PDHS/MS/14/2021: Provincial Department of Health Uva Provincial Council
PDHS/MS/14/2021: Provincial Department of Health Uva Provincial Council
WORKS UNDER
LIMITED COMPETITIVE BIDDING
BIDDING DOCUMENT
FOR
FOR
DESIGN & BUILD OF OXYGEN PLANT FOR THE BASE HOSPITAL BIBILA
GENERAL INFORMATION
Volume 1
1
TABLE OF CONTENT
Volume 1
2
INVITATION FOR BIDS
3
INVITATION FOR BIDS
PROVINCIAL DEPARTMENT OF HEALTH UVA
DESIGN & BUILD OF OXYGEN PLANT FOR THE BASE HOSPITAL BIBILA
PDHS/MS/14/2021
The Chairman, Department Procurement Committee, on behalf of the Provincial Director of Health-
Uva, invites sealed bids from eligible and qualified bidders for DESIGN & BUILD OF OXYGEN
PLANT FOR THE BASE HOSPITAL BIBILA will be conducted through the Limited
Competitive Bidding (LCB) procedure.
1. The bidder should have CIDA registration or business registration on respective area
2. Successful completion of one similar nature of contract Similarity consider based on the design
generation & all supporting documents should be submitted with the bid.
3. Average annual turnover shall be maintained over 50 million in last 3 years
4. The provisions in the Instruction to Bidders and the General Conditions of Contract are the provisions of
the ICTAD/SBD/04- Design & Build Contracts. The Method of Procurement is Limited Competitive
Bidding (LCB) under the single stage two envelop system.
5. Interested eligible bidders may obtain further information from the Chief Accountant, Provincial
Director of Health - Uva, (Tel. No: 055-2231981, Fax No: 055-2223098), and inspect the bidding
documents at the Accounts Division of the Director Office between 9.00 am to 3.00 pm from
18th August 2021 to 31st August 2021.
6. A complete set of bidding documents in English may be purchased by interested bidders on
submission of a written application to the Director, Provincial Director of Health-Uva office,
R.H.Gunawardena Mawatha Badulla and upon payment of a non-refundable fee of LKR
15000.00 in cash at the Shroff Counter of the Director office. The bidder can also download the
biding documents from the Electronic Government Procurement website www.promise.lk. Those
who are obtaining bidding documents from the website should submit the complete documents
along with a Bank Draft drawn in favour of the “Provincial Director of Health Uva” for LKR
15000.00 as non-refundable fee or the payments could be made to any branch of People‟s Bank,
to the Provincial Director of Health Uva, Account No:269100188440649, and the original of the
cash receipt/deposit slip to be attached with the bidding documents. The documents may be
purchased until 9.00 a.m. on 01st September 2021.
7. Bids must be delivered to Chairman, Department Procurement Committee, Provincial
Director of Health Uva, No. 301, R.H.Gunawardena Mawatha Badulla, on or before 10.00
a.m. on 01st September 2021 Please indicate the “DESIGN & BUILD OF OXYGEN PLANT
FOR THE BASE HOSPITAL BIBILA PDHS/MS/14/2021 on the top left hand corner of the
envelope.
8. All bids must be accompanied by a Bid Security addressed to the Chairman, Department
Procurement Committee, Provincial Director of Health Uva office, valid up to 01st January
2022. The Value of the Bid Security shall be LKR 350000.00 Pre Bid meeting will be held at
10.00 a.m. 26th August 2021, In the Auditorium of Provincial Director Office.
9. The bids shall be deposited in the „Tender Box‟ available in the Chief Accountant‟s Room Office
of the Provincial Director Health office, or sent under Registered Cover to be received before the
deadline to the address given in Clause No.23.1.
10. Late bids will be rejected. Bids will be opened immediately after the closing of bids, in the
presence of the bidders or their authorized representatives who choose to attend the bid opening
at the Provincial Director of Health Office.
Chairman
Procurement Committee
Provincial Department of Health,
No.301, R.H.Gunawardena Mawatha,
Badulla T.P 055-2231981
E mail – [email protected]
4
INVITATION FOR BIDS (IFB)
PROVINCIAL DEPARTMENT OF Health
UVA PROVINCIAL COUNCIL
01. The Chairman of Procurement Committee on behalf of the Uva Provincial Council now invites
sealed bids from eligible and qualified bidders for Design & Build of Oxygen Plant for Bibila
Hospital.
02. The eligible bidders shall comply with the following qualification criteria and requirements.
1) The bidder should have CIDA registration or business registration on respective area
2) Successful completion of one similar nature of contract Similarity consider based on
the design generation & all supporting documents should be submitted with the bid.
3) Average annual turnover shall be maintained over 50 million in last 3 years
03. The provisions in the Instruction to Bidders and the General Conditions of Contract are the
provisions of the ICTAD/SBD/04- Design & Build Contracts. The Method of Procurement is
Limited Competitive Bidding (LCB) under the single stage two envelop system.
04. If the price proposal is equal or greater than Rs.5.00 million, bidder should register under the
public contract Act No.03 of 1987 and above and the certificate of registration should be submitted
with the bid. Bids without the certificate of registration will be rejected.
05. A complete set of Bidding Documents in English language may be purchased by interested bidders
on the submission of a written application to the Provincial Director of Health, No.301,
R.H.Gunawardena Mawatha, Badulla from 18th August to 31st August 2021 in working hours upon
payment of a non-refundable fee of Rs.15,000.00. The method of payment will be in cash. Bid
documents can be inspected free of charge.
06. All bids should be accompanied by a Bid Security for the amount of Rs.350000.00. Bid Security
shall be accompanied by an unconditional on demand Bank guarantee obtained from a commercial
bank approved by the central bank of Sri Lanka in accordance with the approved format included
in Section 9 (Standard Forms) equivalent in value of Rs.700,000.00. Bid security should be valid up
to 2022.01.01.
07. Duly completed bid documents in two copies should be submitted to the relevant Procurement
committee before 10.00 hrs. on 2021.09.01 & the bid documents shall mark as “Original”
&“Duplicate” (Duplicate should be a certified photocopy of the original) in separate covers &
two covers shall be placed in single sealed cover marked the name of relevant work at the left side
top corner. The sealed bid document should be send to either by registered post addressed to
Chairman, Procurement Committee, Provincial Department of Health, No.301,
R.H.Gunawardena Mawatha, Badulla or placed in the tender box kept at the office. Late bids
will be rejected.
5
08. Interested bidders may obtain further information from Provincial Department of Health 055-
2231981 or 055-4938041 and inspect the bidding documents at the Provincial Director of
Health, No.301, R.H.Gunawardena Mawatha, Badulla in working hours on all working days.
10. Bids will be opened at 10.00 a.m. on 2021.09.01 at Provincial Department of Health, No.301,
R.H.Gunawardena Mawatha, Badulla in the presence of the bidder‟s representatives who
choose to attend.
11. Pre-Bid Meeting will be held on 26 August 2021 at 10.00 a.m., Provincial Department of Health,
No.301, R.H.Gunawardena Mawatha, Badulla and subsequently site visit will be arranged at
which prospective Bidders may request clarification of the project requirements.
12. The procurement committee retains full right in either accepting or rejecting any eligible one from
among the bids received & the decision of the procurement committee in this regard shall be the
final.
Chairman
Procurement Committee
Provincial Department of Health,
No.301, R.H.Gunawardena Mawatha,
Badulla T.P 055-2231981
E mail – [email protected]
6
Section -I
INSTRUCTIONS TO BIDDERS (ITB)
7
Instructions to bidders (ITB)
Instructions to bidders that will be applicable for this bidding document is that given in Section- 1 of the
Standard Bidding Document for Procurement of Works, CIDA Publication No. ICTAD/SBD/04, First
Edition -January 2003, published by the Construction Industry Development Authority (CIDA)
8
Section - II
BIDDING DATA
9
BIDDING DATA
Instructions to Bidders Sub-Clause
Item Sub-Clause Entry
Qualification 3.1, 3.2 The following information shall be provided in Section VIII:
Information 4.1 CIDA registration
Registration number ___________________
Grade ___________________
Specialty ___________________
Expiry date ___________________
Business registration
Field ___________________
Date ___________________
Construction equipment;
Staffing;
12
19.5(a) The Employer‟s address for the purpose of Bid submission is
Address: Chairman, Procurement Committee
19.5(b) Provincial Director of Health, No.301, R.H.Gunawardena
Mawatha, Badulla Contact No. - 055 – 2229629
Deadline for 20.1 The deadline for submission of Bids shall be before 10 .00 hrs,
submission of 01st September, 2021.
Bids Address for submission of Bids: Chairman, Procurement
Committee, Provincial Department of Health, No.301,
R.H.Gunawardena Mawatha, Badulla
Evaluation and 27.0 For evaluation and comparison of Bids option ___________ is
comparison of selected.
Bids 27.1 Weight for Design/Technical proposal shall be\
DT =N/A
Weight for Price proposal shall be:
P = N/A
Correction of (28.1) c The amount stated in the Bid will be adjusted by the Employer in
errors accordance with the above procedure for the correction of errors
and, with the concurrence of the bidder, shall be considered as a
binding upon the bidder. If the bidder does not accept the corrected
amount of Bid, his Bid will be rejected, and the Bid Security may
be forfeited in accordance with Sub-Clause 16.6(b)
Fees and types of reimbursable expenses to be paid to the Adjudicator shall be on a case to
case basis and shall be shared equally by the Contractor and the Employer.
13
Amendments to Conditions of Contract
Conditions of Contract Sub-Clause
Right of access to, and 2.1 The right of access to, and possession is
possession of Site shall be amended and shall be 7 days
Tests After Completion 12.1 Sub paragraphs (a), (b) are amended, and
Employer‟s obligations are limited as
follows:
a)As per the employer‟s requirement-section VI
b) - do-
Professional Indemnity 18.4 The amount of insurance shall be
Insurance Rs. 1.0 milion
14
Section - III
CONDITIONS OF CONTRACT
15
16
17
18
19
Section - IV
CONTRACT DATA
20
Contract Data
Contract Sub-Clause Number
21
b) Contract Administration
________________________
________________________
c) Accounting
________________________
________________________
Sub-Clause 4.2 Performance Security
The Performance Security shall be 5% percent of the Initial
Contract Price in cash
or
The standard form of performance security as per standard forms
(contract) included in Section V acceptable to be Employer shall be
an unconditional on demand bank guarantee, obtained from a
commercial bank approved by the Central Bank of Sri Lanka
Sub-Clause 8.1 Start Date:
Commencement The Start Date shall be 07 Days from the issue of the Letter of
Of Work 8.1 Acceptance.
……………………………………………
22
Design & Build of oxygen plant Base hospital Bibila.
Sub-Clause 14.3 Retention Money
(c) The retention from each payment shall be 10% percent of the
Initial Contract Price
The limit of retention shall be 5% percent of the Initial Contract
Price.
Sub-Clause 14.4 Issue of Interim Payment Certificates
Minimum amount of Interim Payment Certificates shall be
10 million
Sub-Clause 14.7 Payment of Retention
On reaching the limit of retention stated in Contract Data the
Contractor may substitute full retention money with an
unconditional guarantee acceptable to the Employer to a value
equal to the full retention money, and valid up to 28 days beyond
the end of Defect Notification Period. On receipt of such guarantee
the Employer shall repay the full retention money. The guarantee
will be released to the Contractor upon the certification of the
Engineer that all Defects notified by the Engineer to the Contractor
before the end of this period have been corrected.
Sub-Clause Third Party Insurance-Rs.20.00million
18.2
Sub-Clause 18.4 Professional Indemnity Insurance
This Amount of insurance shall be one million
Sub-Clause 19.2 & Failure to Agree Dispute Adjudicator
19.4 The appointing entity for appointing the Adjudicator is the
Construction Industry Development Authority (CIDA)
23
Section – V
STANDARD FORMS (CONTRACT)
24
FORM OF BID SECURITY
Whereas, ----------------- [name of bidder] (hereinafter called and referred to as “the Bidder”) has
submitted its Bid dated ----------……[date] for the Design and Construction of ---------------------------
[name of Contract ] (hereinafter called and referred to as “the Bid.”).
SEALED with the Common Seal of the said Guarantor this ------------day of ------ 200------.
1. If the Bidder withdraws its Bid during the period of bid validity specified in the bidding
documents; or
3. If the Bidder, having been notified of the acceptance of its Bid by the Employer, during the
period of bid validity, fails or refuses to:
(b) furnish the Performance Security, in accordance with the Instruction to Bidders
We undertake to pay the Employer up to the above amount upon receipt of its first written demand,
without the Employer having to substantiate its demand, provided that in its demand the Employer will
note that the amount claimed by it is due to it, owing to the occurrence of one or more of the above
conditions, specifying the occurred condition or conditions.
This Guarantee will remain in force up to and including twenty-eight (28) days after the period of bid
validity, and any demand in respect thereof should be received by us no later than the above date.
--------------------------------------
(Signature, Name, and Address)
25
FORM OF LETTER OF ACCEPTANCE
[letter head paper of the Employer]
[date]
To:
[name of the Contractor]
This is to notify you that your Bid dated for design, construction and remedying defects of
the ______________________________________ [name of the Contract and identification number,
as given in the Contract Data] for the Contract price of Rupees
n [amount in numbers and words]
as corrected in accordance with Instructions to Bidders and/ or modified by a Memorandum of
Understanding (if any), is hereby accepted.
You are hereby instructed to proceed with the execution of the said Works in accordance with the
Contract documents.
The Start Date shall be: (fill as per Clause 8.1 of Conditions of Contract).
The amount of Performance Security is : (fill as per Clause 4.2 of Conditions of Contract).
The deadline for submission of Performance Security is (fill as per Clause 4.2
of Conditions of Contract).
Authorized Signature : n
Name of Agency : n
26
FORM OF CONTRACT AGRREMENT
This Agreement made the -------------- [day] of ------------------- [month] 200 ----- [year], between ------
-----------------------------------------------------------------------[name and address of Employer]
(hereinafter called and referred to as “the Employer”), of the one part, and -------------------------------
------------------------------------------------ [name and address of Contractor] (hereinafter called and
referred to as “the Contractor”), of the other part:
Whereas the Employer desires that the Contractor design and execute -----------------------------------------
--------------------------------------------------- [name and identification no of Contract]( hereinafter called
and referred to as “the Works”) and the Employer has accepted the Bid by the Contractor for the
design, execution and completion of such Works and remedying of any defects therein.
1. In this Agreement words and expressions shall have the same meanings as are respectively
assigned to them in the Contract hereinafter referred to.
3. The Employer hereby covenants to pay the Contractor in consideration of the design, execute
and complete the Works and remedy any defects therein, the Contract Price or such other sum as
may become payable under the provisions of the Contract at the times and in the manner
prescribed by the Contract.
In Witness whereof the parties hereto have caused this Agreement to be executed the day and year first
before written in accordance with their respective laws.
---------------------------------------------- --------------------------------------------
27
FORM OF PERFORMANCE GUARANTEE
(Unconditional)
AND WHEREAS it has been stipulated by the Employer in the said Contract that the Contractor shall
furnish the Employer with a Guarantee issued by a recognized organization for the sum specified therein
as security for compliance with its obligations in accordance with the Contract;
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf of
the Contractor, up to a total of Rupees.......……………........ [amount of guarantee]
........................………………. [amount in words], such sum being payable in the type and proportions
of currencies in which the Contract Price is payable, and we undertake to pay the Employer, upon the
Employer‟s first written demand and without cavil or objection, any sum or sums within the said amount
as aforesaid without the Employer‟s needing to prove or to show grounds or reasons for the Employer‟s
demand for the sum specified therein.
We hereby waive the necessity of the Employer‟s demanding the said debt from the contractor before
presenting us with the demand.
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed thereunder or of any of the Contract documents which may be made between
the Employer and the Contractor shall in any way release us from any liability under this guarantee, and
we hereby waive notice or any such change, addition or modification.
This guarantee shall be valid until the date of issue of the Performance Certificate.
28
FORM OF GUARANTEE FOR MOBILISATION ADVANCE PAYMENT
In accordance with the provisions of the Conditions of Contract, of the above mentioned contract
………………………. [name and address of Contractor] (hereinafter called and referred to as “the
Contractor”) shall deposit with the Employer a bank guarantee to guarantee his proper and faithful
performance under the said Contract in and amount of ......................................... [amount of guarantee]
.......................... [amount in words]
We, the ......................................... [name and address of the organization], as instructed by the
contractor, agree unconditionally and irrevocably to guarantee as primary obligator and not as surety
merely, the payment to the Employer on his first demand without whatsoever right of cavil and
objection on our part and without the Employer‟s needing to prove or to show grounds or reason for the
Employer‟s demand for the sums specified therein and without his first claim to the Contractor, in
the amount not exceeding Rupees ......................... [Amount of guarantee]…………………………
[amount in words] such amount to be reduced periodically by the amounts recovered by the Employer
from the proceeds of the contract.
We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed thereunder or of any of the Contract document which may be made between
the Employer and the Contractor shall in any way release us from any liability under this guarantee, and
we hereby waive notice or any such change, addition or modification.
No drawings may be made by the Employer under this guarantee until we have received notice in
writing from the Employer that an advance payment of the amount listed above has been paid to the
Contractor pursuant to the Contract.
This guarantee shall remain valid and in full effect from the date of the advance payment received by the
Contractor under the Contract until the Employer receives full repayment of the same amount from the
Contractor.
29
FORM OF RETENTION MONEY GUARANTEE
Whereas, it has been stipulated by the Employer in clause 14.7 of the Contract that he would release to
the contractor the full sum mentioned under the contract in pursuance of clause 14.7, on the contractor
furnishing an unconditional guarantee acceptable to the Employer to the full value of the retention
money, valid upto 28 days beyond the end of the Defects Notification Period.
30
Section - VI
EMPLOYER‟S REQUIREMENT
31
The Works consists of : Design & Build of Oxygen Plant
Location : Base Hospital Bibila
Engineer: Uva Provincial Department of Health.
Engineer’s representative: Bio Medical Engineer Monaragala
Introduction
PDHS Badulla decided to build new oxygen generation plant at BH to fulfill oxygen
requirement of to take covid 19 outbreak. So this work should be complete as soon as
possible and so that need to find well experience company to finished the work and run the
plant smoothly to give interrupted oxygen supply to the province
Requirement
Unit should be design and build according to requirement. The bidder should be fully
responsible for full fill the offered facilities and capacity and other specifications.
Proposal should be include all the required building construction, design ,generators, all other
controlled panels and electrical panel should be supply by supplier.
Oxygen plant, oxygen generating capacity should not be less that 350 l/h
The plan should be capable to fill normal / jumbo cylinder (47 l) to pressure of 150bars and it
should be capable to fill minimum of 50 no’s of cylinders per day
At the time it should supply 5 bars 4 no’s of oxygen outlet to hospital wall oxygen line.
All the piping work and should be complies with the international safety stands.
All the consumable and maintenance charges clearly mention in tender for 10 years.
1. Terms of Payment
The terms of payment shall be as follows.
(a) Acceptance of offer (As an advance payment) 20%
(b) Construction, and procurement of equipment, supplies – monthly claims 65%
(c) After completion the defect liability period 05%
Especially Considering new technologies, Remote monitoring system for more marks and
have to include WIFI Connection
33
Bidders are requested to furnish the date and information to relevant to 5 items mentioned above under
Appendix for ease evaluations. Bidders who will not furnish details under each 5 items shall not obtain
the percentage allocations herein mentioned. The successful Bidder shall minimum obtain more than
60% of the total marks allocated out of 100. It shall be noted that in the case of not getting minimum of
60% by a single Bidder, the entire bid shall be cancelled. The financial bid given by the Bidder who gets
the highest marks provided that his score will be greater than 60 out of 100 shall be considered for
evaluation of financial bid. In any case the financial bid is beyond the engineers estimate prepared by the
client, negotiations shall be done. If no amicable agreement be achieved in relation to the financial bid,
the next Bidder who gets highest marks in accordance with eligibility criteria shall be considered for
negotiations on the financial proposal.
The final decision shall be notified within two weeks of submission of proposals only to the successful
Bidder and correspondences shall be kept thereinafter only with the successful Bidder.
You may obtain further information from Provincial Director Health, Provincial Health Department,
R.H.Gunawardena Mawatha, Badulla. Tel/Fax:055-2231981 and E-mail address
[email protected] and inspect and acquire the bidding documents at Director‟s office of the
Provincial Health Department, R.H.Gunawardena Mawatha, Badulla. Tel/Fax:055-2231981
Pre-bid meeting will be held at Provincial Director Health, Provincial Health Department,
R.H.Gunawardena Mawatha, Badulla at 10.00 hrs. on 26h August 2021. Bidder‟s representative shall be
advised to call over to this meeting and after which no correspondences shall be organized by the Client
34
35