ITB Measured Price Construction Contract - Construction of New Ward building and Remodelling of Existing main Building at KSF Hospital, Matara , Sri Lanka
UNOPS
ITB Measured Price Construction Contract - Construction of New Ward building and Remodelling of Existing main Building at KSF Hospital, Matara , Sri Lanka
Invitation to bid
Reference:
ITB/2018/4779
Beneficiary countries:
Sri Lanka
Registration level:
Basic
Published on:
17-Jun-2018
Deadline on:
17-Jul-2018 10:30 0.00
Description
Tender description: Construction of New Ward building and Remodelling of Existing Main Building at KSF Hospital, Matara, Sri Lanka
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
-----
IMPORTANT NOTE: Interested vendors must respond to this tender using the UNOPS eSourcing system, via the UNGM portal. In order to access the full UNOPS tender details, request clarifications on the tender, and submit a vendor response to a tender using the system, vendors need to be registered as a UNOPS vendor at the UNGM portal and be logged into UNGM. For guidance on how to register on UNGM and submit responses to UNOPS tenders in the UNOPS eSourcing system, please refer to the user guide and other resources available at: https://esourcing.unops.org/#/Help/Guides
This tender has been posted through the UNOPS eSourcing system. Cet avis a été publié au moyen du système eSourcing de l'UNOPS. Esta licitación ha sido publicada usando el sistema eSourcing de UNOPS.
Link | Description | |
---|---|---|
https://esourcing.unops.org/#/Help/Guides | UNOPS eSourcing – Vendor guide and other system resources / Guide pour fournisseurs et autres ressources sur le système / Guía para proveedores y otros recursos sobre el sistema |
72121101
-
Commercial and office building new construction service
New clarification added: Q66. The given bid security format with the tender has revised from our banking partner XXXXXXX, Please confirm whether you can approve for the tender submission. A66. The given format in returnable bid schedule has to be used for the bid bond. Bonds have been issued previously by Sri Lankan banks in the given format. Acceptance of any change in format of bonds will be subjected to review and acceptance by UNOPS legal & finance.
Edited on:
14-Jul-2018 16:56
Edited by:
webservice@unops.org
New clarification added: Q64. Regarding the Aluminum metal work 1F we found from the supplier (Alumex & lanka aluminum) Maximum thickness of the frame availbale 1.2mm. will you be accepted?A64. Use of nearest thickness to the given specification of aluminum profiles available in the market (of approved brands) is acceptable. Brand & thickness to be approved by Employer’s representative.
Edited on:
14-Jul-2018 13:13
Edited by:
webservice@unops.org
New clarification added: Q61. Reference to Amendment 01 bidder bid for Lot 03 you're requested to submitted, 1. ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules - LOT 01 (Except Returnable Bid Schedule 06) 2. ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules - LOT 02 (Except Returnable Bid Schedule 06) 3. ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules - LOT 03But section 01 not available. Please adviceA61. Above reference was revised with addendum 2. Hence please refer the Scope of Work under Perticulars. Please refer the Documents tab to download "ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules" Q62. We hope to bid for Lot 03. Please let us know which BOQ Is to bit price for the Lot 03 (Need Both LOT 01 & LOT 02 also without preliminary??)A62. Separate BoQ for Lot 3 is available under Document tabQ63. Let us know we can get the TAX releave for the for fort and airport levy?A63. Please refer the A4 to the clarification 4
Edited on:
13-Jul-2018 11:23
Edited by:
webservice@unops.org
New clarification added: Q55. It is mismatching the Data & Telephone outlet quantities with the Layout drawings & Schematic diagram. Which one should be proceed?A55.Proceed with Layout drawings.Q56. Is it needed to include a cost for the testing of the Data network wiring of the remodeling building? How many outlets are there (at the remodeling building)?A56.Yes, Refer layout drawings.Q57. Can we take the CAD drawings of ELV Systems, instead of the PDF's?A57.Issuing CAD drawings is not possible.Q57.Please provide the detail drawing of Grease trap for Lot 01A57. Please refer the new file “ITB Measured Price Construction Contract - Section 7 - Drawings - Lot 1 - Additional 2” added to the drawings folder.Q58. Do you need Credit Facility regarding to this job?If it is yes, please mention value of that Credit facility.A58.No credit facility requested in this project.Q59. Will you be issuing VAT excempted letter to our vendores.Ex: Suppliers like Ready mix concrete suppliers, Reinforcement suppliers etc......A59.VAT exempted facility will be issued only to the main contractor.Q60. Please clarify whether the item number 2GF.16 (theatre doors) is repeated in item No. 2GF.17, or those are separate items. (There should be 6 theatre doors in First floor if there are two separate items as 2GF.16 and 2GF.17)A60. In BOQ Item No. 2GF16 - door type “ door (hand operated) “ to be changed as “ door (foot operated) “ in the description.
Edited on:
12-Jul-2018 14:51
Edited by:
webservice@unops.org
New clarification added: Q49. We want to clarify the below points 1. Bid security amount 2. Need to arrange a site inspection immediately to clarify some itemsA49. Bid security amount – Refer Answer 5 (A5) in clarifications. Site inspection – The site inspection was arranged on 4th July 2018. If a bidder wants a second visit, the bidder can visit site and inspect his own. UNOPS will facilitate only to enter to the site and UNOPS team will not involve in any inspection or clarification during the second site visit. If a clarification is needed during the second site visit, it should be requested through eSourcing clarifications. Q50. Please let me know the model number for BOQ LOT 1 item number J06 and J07 (stainless steel hopper)A50. Approximately 600 x 600mm size, manufactured from grade 304 (18/10) stainless steel 1.2mm thick with a 100mm high integral splash back to the rear and both sides and with Standard flushing method. Waste line diameter 100mm. Unit shall consist facility for washing bed pans. Q51. There are 3 nr of Generators (5KV) mentioned in the essential equipment. What kind of works to be carried out from this? (For hoist??)A51. This is requested to provide electricity for the construction activities when the main CEB power is out and for any other necessary activity, to make sure that uninterrupted power supply is available for construction works. This is only the minimum requirement and it is the responsibility of the contractor to work out further requirements based on work plan. Q52. Are we get temporary electricity connection from CEB (Assumed CEB connection provided to existing Building) or Generators in the hospital?A52. It is the responsibility of the contractor to arrange electricity through CEB connection for construction activities. Refer Preliminary section of Bill of Quantities of each lot. Q53. Are we get temporary water connection from existing water supply line of existing hospital buildings?A53. It is the responsibility of the contractor to arrange a reliable water connection for construction activities and for the use of labor and staff. Refer Preliminary section of Bill of Quantities of each lot. Q54. Schedule 09 (Quality Management System Proposals), Schedule 10 (OHS Management System), Schedule 11 (Environmental Management System)Could you please tell us, are these schedules should be submitted along with tender or otherwise after the selection as successful bidder?A54. All these schedules should be submitted along with the bid.
Edited on:
11-Jul-2018 08:34
Edited by:
webservice@unops.org
New clarification added: Q45. Request for Extension of Bidding PeriodA45. The deadline for submission of bids have been extended from 13th July 2018 to 17th July 2018. The deadline time remain same. (Refer addendum 2) Q46. Please provide the detail drawing of following items for lot 01 GR-SDB-NB-L160/3phase GR-SDB-NB-R125A/3phase FF-SDB-NB-L160A/3phase FF-SDB-NB-R100A/3phase A46. Please refer the new file “ITB Measured Price Construction Contract - Section 7 - Drawings - Lot 1 - Additional 1” added to the drawings folder under documents through addendum 2. Q47. The pipe specification given in the BOQ and the specification refers to several standards. In BOQ description Cold water pipes are upvc PN 1 (Type 1000) Sewer and waste water pipes are upvc PN 7 (Type 600) In BOQ Preamble note (New Building) - uPVC pipes for water service waste etc plastic pipes & fittings shall comply with the latest BS 4514: 1984, BS 3505 & BS 4316-1 Sewer and waste water system upvc pipes and fittings to conform BS 4660, BS 5481, BS 4576, BS 3943, BS 4514,and BS 5255 Specification - All cold water pipes should be upvc conforming to BS4514:1984 Underground soil & waste water pipe : upvc type 1000 Main and branch vent pipe (above ground) : upvc type600 Soil & waste pipes (above ground) : upvc type 600 All upvc pipes and fittings shall comply with BS 4514, BS 5255, BS 4660 & BS5481 or SLS Please clarify......... A 47. All pipes and fittings shall comply with these BS codes or SLS 147 for Pipes, SLS 659 for fittings and SLS 1325 for Soil waste pipes. Cold water pipes are upvc PN 1 (Type 1000) Sewer and waste water pipes are upvc PN 7 (Type 600) Q48. Do we need to do the rate analysis for all the items or particular items only?A48. Rate analysis to be provided only for the items requested in Returnable Bid Schedule 19 (of each lot) in the bidding documents.
Edited on:
11-Jul-2018 07:29
Edited by:
webservice@unops.org
New amendment added #2: Amendment 2: 01. Revision of the Criteria of Scope of Bid. The relevant Contract provisions indicated below are amended to read as follows;Scope of bid under ParticularsThis ITB refers to the construction of New Ward building and Remodeling of Existing main Building at KSF Hospital in Matara , Sri Lanka as further described in the document titled Section III: UNOPS Measured Price Construction Contract, included in the Documents section. 1. Lot 1: Construction of New Ward Building at KSFH in Matara, Sri Lanka 2. Lot 2: Remodeling of Existing Main Building at KSFH in Matara, Sri Lanka 3. Lot 3: Construction of New Ward Building and Remodeling of Existing Main Building at KSFH in Matara, Sri LankaBidders at their own discretion may bid for any lot or combination of lots, if the proposed amount of works is within their financial limit and capacity. Separate set of decument should be uploaded in the perticular lot under the submission tabs for each lot. If a bidder is selected for both Lot 1 and Lot 2, both lots shall be carried out simultaneously, so that all the awarded lots are completed within the allocated time duration stipulated in the tender.02. Revision of the date of the Deadline and Clarifications. The relevant Contract provisions indicated below are amended to read as follows; Deadline under General2018-07-17 10:30 UTC Clarifications under General2018-07-13 08:30 UTC Bidder eligibility under ParticularsNo nationalities are excluded from submitting a bid.Bidders shall have C-2 or above CIDA (Construction Industry Development Authority) registration under Building Construction category.In the case of a joint venture, consortium or association, each joint venture member must meet the evaluation criteria03. Replace the file “ITB Measured Price Construction Contract - Section 2 - Returnable Bid Schedules - LOT 03_Rev 01” with “ITB Measured Price Construction Contract - Section 2 - Returnable Bid Schedules - LOT 03_Rev 02” under documents 04. Replace the file “ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 01” with “ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 01_Rev 1” under documents 05. Replace the file “ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 02” with “ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 02_Rev 1” under documents 06. Replace the file “ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 03” with “ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 03_Rev 1” under documents 07. Add the new file “Supporting Document - Geo. Inv. Report” under documents 08. Add the new file “Supporting Document - Summary of Changes in BOQs (LOT 1 and LOT 2)” under documents 09. Add the new file “ITB Measured Price Construction Contract - Section 7 - Drawings - Lot 1 - Additional 1” to the drawings folder under documents 10. Add the new file “ITB Measured Price Construction Contract - Section 7 - Drawings - Lot 2 - Additional 1” to the drawings folder under documents 11. Rearranged the Checklist in chronological order for lot wise. 12. Rearranged the Questionnaire in chronological order with mandatory submission.
Edited on:
09-Jul-2018 07:16
Edited by:
webservice@unops.org
New clarification added: Q41. Regarding Structral steel workBOQ nr 2LF.1, 2LG.2, 2LG.3,What did you mean by "Non Asbestos Roofing sheet " .Are Zinc Aluminium sheets accepted for non asbestos roofing sheets?A41. "Non Asbestos Roofing sheet' is a composition of Cement, Paper Pulp, Polyvinyl Alchol (PVA Fiber), Bentonite, Silica Fume and Flocculant. The shape and sizes is similar to asbestos roofing sheets with corrugation. Zinc Aluminium sheets are not acceptable.Q42. There is no separate Form of Bid Security in LOT 3 Returnable Bid Shedules. A42. Please refer the Addendum 2.Q43.Are we need to submit two bid securities amounting Rs. 2 Mn and 3 Mn for LOT 01 and 02?A43.Yes.Q44. Would you please allow us (xxxxxx Pvt Ltd) to visit the site by tomorrow (07th July 2018) with our MEP Sub Contractor?A44. A bidder can visit site and inspect his own. UNOPS will facilitate only to enter the site and UNOPS tam will not involve with any inspection or clarification during the second site visit. If a bidder need any clarification during the second site visit, it should be requested though eSourcing clarifications.
Edited on:
06-Jul-2018 10:36
Edited by:
webservice@unops.org
New clarification added: Q34. Is there any specific back up time required for UPS?A34. Minimum 30 minutes back up time is required.Q35. Please be kind enough to send detail drawing for followings, Regarding steel work(lot 2)2LF.15 - Truss (RT6)2LF.16 - Truss (RT7)2LF.17 - Truss (RT8)2LF.18 - Truss (RT9)2LF.19 - Truss (RT10)2LF.20 - Truss (RT11)2LF.21 - Truss (RT12)2LF.22 - Truss (RT14)2LF.23 - Truss (RT15)2LF.24 - Truss (RT18)2LF.25 - Truss (RT25)2LS.12 - Truss (RT1)2LS.13 - Truss (RT2)2LS.14 - Truss (RT3)2LS.15 - Truss (RT4)2LS.16 - Truss (RT5)2LS.24 - Detail DrawingA35. Details will be provided in the Addendum 02. Q36. Kindly note that the following DB Line Diagrams are not received with your previous e-mail dated 02nd July 2018.SMSB-NB (250A)GR-SDB-NB-R (125A)GR-SDB-NB-RB (40A)SF-SDB-NB-L (63A)Therefore please send these Line Diagrams accordingly.A36. Drawings will be provided in the Addendum 02. Q37. We XXXXXXXX Would like to inform you that we have visited the site and inspected the site condition in detail. Furthermore, we are planning to visit the site again with our specialized subcontractors for fire protection & detection, electrical, air-conditioning and ELV works and will inform prior to the site inspection.A37. Yes. The bidders’ interest to visit site again can make another visit upon obtaining prior approval from UNOPS. Q38. In Lot 2, Bill No. 4 item No 2NG.35 is repeated and also Item No. 2NF.36 is repeated (Same item No. and same description). Please clarify whether to delete one item or not.A38. The repeated items (repeated) of 2NG.35 and 2NF.36 shall be deleted from the BOQ (Lot 2).Q39. There is no format for the bid bond of Lot 3. Please confirm whether is it ok to follow one of the other lots' format with the replacement of Lot 3 details. A39. Bid bond format for lot 3 wprovided in the addendum 02Q40. Also, please provide the details of the funding agent for this project as we have to submit those details to the bank to get the bid bond.A40. Refer answer A10.
Edited on:
06-Jul-2018 08:59
Edited by:
webservice@unops.org
New clarification added: Q20. BOQ nr1C.34 (lot 1) Is Grade 15 or grade 25 concrete use for this item (grade 15 mentioned in the BOQ)A20. It is Grade 15. (For dummy columns) Q21. Are there any detail drawing for sealent joint and SS anchoring between RC structrure and masonry wall?A21. Refer drawing KSFH-A2-NB-ARC-DT-164 for Lot 1 and KSFH-A2-RM-ARC-DT-169 for Lot 2. Q22. Are there any drawing for wall ties between different type of wall (brick, block and concrete)A22. Refer drawing KSFH-A2-NB-ARC-DT-164 for Lot 1 and KSFH-A2-RM-ARC-DT-169 for Lot 2. Any other detail shall be as per standard/ICTAD specification. Q23. BOQ nr1D.01 is face rubble or normal rubble required for rubble work? Is granite stone referred as face rubble?A23. All rubble work in lot 1 and lot 2 shall be of random rubble (normal use). Q24. BOQ nr1D.02(lot1)/2FG.1(lot2) We can provide SLS certified blocks for construction. Is it not enough and are you required 1:6 cement sand proportion for casting blocks. That may be caused to increased the cost. Please reconsider this.A24. Refer Addendum 2. (Minimum 4.5 N/mm2 capacity blocks with SLS certification is acceptable) Q25. BOQ nr2FS.02 Where is the places to apply waterproofing work (waterproofing of toilet walls and floor are described in 2FS.2a and 2FS.2b items)A25. Refer Addendum 2. (BOQ nr2FS.02 is only a description and quantities under the item is deleted. Price only the items 2FS.2a and 2FS.2b in the BOQ) Q26. Are connection cost for temporary water and electricity supply provided by client?A26. It is the responsibility of the contractor. Please refer Preliminary items in the relevant BOQs. Q27. Allow for labour accomadation inside the site?A27. Yes. The ground space release by Hospital authority will be provided. Q28. AC & ventilation system. We are not received following drawingsDrawing for 2nd floor of new building (lot1)(BOQ doesn't show any AC requirement of 2nd floor. But the 'Equipment list & legend' mentions it)A28. No Air Conditioning spaces in second floor of new building (Lot 1). The equipment list drawing KSFH-A1-NB-AC-03 is common for both Lot 1 & Lot 2. Please refer the items in the equipment list using relevant “Unit No.” which are shown along with particular item in AC layout drawings. Q28a. AC & ventilation system. We are not received following drawingsDrawings which contain indoor and outdoor units of AC systems of all floors in both buildings (lot 1 & 2)A28a. Refer KSFH-A1-NB-AC-01 & KSFH-A1-NB-AC-02 for Lot 1. Refer KSFH-A1-RM-AC-01, KSFH-A1-RM-AC-02 & KSFH-A1-RM-AC-03 for Lot 2. Q29. Solar PV Energy Generation SystemOnly 30 no's panels mention in layout diagram, its capacity 9kW but inverter capacity is 15kW. According to CEB regulation, we should load panels 90% from the inverter capacity. Please clearly mention panels capacity.A29. Number of panels is not specified in the tender documents. The requirement is 15KW Solar PV Energy Generation System. It is the responsibility of contractor to finalize the number of panels required to comply with given specifications following regulations and standards. Q30. Solar PV Energy Generation SystemAC and DC cables length are not mentioned. (Inverter point to panel laying point and inverter point to CEB utility meter).A30. Inverter room is located in second floor close to grid X7 which is shown in second floor detail plan (drawing KSFH-A2-NB-ARC-07). The length requirement of DC cables to be calculated accordingly following manufacture’s specifications. Approximate length from solar system Inverters to CEB transformer room is 60m. Q31. Solar PV Energy Generation SystemAC cable type not mentioned (Unarmoured or Armoured).A31. Unarmed cable Q32. What are the lots to be quoted when we interested in both contracts? (Both contracts (lot1,lot2) separately and lot3 or only lot 3 A32. Three options available. 1) Quote for Lot 1 & Lot 2 separately. 2) Quote for Lot 3 only 3) quote for all 3 LotsQ33. Please provide the detail drawing for copping with weather guard-BOQ nr 1G.30/1G.31(lot 1)A33. Refer drawing KSFH-A2-NB-ST-18a
Edited on:
06-Jul-2018 08:31
Edited by:
webservice@unops.org
New clarification added: Q12. As per the BoQ item 1L.01, single line diagram for the panel SMSB-NB not given. Please provide?A12. Please refer the drawing KSFH-A1-NB-EL-05 B in Addendum 2.Q13. For the BoQ items Nos. 1L.03,05,07,15,13,21 the incoming breaker ratings are mismatching with the single line diagrams & Schematic diagram (Drg No. KSFH-A1-NB-EL-02). Example : As per the BoQ item 1L.03 & the schematic diagram (Drg No. KSFH-A1-NB-EL-02), incoming breaker of the panel mentioned as 40A. However in the single line diagram it is mentioned as 63A.Please clarify.A13. Please follow the details given in schematic diagram (Drg No. KSFH-A1-NB-EL-02) to avoid the discrepancies between drawings and BOQ. For the discrepancy between schematic diagram (Drg No. KSFH-A1-NB-EL-02) & line diagrams (Drg No.KSFH-A1-NB-EL-03 & KSFH-A1-NB-EL-04), follow the details given in schematic diagram (Drg No. KSFH-A1-NB-EL-02).Q14. Please provide single line diagrams for 1l.09 - GF-OU03 (HDU), 1l.10 - GF-AHU-1,1L.17 - 1F-OU03 (HDU) and 1L.18 - 1F-AHU-1A 14. Please refer Addendum 2.Provide only the breaker (32A, 4P ISO) for AHU Panel board. (For BOQ items 1L.10 - GF-AHU-1 and 1L.18 - 1F-AHU-1)BOQ items 1L. 09 - GF-OU03 (HDU) and 1L. 18 - 1F-OU03 (HDU) to be deleted.Q15. Duration of the project is not mentioned in the document?A15. Please refer answer A11.Q16. Soil report (ground water level) of site is not provided.A16. The file "Geo. Inv.Report KSFH” will be upleaded in Addendum 2.Q17. We are XXXXXXXX (Pvt)Ltd in XXXX sri lanka ,Who is registered as Grade - C3 contractor in CIDA. But we are unable to apply as an induvidual contractor as per the qulification criteria(C2). Please let us know the possibility to apply as Joint venture with onther contrator (Who are registerd in C2). A17. Joint venture provision is available. The requirement is Each joint venture member must meet it the minimum requirement specified under eligibility. Q18. It's already mentioned that "Public bid opening will not be held" . Please kindly clarify is there any changes regarding this?A18. Public bid opening will not be held. However, we can consider to held if considarable requests receive from bidders. Q19. Please provide the prime cost for sanitary fittings, floor tiles and wall tiles,etcA19. Please refer answer A6.
Edited on:
06-Jul-2018 07:54
Edited by:
webservice@unops.org
New clarification added: Q6. Please provide prime costs for Floor tiles, sanitary fiitings and accessories and light fittings?A6.We are unable to specify any brand name or prime cost. As this is a hospital building, we expect to use high quality durable, suitable for public use fittings, fixtures and other products such as tiles, as mentioned in BOQ descriptions and specifications. for bidding, you can consider sanitary fittings of medium scale comply with aforsaid requirements.Q7. As per answer for Q4 "UNOPS will facilitate to provide a exemption letter from KOICA/GOSL for custom clearance import duties of construction materials" Please provide a list material which tax exemption is applicable or not applicable?A7. It is applicable for construction materials use for the project up to the limit of BoQ quantities or revised BoQ qualities. Q8. Please let us know the pre bid meeting date and time if there is any & also let us know whether we could arrange a site visit as well in order to get an idea about the site condition. A8. Please refer the answer A1.Q9. There is no format for the bid bond of Lot 3. Please confirm whether is it ok to follow one of the other lots' format with the replacement of Lot 3 details.A9. Please use the bid bond template from Lot 01 or Lot 02. Please change the contract name, number & amount. Q10. Also, please provide the details of the funding agent for this project as we have to submit those details to the bank to get the bid bond.A10. Funding Partner is KOICAQ11. Duration of the project is not mentioned in the documentA11. Duration of project is mentioned in the tender. Either for individual lot ( Lot 01 or Lot 02) or combination of lots ( Lot 03), the total duration is twelve (12) months
Edited on:
01-Jul-2018 10:47
Edited by:
webservice@unops.org
New clarification added: Q1. Please let us know the possibility to arrange a site visit. We expecting a site visit.A1. Please refer the Particulars tab for details. The pre-bid meeting is re-scheduled for 3rd July 2018 at 10.00am (venue- UNOPS, 138/2, Kynsey Road, Colombo 07)The site visit is re-scheduled for 4th July 2018 at Korea-Sri Lanka Friendship Hospital, Godagama, Matara at 10.00am.Q2. Please explain, the method of finalizing the proposal such as Lot 1, Lot 2, Lot 3 all together or separately?A2. Each Lot will be evaluated separately. Please refer the Scope of Work under Particulars for the bid submission and Instruction to Bidders (Chapter 25) under Documents for evaluation criteria.Q3. Please grant and extension for bid submission for 2 weeks.A3. One-week extension is provided.Q4. Please advise whether Sri Lankan government import taxes are free for selected materials and equipment for above project (as per a BOI approved project). If so, please provide a negative list?A4. Bidders shall offer their bid prices excluding VAT. UNOPS will facilitate to provide exemption letter from KOICA/GOSL for custom clearance import duties of construction materials. All other taxes payable by the Contractor shall be included in the price.Q5. Could you kindly confirm the value of the bid security?A5. Please refer Particulars of Bid. (Lot 1: 2,000,000 LKR, Lot 2: 3,000,000 LKR, Lot 3: 5,000,000 LKR)
Edited on:
24-Jun-2018 15:13
Edited by:
webservice@unops.org
New amendment added #1: Amendment 1: 01. Revision of the Criteria of Scope of Bid. The relevant Contract provisions indicated below are amended to read as follows;Scope of bid under ParticularsThis ITB refers to the construction of New Ward building and Remodeling of Existing main Building at KSF Hospital in Matara , Sri Lanka as further described in the document titled Section III: UNOPS Measured Price Construction Contract, included in the Documents section. 1. Lot 1: Construction of New Ward Building at KSFH in Matara, Sri Lanka 2. Lot 2: Remodeling of Existing Main Building at KSFH in Matara, Sri Lanka 3. Lot 3: Construction of New Ward Building and Remodeling of Existing Main Building at KSFH in Matara, Sri LankaBidders at their own discretion may bid for any lot or combination of lots, if the proposed amount of works is within their financial limit and capacity as per below scenarios.If a bidder interests to bid for lot 1: it is advisable to submit following documents; 1. ITB Measured Price Construction Contract - Section 2 - Returnable Bid Schedules - LOT 01 2. ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 01 3. Any other related documents under the checklistIf a bidder interests to bid for lot 2: it is advisable to submit following documents; 1. ITB Measured Price Construction Contract - Section 2 - Returnable Bid Schedules - LOT 02 2. ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 02 3. Any other related documents under the checklistIf a bidder interests to bid for lot 3: it is advisable to submit following documents; 1. ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules - LOT 01 (Except Returnable Bid Schedule 06) 2. ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules - LOT 02 (Except Returnable Bid Schedule 06) 3. ITB Measured Price Construction Contract - Section 1 - Returnable Bid Schedules - LOT 03 4. ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 01 (Except Preliminary Section) 5. ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 02 (Except Preliminary Section) 6. ITB Measured Price Construction Contract - Section 6 - BoQ_Blank - LOT 03 7. Any other related documents under the checklistIf a bidder is selected for lot 3, Lot 1 and Lot 2 shall be carried out simultaneously, so that all the awarded lots are completed within the allocated time duration stipulated in the tender.02. Revision of the date of the Clarification Meeting and Site Visit. The relevant Contract provisions indicated below are amended to read as follows; Deadline under General2018-07-13 10:30 UTC Clarifications under General2018-07-10 08:30 UTC Clarifications/pre-bid meeting date under Particulars2018-07-03 04:30 UTC Site visit/inspection date under Particulars2018-07-04 04:30 UTC 03. Replace the file “ITB Measured Price Construction Contract - Section 1 - Instruct to Bidders” with “ITB Measured Price Construction Contract - Section 1 - Instruct to Bidders_Rev 01” under documents 04. Replace the file “ITB Measured Price Construction Contract - Section 5 - Pricing Preambles _ LOT 02” with “ITB Measured Price Construction Contract - Section 5 - Pricing Preambles _ LOT 02_Rev 01” under documents 05. Replace the file “ITB Measured Price Construction Contract - Section 2 - Returnable Bid Schedules - LOT 03” with “ITB Measured Price Construction Contract - Section 2 - Returnable Bid Schedules - LOT 03_Rev 01” under documents
Edited on:
24-Jun-2018 06:27
Edited by:
webservice@unops.org