinein the presence of bidders’ representatives who choose to attend.
11. The Bidder shall bear all costs associated with the preparation and submission of its bids for
each contract package and the Employer shall not be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding process.
The Chairperson,
Cabinet Appointed Procurement Committee,
C/O Secretary, Ministry of Ports and Highways,
th
9 Floor, “Sethsiripaya”,
Battaramulla,
Sri Lanka.