View
2
Download
0
Category
Preview:
Citation preview
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
BIDDING DOCUMENT
FOR
DEVELOPMENT OF PIPELINES SYSTEM
AT LBD KURUNEGALA
KPR/22A/2021
Employer: Engineer:
Ceylon Petroleum Storage Terminals Limited, Engineering Manager Oil Installation, Kolonnawa. Ceylon Petroleum Storage Terminals Limited,
Wellampitiya Oil Installation, Kolonnawa.
Wellampitiya
Issued to :……………………………………………………………..
Issued by :…………………………………………………………….
Date :…………………………….
July 2021
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Contents
Development of pipelines system at LBD Kurunegala. 2
CONTENTS
Volume 1 Page
Section 1 : Instructions to Bidders 4
Section 2 : Standard Forms (Contract) 5-10
Section 3 : Conditions of Contract 11
Volume 2
Invitation for Bids 13-14
Section 4 : Form of Bid and Qualification Information 15-17
Section 5 : Bidding Data & Contract data 18-29
Section 6 : Specifications 30-43
Section 7 : Bill of Quantities 44-63
Day work schedules 64-65
Section 8 : Drawings 66-67
Section 9 : Standard Forms (Bid) 68-69
Check list for bidders 70-71
CEYLON PETROLEUM STORAGE TERMINALS LIMITED VOLUME - 01
Development of pipelines system at LBD Kurunegala. 3
VOLUME - 01
SECTION 01 : INSTRUCTIONS TO BIDDERS
SECTION 02 : STANDARD FORMS (CONTRACT)
SECTION 03 : CONDITIONS OF CONTRACT
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Instructions to Bidders
Development of pipelines system at LBD Kurunegala. 4
SECTION - 1
INSTRUCTIONS TO BIDDERS
Instructions to Bidders applicable to this contract are that given in Section-I of the Standard
Bidding Document for Procurement of Works. ICTAD Publication No.ICTAD/SBD/01,
Second Edition ,January 2007, published by Construction Industry Development Authority
(CIDA), “Savsiripaya”, 123, Wijerama Mawatha, Colombo 07.
Instructions to Bidders shall be read in conjunction with the Bidding Data provided under
section-5 of the Bidding Document (Volume 2)
Instructions to Bidders will not be a part of the contract.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Forms
Development of pipelines system at LBD Kurunegala. 5
SECTION – 2
STANDARD FORMS (CONTRACT)
Form of letter of acceptance
Form of agreement
Form of performance security
Form of advance payment security
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Form
Development of pipelines system at LBD Kurunegala. 6
FORM OF LETTER OF ACCEPTANCE
[LETTER HEADING PAPER OF THE PROCURING ENTITY]
---------------------------------------- [date]
To: ------------------------------------------------------------------------------------------------------
[name and address of the Contractor]
This is to notify you that your bid dated ------------------- [insert date] for the construction
and remedying defects of the ------------------------------------------------------------------- [name
of the Contract and identification number] for the Contract price of ---------------------
[name of currency] ---------------------------------------------------[amount in figures and words]
as corrected in accordance with Instructions to Bidders and / or modified by a
Memorandum of Understanding, is hereby accepted.
The adjudicator shall be --------------------------------------- [name and address of the
Adjudicator, if agreed] / shall be appointed by the Institute for Construction Training and
Development (ICTAD).
You are hereby instructed to proceed with the execution of the said Works in accordance
with the Contract documents.
The Start Date shall be: ------------------------- (fill the date as per Conditions of Contract).
The amount of Performance Security is : ------------------- (fill the date as per Conditions of
Contract).
The Performance Security shall be submitted on or before --------------------- (fill the date as
per Conditions of Contract).
Authorized Signature : -----------------------------------------
Name and title of Signatory: ---------------------------------------------------------------
Name of Agency: ----------------------------------------------------------------------------
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Form
Development of pipelines system at LBD Kurunegala. 7
STANDARD FORM : AGREEMENT
This AGREEMENT, made the ----------[day] day of ------------[month] 20-------- [year]
between ------------------------------------[name and address
of Employer] (hereinafter called “the Employer”) of the one part, and ---------------------------
------------------------------ [name and address of Contractor] (hereinafter called “the
Contractor”) of the other part.
WHEREAS the Employer desires that the Contractor execute -----------------------------------
[name and identification number of Contract] (hereinafter called “the Works”) and the
Employer has accepted the Bid by the Contractor for the execution and completion of such
Works and the remedying of any defects therein.
NOW THIS AGREEMENT WITNESSETH as follows:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to,
and they shall be deemed to form and be read and construed as part of this
Agreement.
2. In consideration of the payments to be made by the Employer to the Contractor as
hereinafter mentioned, the Contractor hereby covenants with the Employer to
execute and complete the Works and remedy any defects therein in conformity in all
respects with the provisions of the Contract.
3. The Employer hereby covenants to pay the Contractor in consideration of the
execution and completion of the Works and the remedying of defects wherein the
Contract Price or such other sum as may become payable under the provisions of the
Contract at the times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties thereto have caused this Agreement to be executed the
day and year aforementioned in accordance with laws of Sri Lanka.
……………………………………. …………………………………..
Authorized signature of Contractor Authorized signature of
Employer
COMMON SEAL COMMON SEAL
In the presence of:
Witnesses:
1. Name and NIC No. : ………………………………………………
………………………………………………
Signature : ………………………………………………
Address : ………………………………………………
2. Name and NIC No. : ………………………………………………
………………………………………………
Signature : ………………………………………………
Address : ………………………………………………
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Form
Development of pipelines system at LBD Kurunegala. 8
FORM OF PERFORMANCE SECURITY
(UNCONDITIONAL)
………………………………………………………………
(Issuing Agency’s Name and Address of Issuing Branch or Office)
Beneficiary: Ceylon Petroleum Storage Terminals Limited, Oil Installation,
Date: ………………………………….
PERFORMANCE GUARANTEE NO. : …………………………………………
We have been informed that ………………………………………………………
…………………………………………………………..…… (Name of Contractor)
(hereinafter called “the Contractor”) has entered into Contract No.
………………………………………..(Reference No. of the Contract) dated
………………………………………………………………. With you, for the
……………………………… [ name of the contract and brief description of works]
(hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, a
performance guarantee is required.
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 ……………….……………………….…………. (amount in figures)
……….……..……………………………………………………………………………
………………………………….. (amount in words) upon receipt by us 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 than the ………. day of …………… 20…….
(insert date, 28 days beyond the intended Completion Date) and any demand for
payment under it must be received by us at this office on or before that date.
……………………………
Signature(s)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Form
Development of pipelines system at LBD Kurunegala. 9
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 GUARANTEE NO. : ……………………………..
We have been informed that ……………………………………………………….…
…………………………………………………….………..………………. (Name of
Contractor) (hereinafter called “the Contractor”) has entered into Contract No.
………………………….. (Reference No. of the Contract) dated …………………
With you, for the …...…………………………………………………… [ name of
contract & brief description] (hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, an
advance payment in the sum…………………………………(amount in figures)
……………………………………..………………………………… (amount in words) to
be made against an advance payment guarantee.
At the request of the Contractor, we ……………………………….…………………
………………………………………………………… (name of issuing agency)
hereby irrevocably undertake to pay you any sum or sums not exceeding in total an
amount of …………………………………………………….. (amount in figures)
……………………………………………………………………………… (amount in
words) upon receipt by us of 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.
The maximum amount of this guarantee shall be progressively reduced by the amount
of the advance payment repaid by the Contractor.
This guarantee shall expire on ………. ……………………………… (insert date, 28
days beyond the expected expiration Date of the contract)
Consequently, any demand for payment under this guarantee must be received by us at
this office on or before that date.
…………………………………….
Signature(s)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Form
Development of pipelines system at LBD Kurunegala. 10
FORM OF RETENTION MONEY GUARANTEE
……………………………………………………………………………………..
(Issuing Agency’s Name and Address of Issuing Branch or Office)
Beneficiary: …………………………………………….………………………
…………………………………………….………………………
[ Name and Address of employer]
Date: ………………………………….
RETENTION MONEY GUARANTEE NO.: ………………………………
We have been informed that ………………………………………………………
…………………………………………………………..…… (Name of Contractor)
(hereinafter called “the Contractor”) has entered into Contract No. ……………
(Reference No. of the Contract) dated
………………………………………………………………. With you, for the
……………………………… [ name of the contract and brief description of
works](hereinafter called “the Contract”).
Furthermore, we understand that, according to the conditions of the Contract, when the
works have being taken over and the first half of the Retention Money has been
certified for payment, payment of the second half of the Retention Money may be made
against a Retention Money guarantee.
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 ……………….……………………….……………………………. (amount
in figures)
……….……..……………………………………………………………………………
………………………………….. (amount in words) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Contractor is in
breach of its obligation under the Contract because the Contractor has not attended to
the defects in accordance with the Contract.
This guarantee shall expire, at the latest …………………..………. day of ……………
20……. (insert 28 days after the end of the Defects Liability Period) Consequently, any
demand for payment under this guarantee must be received by us at this office on or
before that date.
……………………………
Signature(s)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Form
Development of pipelines system at LBD Kurunegala. 11
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Condition of Contract
Development of pipelines system at LBD Kurunegala. 12
SECTION – 3
CONDITIONS OF CONTRACT
Condition of Contract that will be applicable for this Contract is that given in Section III of the
Standard Bidding Document for Procurement of Works “ICTAD PUBLICATION NO. –
ICTAD/SBD/01” Second Edition January 2007 published by Construction Industry
Development Authority (CIDA), “Savsiripaya”, 123, Wijerama Mawatha, Colombo 07.
This publication will not be issued with the Bidding Document and the Bidder is advised to
purchase it from CIDA.
Conditions of Contract shall be read in conjunction with Contract data provided under Section-
5 of the Bidding Document (Volume 2).
CEYLON PETROLEUM STORAGE TERMINALS LIMITED VOLUME - 02
Development of pipelines system at LBD Kurunegala. 13
VOLUME - 02
INVITATION FOR BIDS
SECTION 04 : FORM OF BID AND QUALIFICATION INFORMATION
SECTION 05 : BIDDING DATA & CONTRACT DATA
SECTION 06 : SPECIFICATIONS
SECTION 07 : BILL OF QUANTITIES AND DAY WORK SCHEDULES
SECTION 08 : DRAWINGS
SECTION 09 : STANDARD FORMS (BID)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Invitation for Bids
Development of pipelines system at LBD Kurunegala. 14
Invitation for Bids (IFB)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED
DEVELOPMENT OF PIPELINES SYSTEM AT LBD KURUNEGALA
KPR/22A/2021
1. The Chairman, Department Procurement Committee (Minor), on behalf of the Chairman,
Ceylon Petroleum Storage Terminals Limited, Oil Installation, Kolonnawa now invites
sealed bids from eligible and qualified bidders for Development of pipelines system at LBD
Kurunegala as describe below.
Development and rerouting pipelines from main pump house to tanks and gantries is the main
objective of this project with fabrication necessary pipe supports, constructing pedestals,
installation of pumps and painting of all pipes and fittings, necessary Electrical works and
balance yard concrete work as per the drawing and specifications. The Construction period is
240 Calendar Days from the start date.
2. Bidding will be conducted through National Competitive Bidding Procedure.
3. Any of the following party who wishes to submit a bid, shall register himself
at the Department of Registrar of Companies www.drc.gov.lk (e-ROC) as per the Public
Contracts Act, No. 03 of 1987 for every public contract value exceeding Sri Lankan
Rupees Five million (LKR 5,000,000).
(a) An agent, sub-agent, representative or nominee must be registered prior to the
closing of the Bid/Tender.
(b) If the tender applicant and tenderer is the same party he must be registered prior to
award of the tender.
However, this registration will be verified by CPSTL at the preliminary evaluation of bids, in
case of failure to meet this legal requirement, the bid shall be rejected.
Contact details of the registrar: Department of registrar of companies, “SamagamMadura”
no.400, D.R. Wijewardana Mawatha, Colombo 10. Tel 011 – 2689208 / 011 – 2689209,
Email – registrar@drc.gov.lk (contact details may vary from actuals & CPSTL does not take
any responsibility in this regard)
4. Qualification requirements to qualify for contract award include
(a) Average annual volume of construction work performed in last five years shall be at
least Rs. 51,000,000.00 (Rupees Fifty One Million).
(b) Experience Required
The bidder should have completed at least 03 projects as the main contractor with
similar nature and complexity during last 10 years. Minimum value of a project should
be Rs. 4,000,000.00 (Rupees Four Million)
(c) Schedule of Key Personnel
(i) A Mechanical Engineer with BSc. (Eng.) or equivalent with minimum 02 years’
experience.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Invitation for Bids
Development of pipelines system at LBD Kurunegala. 15
(ii) One Technical officer - NDT (Mechanical) or equivalent with more than five years’
experience in similar works.
(d) Required amount of line of credit shall be at least Rs. 8,000,000.00 (Rupees Eight
Million).
(e) Audited financial report for last three years (2017-2018, 2018-2019, 2019-2020) to be
submitted.
5. Interested parties may refer the bidding document (only for viewing purpose) and obtain
necessary information through the website www.cpstl.lk .
The bidders who are eligible to quote the tender, could obtain the original bidding
documents (full set) on submission of a written request (the request letter shall be on the
company letter head and signed by an authorized person) via an email to procure@cpstl.lk
during working days from 0900 hrs. to 1400 hrs till 06th
September 2021. Considering
bidder’s request, Manager Procurement, CPSTL may issue the consent via email for
depositing the non-refundable bidding document fee Rs.6,000.00.
On receipt of non- refundable bidding document fee to CPSTL account, bidding documents
(full set) will be issued by Procurement Function via email.
6. Bids shall be submitted on the bidding document obtainable from Procurement Function
and duly filled bidding documents may be sent by post/courier under registered cover or
sealed cover to reach the Chairman, Department Procurement Committee, C/o Manager
Procurement, Ceylon Petroleum Storage Terminals Limited, Procurement Function, 01st
Floor, New Building, Oil Installation, Kolonnawa, Wellampitiya or could be deposited in
the tender box kept at the main entrance of CPSTL, on or before 1400 hrs. on 07th
September 2021.
In case the bidders are unable to submit the original bids as above, they could submit the
scanned copy of the duly filled bidding documents in PDF format via email to
tenders@cpstl.lk to reach on or before 1400 hrs. on 07th
September 2021, subject to
following conditions.
1. Submission of the bid via email is at own discretion of the bidder.
2. The title and the closing date of the tender shall be indicated as the subject of the
email.
3. Size of an email (with attachment) shall be limited to the maximum of 20 MB. In
case the size of an attachment exceeds 20 MB, the bidder is requested to split the
attachments and send as separate emails (i.e. 01 of 03, 02 of 03 etc.,).
4. Do not CC/BCC to any other official/personal email IDs of CPSTL staff. Bids sent
to any other email IDs are strictly not entertained.
5. However, the original bid shall be sent to CPSTL prior to finalize the technical
evaluation.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Invitation for Bids
Development of pipelines system at LBD Kurunegala. 16
Bids will be closed at 1400 hrs. on 07th September 2021 and will be opened
immediately thereafter at the office of Manager (Procurement). Due to the
prevailing COVID-19 pandemic situation in the country, the authorized
representatives of the bidders may allow to participate / witness the tender opening
procedure via video conferencing method.
7. Bids shall be valid up to 23.11.2021
8. All bids shall be accompanied by a Bid Security of Rs. 250,000.00 (Rupees Two Hundred
Fifty Thousand Only). Bid Security shall be valid up to 21.12.2021
The Chairman, Department Procurement Committee (Major),
C/O Manager Procurement,
Ceylon Petroleum Storage Terminals Limited,
Procurement Function, New Building,
Oil Installation, Kolonnawa,
Wellampitiya.
Telephone :+94 11 2572156, +94 11 5750764
Facimile :+94112572155 E-mail :procure@cpstl.lk
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Form of Bid & Qualification Information
Development of pipelines system at LBD Kurunegala. 17
SECTION – 4
FORM OF BID
QUALIFICATION INFORMATION
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Form of Bid
Development of pipelines system at LBD Kurunegala. 18
FORM OF BID
Name of Contract: DEVELOPMENT OF PIPELINES SYSTEM AT
LBD KURUNEGALA
To: The Chairman, Department Procurement Committee,
C/O Manager Procurement,
Ceylon Petroleum Storage Terminals Limited,
Procurement Function, New Building,
Oil Installation, Kolonnawa, Wellampitiya.
Gentleman,
1. Having examined the Standard Bidding Document – Procurement of Works
(ICTAD/SBD/01 – Second Edition – January 2007), Specifications, Drawings and Bill
of Quantities and addenda for the execution of the above – named Works, we/I the
undersigned, offer to execute and complete such Works and remedy any defects therein
in conformity with the aforesaid Conditions of Contract, Specification, Drawings, Bill of
Quantities and addenda for the sum of Sri Lankan
Rupees……………………………………………………………………………………
………………………………………….(LKR …………………………………..) or
such other sums as may be ascertained in accordance with the said Conditions.
2. We/I acknowledge that the schedule forms part of our Bid.
3. We/I undertake, if our Bid is accepted, to commence the Works as stipulated in the
Contract Data, and to complete the whole of the Works comprised in the contract within
the time stated in the Contract Data.
4. We/I agree to abide by this bid for the period stated in the Sub-Clause 15 of Instructions
to Bidders or any extended period and it shall remain binding upon us and may be
accepted at any time before the expiration of that period.
5. Unless and until a formal agreement is prepared and executed this Bid, together with
your written acceptance thereof, shall constitute a binding contract between us.
6. We accept/ we do not accept the Adjudicator.
7. We/I understand that you are not bound to accept the lowest or any Bid you may receive.
Dated this ……day of ……………. 2021 in the capacity of ……………………………
…...……………………………………………. duly authorized to sign tenders for and on
behalf of ….............……………….....………...…………………...………………………
(IN BLOCK CAPITALS) Signature :…………………………………………………………………………
Name :…………………………………………………………………………
Designation:………………………………………………………………………
Address :…………………………………………………………………………
…………………………………………………………………………
Witness :…………………………………………………………………………
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Qualification Information
Development of pipelines system at LBD Kurunegala. 19
Qualification Information (To be completed and submitted by the bidder, with the Bid)
Blacklisted Contractors
Have you been declared as a defaulted contractor by NPA or any other Agency?
(Yes/No)
IF yes provide details
VAT Registration Number ………………………………….
Construction Program ( attach as annex in the form of bar chart)
Method Statement ( attach as annex)
Legal status (attach relevant status copies, as annex)
Value of Construction works
performed in last 5 years
(attach copies of Certificate of Completion etc. and other
documents such as profit-loss and income expenditure statement) Year 2019 LKR …………………………..
Year 2018 LKR …………………………..
Year 2017 LKR …………………………..
Year 2016 LKR …………………………..
Year 2015 LKR …………………………..
The minimum amount of liquid
assets and/or credit facilities net of other contractual commitments and
exclusive of any advance payments
which may be made under the
contract shall be not less than LKR.
8,000,000.00
LKR …………………………..
Value of similar works
completed in last 10 years
(indicate only the three largest
projects- minimum value of a
project should be 4 million.)
1. Value ………. Year ……………..
2. Value ………. Year …………..
3. Value ………. Year ……………. (attach copies of Certificate of Completion etc., as annex)
Major items of construction
equipment proposed
1. Type ……………… Capacity ……………… 2. Type……………… Capacity ………………
3. Type……………… Capacity …………….....
4. Type …………….. Capacity ………………. 5. Type……………… Capacity ……………….
Qualification and experience of
key staff – Site & Head Office
(Permanent, Contract basis &
Consultants)
Technical Availability
1. Site Engineer (Mech) (Yes/No)
2. Technical Officer (Mech) (Yes/No)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data & contract data
Development of pipelines system at LBD Kurunegala. 20
SECTION 5
BIDDING DATA & CONTRACT DATA
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 21
Bidding Data
Instructions to Bidders
Clause Reference
(1.1)
The Employer is
Name: Ceylon Petroleum Storage Terminals Limited
Address: Oil Installation,
Kolonnawa.
Wellampitiya.
“DEVELOPMENT OF PIPELINES SYSTEM AT
LBD KURUNEGALA”
The scope of work of the contract is defined in general and shall include the
following, but not limited to the same. The bidder shall also carry out all the
related work that are not listed in this document, but required for completion of
the entire work as specified in this Bidding Document.
(i) The main objectives of this project are upgrading and rerouting of
pipelines from main pump house to tanks and gantry. It is included
fabrication of pipelines and necessary pipe supports, constructing
pedestals, installation of pumps and painting of all pipes and fittings,
necessary Electrical works and balance RCC yard concreting.
(ii) The Contractor shall procure and supplied materials which are not
supplied by the CPSTL and all equipment, machinery, tools,
consumables etc. necessary for completion of above works to be
supplied by the contractor. Loading, handling and transportation of all
materials from supply point / store at work site / Contractor’s store as
per the requirement of the job.
(iii) The Contractor shall also carry out the jobs that are not specifically
mentioned in this Bidding Document but required for successful
completion of the job in all respects as per the standards, drawings and
codes.
(iv) Submission of soft copies and hard copies of as built drawings, reports
and required documents in English language as directed by the
Engineer. Drawings to be submitted in AutoCAD (dwg) format.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 22
(v) Constructions to be carried out without disturbing the CPSTL
operations at the site. The construction site is a hazardous area
containing highly inflammable Petroleum products and the contractor
shall execute the work with due care for the safety.
(1.2)
Intended Completion Date is 240 Calendar Days from the Start Date.
(1.3) The office for collection of bid forms is
Manager Procurement,
Ceylon Petroleum Storage Terminals Limited,
Procurement Function, New Building,
Oil Installation, Kolonnawa, Wellampitiya,
Sri Lanka.
The non-refundable fee is Rupees 6,000.00
The Bid forms will be issued up to 06.09.2021 during office days from 09.00
hrs to 14.00 hrs
(2.1)
(4.3)
The source of funds is Ceylon Petroleum Storage Terminals Limited
(CPSTL)
* VAT Registration number
* Construction Programme
* Audited financial report for last three years
(2017-2018, 2018-2019, 2019-2020) to be submitted.
* Legal Status (Sole proprietor, Partnership, joint venture, Company etc.)
* Total monetary value of construction work performed for each of the last
five years;
* Experience in works of a similar nature and size for each of the last ten
years;
* Major items of construction equipment proposed to carry out the Contract;
* Qualifications and experience of key site management and technical
personnel proposed for the Contract;
* Any other.
(4.4)
* Average annual volume of construction work performed in last five years
shall be at least Rs. 51,000,000.00 (Rupees Fifty One Million).
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 23
(7.1)
* The bidder should have completed at least 03 projects as the main
contractor with similar nature and complexity during last 10 years of
minimum value of a project should be Rs. 4,000,000.00 (Rupees Four
Million )
* Following technical and managerial staff:
A Site Engineer with BSc. (Eng.) or equivalent with minimum 02 years
experience, one Technical officer - NDT (Mechanical) or equivalent with
more than 05 years’ experience in similar works should be assigned to the
project. This is the minimum requirement and the successful bidder shall
assign all other necessary staff to enable compliance with all other contractual stipulations.
* The minimum amount of liquid assets and /or credit facilities net of other
contractual commitments and exclusive of any advance payments which
may be made under the contract shall be not less than Rs. 8,000,000.00
(Rupees Eight Million Only).
Site visit
Prior to submitting a bid, bidders shall familiarize themselves and shall be
deemed to have done so. The bidders shall inform Engineering Manager,
Engineering Function, Oil Installation, CPSTL, Kolonnawa (Tel. +94-11-
2572214, Fax No. 0094-11-2531328) at least 02 days in advance with their
names, NIC Numbers/Passport Numbers so that the CPSTL will arrange
required permits for the site visit.
The bidders are advised to limit the number of persons, for the visit, due to the
security reasons, at the Kolonnawa Installation. Site visit will be permitted
during 0830 – 1600 hrs except Sundays and mercantile holidays. The cost of
such visits shall be borne by the bidder.
(9.1)
(11.1)
(12.0)
Employer’s address for the purpose of clarification is;
Name: Manager Procurement
Address: Ceylon Petroleum Storage Terminals Limited,
Procurement Function, New Building,
Oil Installation, Kolonnawa, Wellampitiya,
Sri Lanka.
Telephone: 011 2572156 / 011 5750764
Fax: 0112572155
Email: procure@cpstl.lk
The language of the bidding document shall be English.
Any Deviation from the scope of work, specifications, drawings, bill of
quantities and addenda in the bidding document shall be clearly mentioned in
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 24
the Bid. Otherwise, the Employer shall proceed with evaluation assuming that
the Bidder is adhering to all requirements in the Bidding Document.
(13.3)
VAT component shall not be included in the rates. The amount written in the
Form of Bid shall be without VAT. However, VAT component shall be
shown separately at the end of the BOQ.
(13.4)
The Contract is not subjected to price adjustment in accordance with Clause
47 of the Conditions of Contract.
(14.1) Not Applicable
(15.1) The Bid shall be valid up to 23.11.2021.
(16.1)
(16.2)
Bid shall include a Bid Security using the form included in Section 9.
Bid Security shall be:
for an amount Rs. 250,000.00 (Rupees Two Hundred Fifty
Thousand Only).
Valid up to 21.12.2021.
A receipt for cash deposit paid to the Accountant, Ceylon Petroleum
Storage Terminals Limited, 1st
Floor, New Administration Building,
Oil Installation Kolonnawa in favor of the name of the Chairman,
Ceylon Petroleum Storage Terminals Limited.
Securities and Guarantees shall be on demand guarantees issued by a
commercial bank operating in Sri Lanka and approved by the Central
bank of Sri Lanka.
(19.2) a
(19.2) b
The Employer’s address for the purpose of Bid submission is
The Chairman, Department Procurement Committee,
C/O Manager Procurement,
Ceylon Petroleum Storage Terminals Limited,
Procurement Function, New Building,
Oil Installation, Kolonnawa,
Wellampitiya.
Contract name:
“Development of pipelines system at LBD Kurunegala.”
Contract no. KPR / 22A / 2021
(20.1) The deadline for submission of Bids shall be 14.00 hrs on 07.09.2021
(28.1) Not applicable
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 25
(30.0) Deleted
(34.0)
The amount of Performance Security is 5% of the Initial Contract Price.
(36.0) Adjudicator CPSTL does not propose any adjudicator.
In case of any dispute an Adjudicator shall be appointed by the Appointing
Authority who shall be the Construction Industry Development Authority
(CIDA).
Fees and types of reimbursable expenses to be paid to the Adjudicator shall be
on a case to case basis and shall be shared by the contractor and the Employer.
50% by the Employer and 50% by the Contractor.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 26
Contract Data
(Please note that the Clause nos. given hereunder are that of Conditions of Contract)
(1.1) The Employer is
Name: Ceylon Petroleum Storage Terminals Limited
Address: Oil Installation,
Kolonnawa,
Wellampitiya.
Employers Representative
Name: Manager Procurement
Address: Ceylon Petroleum Storage Terminals Limited,
Procurement Function, New Building,
Oil Installation, Kolonnawa, Wellampitiya,
Sri Lanka.
(1.1) The Engineer is
Name: Engineering Manager
Address: Ceylon Petroleum Storage Terminals Limited,
Oil Installation,
Kolonnawa, Wellampitiya,
(1.1) The scope of work of the contractor is defined in general and shall include the
following, but not limited to the same. The bidder shall also carry out all the
related work that are not listed in this document, but required for completion of
the entire work as specified in this Bidding Document.
(i) The work consists of fabrication of pipelines and necessary pipe
supports, constructing pedestals, installation of pumps and painting of
all pipes and fittings to upgrade the existing piping system.
(ii) The Contractor shall procure and supplied materials which are not
supplied by the CPSTL and all equipment, machinery, tools,
consumables etc. necessary for completion of above works to be
supplied by the contractor. Loading, handling and transportation of
all materials from supply point / store at work site / Contractor’s
store as per the requirement of the job.
(iii)The Contractor shall also carry out the jobs that are not specifically
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 27
mentioned in this Bidding Document but required for successful
completion of the job in all respects as per the standards, drawings
and codes.
(iv) Submission of soft copies and hard copies of, as built drawings,
reports and required documents in English language as directed by
the Engineer. Drawings to be submitted in AutoCAD (dwg) format.
(1.1) The Site is located at LBD Kurunegala.
(1.1) The Start Date shall be 14 Days from the Letter of Acceptance.
(8.1) Schedule of other contractors: None
(9.1)
Schedule of Key Personnel:
Minimum persons with qualifications and experience to be defined,
(a) Technical
Designation Qualification Experience
Mechanical Engineer BSc. (Eng.) 02 years
Technical Officer (01nr) NDT (Mech)or equivalent 05 years
(13.1)
(13.2)
The minimum insurance covers shall be:
(a) The minimum cover for insurance of the Works and of Plant and
Materials is 110% of initial Contact Price
The maximum deductible for insurance of the Works and of Plant and
Materials is 5% of initial contract Price
(b) The cover for loss or damage to Equipment is Contractor’s responsibility.
(c) Insurance cover to the amount of Rs. 20,000,000.00 for the entire period
of work for the loss or damage to the properties of CPSTL within the
Kolonnawa Installation and LBD Kurunegala before commencing the
execution of the work.
(d) The minimum cover for personal injury or death, for third party and
employees of the Employer and other persons engaged by the Employer
in the Works is Rs. 1,000,000.00 per person, per event.
(a) A copy of insurance policy for the workmen of the contractor and other
employees of the contractor as per the Workmen Compensation Act shall
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 28
be forwarded to CPSTL prior to commencement of the work.
(17.1)
The Intended Completion Date for the whole of Works shall be 240
Calendar days from the Date of Commencement of Works
Working Hours
i. Normal working hours of CPSTL from Monday to Friday is from
0730 hrs. to 1645 hrs.
ii. In the work programme Saturday also can be considered as a working
day and from Monday to Friday up to 1800 hrs also can be
considered as a working hours by the contractor. But to work on
Saturday and up to 1800 hrs the contractor is required to obtain prior
permission since the offices are normally closed on Saturdays.
iii. However, working on Statutory holidays, Sundays and after 1800 hrs.
on working days will not be permitted.
iv. Provided always that provision of above (iii) shall not be applicable
in the cause of any work which it is customary to carry out, outside
normal working hours by rotary or double shifts.
v. Fabrication and setting out shall be attended as not disturbing to
operations of the LBD Kurunegala and nonoperational time windows
will be arrange for installation. Nonoperational time windows will be
allowed as minimizing the disturbing to operation of the LBD
Kurunegala as much as possible.
(19.1) Special Safety Conditions
i. Fire blanket are to be laid before starting hot work at site where ever
required.
ii. The work/workers should conform to the Fire & Safety rules and
regulations of CPSTL and they should wear safety belts when
working at high elevations.
iii. Before work of any nature is commenced in any area it is necessary
to obtain excavation permits, safety certificates and if the work
involves sparks or flames also a hot work permit from the Fire &
Safety Section of the CPSTL, Kolonnawa depending on nature of
work. All precautions stipulated in these documents must be
observed by the contractor and his employees. If the work cannot be
completed in the period for which these documents are valid the work
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 29
shall be discontinued until the documents have been renewed.
iv. Kolonnawa installation and LBD Kurunegala is a security restricted
area and all contractor’s personnel shall abide by the security
regulations prevailing and those which might be enforced as and
when necessary due to changed circumstances.
v. All contractor’s personnel and their vehicles will be required to
obtain gate passes before enter in to the Kolonnawa installation and
LBD Kurunegala. Those who possess valid police clearance are
eligible to obtain gate passes. Safety clearances to be obtained before
enter to the tank farm.
vi. The contractor shall, except if and so far as the contract provides
otherwise, indemnify the CPSTL against all losses and claims in
respect of injuries or damage to any person or material or physical
damage to any property whatsoever which may arise out of or in
consequence of the execution of the works and against all claims,
proceedings, damages, costs, charges and expenses whatsoever in
respect of or in relation thereto except any compensation or damages
for or with respect to:
a. the permanent use or occupation of land by the works or any part
thereof;
b. the right of the CPSTL to execute the works or any part thereof on,
over, under, in or through any land;
c. injuries or damage to persons or property resulting from any act or
neglect of the CPSTL, his agent, servants or other Contractors, not
being employed by the Contractor, or for or in respect of any claims
proceedings, damages, costs, charges and expenses in respect thereof
or in relation thereto or where the injury or damage was contributed
to by the Contractor, his servants or agents such part of the
compensation as may be just and equitable having regard to the
extent of the responsibility of the Employer, his servants or agents or
other contractors for the damage or injury.
(21.1) The Site Possession Date shall be 14 Days from Letter of Acceptance
(27.1) The Contractor shall submit a programme for the Works within 14 Days of
delivery of the Letter of Acceptance.
(27.3)
The Programme will be updated Monthly.
If any time should it appear to the Engineer that the actual progress of the
work does not conform to the approved programme, the contractor shall
produce, at the request of the Engineer a revised programme showing the
modifications to the previously approved programme necessary to ensure
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 30
(27.4)
completion of the work within the stipulated time of completion.
Failure on the part of the contractor to submit and obtain approval for the
revised programme may result in the Engineer ordering an additional
retention of 5% of the immediate claim. The contractor shall be entitled to
release of the retention thus withheld from the next claim on obtaining the
approval of the Engineer for the programme of work submitted to the
Engineer.
The amount to be withheld for late submission of a Programme is an
additional retention of 5% of the immediate claim.
(35.1)
(39.2)
(43.0)
The Defects Liability Period is 180 Calendar Days.
Not applicable.
Minimum amount of Interim Certificates is Rs. 3,000,000.00
( 46.1) All Payments shall be made in Sri Lanka Rupees.
(47.1)
The Contract Price is not subjected to price adjustment
(48.1) The retention from each payment shall be 10% percent of the certified work
done.
The limit of retention shall be 5% percent of the Initial Contract Price.
(49.1)
(50.1)
The liquidated damages for the whole of the Works shall be 0.15% of Initial
Contract Price per Day.
The maximum amount of liquidated damages for the whole of the Works
shall be 10% of the Initial Contract Price.
(52.1) The amount of Performance Security is 5 % of the Initial Contract Price.
The Performance Security shall be valid until 28 days beyond the completion
date of Defects Notification Period.
Performance Security acceptable to the Employer according to the given
format in the bidding document shall be an unconditional on demand bank
guarantee obtained from a commercial bank operating in Sri Lanka and
approved by the Central bank of Sri Lanka.
(58.1) Schedule of operating and maintenance manuals.
(60.1)
(51.1)
The percentage to apply to the value of the work not completed, representing
the Employer's additional cost for completing the Works is 25%.
Advance Payment: Amount of advance payment shall be 20% of initial
contract price excluding provisional sums and contingencies. Upon the
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bidding data and Contract data
Development of pipelines system at LBD Kurunegala. 31
payment of the advance payment in full the Employer shall return the
original of the advance payment guarantee to the Contractor. No advance
payment will be made in respect of constructional plant.
(63.7) The attendance fee payable to the Contractor on nominated sub-contract
work shall not exceed 8%.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 32
SECTION 6
SPECIFICATIONS
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 33
SPECIFICATION
The works under this contract shall be executed in accordance with the Specifications given
in the following documents and in accordance with the particular specifications of the
contract.
Publication No. Description
SCA/4/I Specifications for Building Works (Vol. I)
Third Revision, July 2004
SCA/4/II Specifications for Building Works (Vol. II)
Second Revision, Oct 2001
SCA/8 Specification for Electrical and Mechanical Works
associated with Building and Civil Engineering,
Sri Lanka, Second Edition, August 2000
It is implied that the eligible Bidders are fully acquainted with the above Documents and
therefore, those will not be issued to the Bidders under This Tender.
However Bidders may purchase the same if necessary, from Construction Industry
Development Authority (CIDA), “Savsiripaya”, 123, Wijerama Mawatha, Colombo 07.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 34
1. Specifications, scope of supply and scope of works
1.1. Scope of Supply by CPSTL
1.1.1. All pipes, Pipe fittings, Flanges, Gasket materials, Bolts and Nuts for piping, Gate
valves required for the job will be supplied by CPSTL. Contractor shall collect the all
the items from main stores at oil installation Kolonnawa and transport to the site at
LBD Kurunagala.
1.1.2. Construction Utilities
Electricity and drinking water that would be supplied to the contractor to undertake this work
would be charged from the contractor per meter readings/ estimate. The perspective
contractor is required to indicate his requirements of power from the CPSTL in his offer for evaluation purposes, or the contractor shall arrange his own source of electricity and water.
1.1.3. Electrical power supply for construction work
The maximum available electrical power supply available to the contractor is
45kVA, 400V AC, 4 wire (TPN), 50Hz and will be subjected to following 06
conditions.
(i) Electrical power supply will be provided by CPSTL on the request of the
Contractor and charge according to the applicable tariff system, or the
Contractor shall have to arrange his own power source.
(ii) The Electrical Section of CPSTL will provide terminating point to feeding
cables through a suitable circuit isolating and interrupting devices such as a
circuit breaker or a switch fuse at convenient location, within 150 m from the
work site. This switch gears will remain the property of CPSTL and contractor
has no access to it.
(iii) Contractor shall supply and install feeder cables and temporary power
distribution board rated to feed his equipment with necessary protective gear.
(iv) The maximum load that the CPSTL electrical section can feed will be 63A, 3
Phases.
(v) Power supply will be energized after inspection by the Electrical Engineer of
CPSTL provided all requirements in are satisfied.
(vi) CPSTL will reserve the right to disconnect the power supply to the contractor
without prior notice, if any of the foresaid conditions are violated.
1.1.4. Water supply connection from source has to be obtained by the contractor during the period
of construction. Water for the construction, curing and other purposes has to be supplied by
the Contractor at his own expense.
1.2.Contractor’s Scope of Supply Contractor shall supply construction equipment, necessary materials, consumables and other
requisites as follows;
1.2.1. Supply of all consumables such as welding electrodes, gas for cutting,
cutting/grinding discs, temporary erection material, grit for blast cleaning and all
other consumables necessary for the proper execution of the job.
1.2.2. All direct requirements for field equipment such as fuel, lubrication oil etc. the
contractor intends to mobilize at site.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 35
1.2.3. Supply of all construction equipment such as welding machines, air compressors,
cranes, Compactors, Breakers, Excavators, transporting vehicles, concrete cutter &
other rigging equipment, jacks, scaffolding material & planks, fire blankets & fire
barrier materials and tools where necessary.
1.2.4. Supply of all inspection and testing equipment to perform necessary inspection and
testing.
1.2.5. Supply of General Data and Testing and Commissioning reports.
1.2.6. Supply of primer, paint and thinner required for all painting work as per
specification.
1.2.7. Supply of soil & ABC for ground improvement and cement, sand and metal, re-bars
and other materials required for all concreting works.
1.2.8. Supplying of screen of the strainers.
1.2.9. Supplying of pressure gauges, gate valves and accessories of pressure gauge
attachment.
1.2.10. Supplying of GI “J” bolts for fixing of all pipe supports.
1.2.11. Supplying of Hot dipped galvanized “U” bolts for fixing of all pipes to supports.
1.2.12. Supplying of 12 mm thick base plates for all pipe supports.
1.2.13. Supplying of butterfly valves for fire water drencher system and for fire foam
system.
1.2.14. Supplying of Foam Sprinkler Heads.
1.2.15. Supplying of angle iron and MS checker plate for construction of valve operating
Platform and pipe crossing platforms.
1.2.16. Supply of all materials which are not providing by CPSTL for successfully
completion of the project.
1.2.17. The Contractor shall submit a bar chart (Gantt chart) for the total project clearly
indicating the various phases of the contract, breakdown of manpower and equipment
and organization chart allocated for this contract. This is further explained in
Schedule under “Proposed work programme”.
1.2.18. Successful contractor should submit the performance bond and insurance cover as
per Schedule.
1.2.19. Welding Procedure and valid Welder qualification reports as per Section – IX of the
ASME code, shall be submitted and get the approvals of CPSTL before commencing
of all welding works.
1.2.20. Construction Utilities.
1.2.20.1. Water: It would be the contractor’s responsibility to ensure a continuous supply of
water for the work during the construction period at his own cost and obtaining
necessary connections including internal plumbing necessary equipment etc. In the
case of a shortage of water for the work the contractor shall ensure that adequate
water supply is maintained for the work through other means, and at own expense.
1.2.20.2. Electricity: would be the Contractor’s responsibility to ensure a continuous supply
of electricity for the work during the course of construction at his own expense and
obtaining the necessary connections. In the case of breakdown of power supply
during working hours the Contractor shall ensure that electricity is provided for the
work through other means, and at his own expense.
i. Contractor shall use his own feeder cables and temporary power distribution board
sufficiently rated to power the equipment and machinery used at site, conforming to
CEB regulations in consultation / supervision of Electrical Engineer of CPSTL
ii. Contractor’s power distribution board should consist of adequate over current and
earth leakage protective devices for safety of men and machinery.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 36
iii. Contractor shall install the feeder cables from the metering point up to the temporary
power distribution board as per the instruction & approval of the CPSTL Electrical
Engineer.
iv. It is the responsibility of the contractor to maintain his switch gear and cable network
in good condition, so as to provide, complete safety to men and machinery.
v. The whole electrical installation of the contractor should conform to IET wiring
regulations (17th
Edition) published by the Institution of Engineering and Technology (I.E.T), London.
1.2.21. Quality of Materials and Equipment The Contractor shall supply all required equipment, material and accessories to be
used under the scope of this contract with a proven quality.
All materials and equipment supplied by the contractor are subjected to approval by
the Engineer.
Quality assurance records shall be maintained by the contractor and a copy of these
records shall be given to Engineer upon completion of each job.
1.2.22. Safeguarding the Materials and Equipment
CPSTL shall not be responsible for theft damage or loss of any of the materials and
equipment during the construction/installation. Materials and equipment shall be
covered and protected against dirt, water, moisture, sand and chemical or mechanical
injury. Upon completion of all works the materials and equipment shall be
thoroughly cleaned, adjusted and tested to demonstrate its proper operation to the
Engineer.
All materials and equipment shall be properly and adequately protected by the
contractor before, during, and after installation. Material or Equipment damaged due
to inadequate attention of the Contractor shall not be accepted and the client reserves
the right to request replacements for such equipment at the handing over.
Replacement of items damaged due to unavoidable circumstances during removal
shall be paid on measure and pay basis. It is the responsibility of the Contractor to
clean the installation at close of work every day and also to hand over a clean and
neat installation at completion.
1.2.23. Samples
Samples of all the materials, fittings and accessories should be handed over to the
Engineer and approval obtained before commencing the work. The work shall be
carried out using such fittings and accessories.
1.3.Contractor’s Scope of Work and Specifications
1.3.1. Contractor’s Superintendence
This shall be read in conjunction with General Conditions of Contract. The
contractor or his representative must be on the work site during the working hours.
The instructions given by the Engineer’s representative to the Contractor’s
representatives in the absence of the Contractor shall be considered as given to the
Contractor himself.
1.3.2. Steel Structural and welding works
Drawing provided to the contractor are drawn as a general design for piping.
Contractor shall be responsible for checking of provided drawings with the actual
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 37
dimensions at the location. Suitability of the method shall be informed to CPSTL in
writing.
1.3.3. Welding Procedure and Welder Qualification shall be as per Section – IX of the
ASME code. Welding electrode should be approved quality suitable for the purpose.
1.3.4. All piping and testing shall be comply with ASME 31.4 latest edition.
1.3.5. All the steel members, pipes, plates, brackets etc shall be fabricated as per the
drawings and get the Engineer’s approval before blasting/painting & installing.
1.3.6. Fabrication and installing of all pipe supports as per the drawings and relocate the
existing electrical cable trench on to pipe pedestal.
1.3.7. Fabrication and installing of piping system including removing of unnecessary
existing pipe lines at pump house and connecting to existing piping system,
relocating of pumps, painting etc… according to the drawings, instructions, and as
directed by the Engineer. (DWG No. 1745-1 to 1597 – 8 and mechanical standard
drawings).
1.3.7.1. Removing and relocating of 3 numbers of centrifugal pumps existing at old LS 92
pump house and install on new pump beds at main pump house.
1.3.7.2. Fabrication of LS 92 (Gasoline) and LAD (Gas oil) fuel suction headers, lines and
strainers, and install with valves and connect to existing piping system.
1.3.7.3. Fabrication of LS 92 (Gasoline) and LAD (Gas oil) fuel delivery headers, lines, and
installing with valves and connect to piping system.
1.3.7.4. Fabrication of LS 92 (Gasoline) and LAD (Gas oil) fuel suction pipelines from
tanks to pump headers, receiving lines and installing with valves and connect to
piping system.
1.3.7.5. Fabrication of LS 92 (Gasoline) and LAD (Gas oil) fuel delivery pipelines from
pump header to tanks and to gantry and installing with valves and connect to piping
system.
1.3.7.6. Removing of unnecessary pipelines at pump house and deliver to Kolonnawa
installation.
1.3.8. Fabrication and installing of fire foam distribution pipelines with main manifold,
valves, hose couplings and connect to existing tank foam pipelines.
1.3.9. Fabrication and installing of fire water drencher-piping system with header and
valves and connect to existing tank drencher pipelines.
1.3.10. Fabrication and installing of firewater hydrant piping system connecting to existing
system and installing of hydrants.
1.3.11. Hydrostatic pressure testing of all fabricated items and pipelines and submit a report.
1.3.12. Dye penetrant test shall be conducted for each pipe welding (Root and Cap)
witnessed by the representative of the engineer and test certificates shall be
submitted.
1.3.13. Commissioning of all installed systems and submit a report.
1.3.14. Fabrication and installing of suction and delivery pressure gauge attachments and
installation of gauges as per the standard drawing.
1.3.15. Installing of line pressure relief valve on LS 92 and LAD fuel delivery lines to gantry
and construction of waste oil collection pits.
1.3.16. Fabrication and installing of piping earthing system including installing of conductor
to each flange joint.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 38
1.3.17. Concreting of yard as directed by the engineer.
1.3.18. Constructing of concrete pipe support as required and as directed by the engineer.
1.3.19. Removing of abandoned fire water pipe lines and delivery to Kolonnawa installation.
1.3.20. Removing of abandoned product delivery pipe lines, excess material and delivery to
Kolonnawa installation.
1.3.21. Fabrication and installing of platform for valve operation at pump house.
1.3.22. Fabrication and installing of pipe crossing platforms at tank yard.
1.3.23. Compliance certificates for supplying items as specified.
1.3.24. Constructing of hut for storing of fire foam as directed by engineer.
1.4.Painting
1.4.1. Application of Paint System.
All the steel members (except GI and hot dipped steel items) such as pipes and fittings, I
sections, plates, brackets, angle irons, flat iron, bolts etc… to be painted with primer, intermediate and finish paint.
Painting of valves shall be completed using one coat of primer and two coat of enamel paint.
1.4.2. Painting Systems for Steel Structure
# Description Thickness
1 SIGMA COVER 280 – Yellow Green (PDS -7417) or
equivalent
Primer - 60 microns DFT
2 SIGMA COVER 435/SIGMA CAP MIO - Colour Green
(PDS -7465) or equivalent
Intermediate - 75 microns
DFT
3 i. SIGMADUR 550 white 7000 (PDS 7537) or
equivalent on all fuel product pipelines, including
item no –A, B, C,D, E1, E2, E3, F1, F2, F3, G1, G2,
H, I, J, K1, K2, K3, L1, L2, M1, M2, N, O.
ii. SIGMADUR 550 light gray 5177 (PDS 7537) or
equivalent on all pipe supporting structures.
iii. SIGMADUR 550 buff beige 3179 (PDS 7537) or
equivalent on foam pipe lines.
iv. SIGMADUR 550 red on fire water drencher pipe
lines.
Finish - 75 microns DFT
4 Required overall paint thickness 210 microns DFT
1.4.3. Specification for surface preparation.
All the surfaces which are to be painted to be cleaned to confirm to Swedish Standard
SA 2 ½ by grit / sand blasting.
Power tool cleaning confirm to ISO ST3
1.4.4. Approval for painting
1.4.5. All painting works shall be done as per the manufacturer’s Datasheet. The whole
area specified above to painted with primer, intermediate and finish paint. The
primer paint is recommended to apply by Air Spray or Airless spray. The
intermediate and finish coats are recommended to apply by Airless spray
1.4.6. Stripe coating is necessary as required (Ex – welding seams, sharp edges etc.).
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 39
1.4.7. Approval for painting should be obtained from the Inspection Engineer or his
representative, as follows.
a. Prior to application of first primer coat after satisfactory cleaning of
surfaces.
b. Prior to application of first intermediate coat after applying the required
thickness of primer.
c. Prior to application of first finish coat after applying the required
thickness of intermediate coat.
1.4.8. Required total DFT indicated in specifications to be applied and the first coat of
Paint shall be applied as soon as possible after surface preparation is approved by
Engineer. The preparation of paint before application is to be done as per the
instruction stated by the paint manufacturer.
1.4.9. The Engineer reserves the authority to accept or reject
a. Prepared surface before painting depending on his observations.
b. Painting carried out under doubtful weather condition is the responsibility of
contractor. If any painting is found to be unacceptable the particular surfaces
shall be made paint free and repainted at contractor’s expense.
1.5.Erection of scaffolding
Scaffolding should be erected to the approval of the safety department of CPSTL as
follows:
a. Should be of steel pipes and couplings, toe plates, platforms etc.
b. 2” timber planks to be used for the platform and to be properly fastened at both ends.
c. Ladders should be provided from the ground to the platform.
d. After erecting the scaffolding, the contractor should obtain a written approval from
the safety department of CPSTL before commencement of the work.
e. Approval for the screening for grit blasting to be obtained from Fire & Safety Department of CPSTL after erection of scaffolding and prior to the grit blasting.
f. A temporary screening for sand blasting should be erected to cover each sides of the
construction site using scaffolding and suitable materials for the purpose. It should be erected in such a way as to give positive fire isolation. Further opening pipe joins
and all valves near the construction site and as necessary shall be covered by a fire
blanket. The contractor has the option of attending sand blasting and application of primer coat at the contractor’s work shop.
1.6.Erection of Temporary Fire Barrier and Fire Blanket
A temporary fire barrier should be erected using corrugated metal sheets between:
a. Existing pump house and construction site;
b. Tank yard side and hot working site.
c. Filling gantry and working site and as required
It should be to a height of at least 1 m beyond the maximum working level
starting from the ground. It should be erected in such a way as to give positive
fire isolation. Further pipe rack running by the tank and all valves should be
covered by a fire blanket.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 40
1.7.Housekeeping and site Cleaning.
The Contractor shall maintain the good housekeeping in the site and vicinity of the
site during construction and attend to cleaning of the site after completion of the
work. Debris and all removed material shall be properly disposed at a suitable location of site.
1.8.Cutting & Excavation
The cutting & Excavation for the new construction shall be only started after issuing
of hot work permit and excavation permit by CPSTL. Adequate precautions shall be
taken to avoid any accident.
1.9.Specification of Screen of the strainer
1. Material : 316 Stainless Steel
2. Screen shall have 1/8” diameter holes with 40% Open Area.
3. Screen Thickness shall be minimum 2.00 mm.
1.10. Specifications of Pressure gauge
1. Design: ASME B40.100 & EN 837-1
2. Protection : IP 66 in accordance with NF EN 60529
3. Size: 100mm (4 Inch) Glycerin filled
4. Range : Pressure gauge - 0 to 10 bar, Pressure and vacuum gauge: -1 to +3 bar
5. Accuracy : ±3% of span (ASME B40.100 Grade B)
6. Scale : Dual (Bar/psi)
7. Connection : ½’’ 316 stainless steel bottom mounted
8. Metal part Material : Stainless steel
1.11. Specification of butterfly valves
1. Standard: UL/FM or API 609 or Equivalent Standard
2. Size: 3”, Service: Water and Fire foam
3. Body Type: Wafer
4. Operating Pressure: Max 10 bar
5. Flange Dimensions: ANSI B 16.5 Class 150
6. Body Material: ASTM A216 WCB, ASTM A536
7. Disc Material: Stainless Steel,Seat/ Liner Material: Viton, NBR (Nitrile), / Stainless
steel
8. Operation: Metal Squeeze Hand Lever with 10 holding positions
9. Selected valves will be pressure tested and test certificates shall be submitted before
acceptance the order.
10. Technical details of the valve shall be attached with the bidding document.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 41
1.12. Specifications of Foam Sprinkler Head
1. Size: 1/2" NPT
2. Spray pattern: Pendent
3. Flow rate: 61 - 111 LPM (as per UL)
4. Material: Brass or Stainless Steel
2.0 Electrical Works
2.1 Contractor’s Scope Of Supply
Contractor shall supply construction equipment, materials, consumables and
other requisites as follows
2.1.1 Supply of all materials for successful completion of Main power distribution panel
installation and termination, Dismantling of existing power distribution panel at
abandoned pump house, Modification of existing Pump house power distribution
panel, Installation of cable trays and modifications to existing cable trays, Laying
and termination of power and control cable on trays and buried underground as
applicable, mounting and termination of additional circuit breakers and motor
starters, as per the drawings and specifications provided.
2.1.2 Supply of all tools inspection and testing equipment such as insulation testers,
continuity testers, clamp meters and voltage testers etc…, to perform necessary
inspection and testing.
2.1.3 All drawings, method statements, time schedules, as built drawings and other related
documents for new installations and changes to the existing systems shall be
prepared and submitted by the contractor.
2.1.4 Manufacturer's Literature
The contractor shall submit to the Engineer three (03) copies of manufacturer's
descriptive literature and installation instructions in English for each and every item
of equipment supplied by the contractor.
2.2 Contractor’s Scope Of Work And Specifications
The contractor shall carry out the following activities once the site is handed over for
commencement of work.
2.2.1 Installation, testing and commissioning of 250A Main power distribution panel.
2.2.1.1 Removal of existing main power distribution board and mounting of form 4 type
distribution panel at the main panel room.
2.2.1.2 Proper termination of all cables to the mounted panel. Cables must be properly
tagged and marked for ease of identification.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 42
2.2.1.3 Testing of existing panel earthing. If the electrode resistance is found to be greater
than the standard requirement, improve by adding more electrodes or improving soil
conditions around the existing electrode.
2.2.1.4 Connecting of grounding electrode to the power distribution panel board using 25
mm2 Cu/PVC earth cables.
2.2.1.5 Testing and commissioning of the power distribution panel.
2.2.2 Installation of 300mmX50mm perforated cable trays W/O lid on GI Brackets
mounted on GI poles at 2.4m Intervals and modifications to the existing cable
tray.
2.2.2.1 Fabrication of poles and brackets using L-Angle Iron and 50 mm Diameter heavy
duty GI tubes for cable tray support, as per the drawings and specifications provided.
2.2.2.2 Carrying out excavations, Formwork and concreting for pole foundations of size
300X300X450 mm and erection of Galvanized Iron support Poles.
2.2.2.3 Installation of 300X50 mm powder coated perforated cable trays on GI support poles
with all necessary accessories for completion of work.
2.2.2.4 Modify the existing cable tray to match the bend on the boundary wall on which the
tray is mounted. Rearrange the cables on the cable tray and arrange the extra length
of cables neatly as per the instructions of the engineer or his representative.
2.2.3 Installation of 100mmX50mm perforated cable trays W/O lid on GI Brackets
mounted on GI poles at 2.4m Intervals.
2.2.3.1 Fabrication of poles and brackets using Angle Iron and 50 mm Diameter heavy duty
GI tubes for cable tray support, as per the drawings and specifications provided.
2.2.3.2 Carrying out excavations, Formwork and concreting for pole foundations of size
300X300X450 mm and erection of Galvanized Iron support Poles.
2.2.3.3 Installation of 100X50 mm powder coated perforated cable trays on GI support poles
with all necessary accessories for completion of work.
2.2.4 Cable laying on trays and ducts including end termination
2.2.4.1 Laying of 35 mm2, 4-core, Cu/XLPE/SWA/PVC fire retardant cable on cable tray,
from main electrical panel room to the fire pump house electrical panel.
2.2.4.2 Laying of 25 mm2, 4-core Cu/XLPE/SWA/PVC cable on cable tray from main panel
room to product pump house electrical distribution panel.
2.2.4.3 Laying of 25 mm2, 4-core Cu/XLPE/SWA/PVC cable on cable tray from main panel
room to office building electrical distribution panel.
2.2.4.4 Laying of 1.5 mm2, 6-core Cu/PVC/SWA/PVC cables from motor starters at product
pump house distribution panel to the product filling gantries. Cables need to be
terminated at intermediate remote cable junction boxes provided at both ends.
2.2.4.5 Cables laid on trays must be fastened neatly to the tray at 500mm intervals using
weather resistant, fire retardant cable ties.
2.2.4.6 Laying of 4 mm2, 3-core Cu/PVC/SWA/PVC cable for the pump motors from the
product pump house distribution board in cable ducts.
2.2.4.7 Proper termination of cable using cable lugs, color boots and cable glands. Cables
must be tagged and numbered at both ends for ease of identification.
2.2.4.8 Insulation and continuity testing of the cable in the presence of the engineer or his
representative and submission of testing report to the engineer.
2.2.4.9 All material must be approved by the engineer prior to being used at the site.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 43
2.2.5 Laying of 1.5 mm2 Cu/PVC/SWA/PVC – 6 Core cables buried underground
2.2.5.1 Excavation of 600mm deep 300 mm wide cable trenches along the cable path from
old petrol gantry to the pump house distribution panel.
2.2.5.2 Proper care must be taken to avoid damage to other underground utilities. Excavated
sections must be properly barricaded to the satisfaction of the safety officers.
2.2.5.3 In places where the cable is clipped directly to a wall or runs on a cable tray/trunking
etc., it must be unclipped or removed safely without disturbing other cables and
utilities in the vicinity.
2.2.5.4 Laying 1.5 mm2
Cu/PVC/SWA/PVC – 6 Core cable in 50mm sand bedding and 50
mm sand overlay, laying cable tiles, laying cable warning tape, soil backfilling and
compaction of trench, asphalt or concrete laying where necessary.
2.2.5.5 Insulation and continuity testing of the cable in the presence of the engineer or his
representative and submission of testing report to the engineer
2.2.5.6 Proper termination of cable using cable lugs, color boots and cable glands. Cables
must be tagged and numbered at both ends for ease of identification.
2.2.5.7 All material must be approved by the engineer prior to being used at the site.
2.2.6 Dismantling and removal of switchgear panel at the abandoned pump house
2.2.6.1 Isolate the unused 3 nos. of circuit breakers and motor starters from the distribution
panel by removing the cables from the panel bus bar and the outgoing cables.
2.2.6.2 Power supply to the fire pump house and the office building, which are provided
through the same panel, must be kept uninterrupted until new cable laying from the
main panel room to those facilities are completed.
2.2.6.3 Remove the isolated switchgear and move them to the product pump house
distribution panel room.
2.2.6.4 After laying and termination of cables from main distribution panel to the fire pump
house and the office building, remove all switchgear, cables and the panel from the
abandoned pump house and move to a location as directed by the engineer and
handover to CPSTL.
2.2.7 Modification of distribution panel at product pump house and installation of 3
nos. of Explosion proof circuit breakers and 3 nos. of explosion proof motor
starters
2.2.7.1 Modification of the existing power distribution board at the product pump house to
facilitate installation of additional 3 nos. of circuit breakers and 3 nos. of motor
starters (Circuit Breakers and starters are provided by CPSTL).
2.2.7.2 Installation, testing and commissioning of 3 nos. circuit breakers and 3 nos. of motor
starters.
2.2.7.3 Work must be carried out without interrupting normal operation of the pump house.
2.2.8 The contractor shall carry out additional work related to the above scope, required to
be urgently carried out due to operational and safety reasons. Such work shall only
be carried out upon the written request from the engineer. Cost breakdown shall be
submitted for each additional work carried out according to the day work and
equipment schedules.
2.2.9 All the test reports, commissioning reports, warranty certificates, datasheets,
catalogues and As Built Drawings shall be handed over to the Engineer at the end of
installation.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 44
2.2.10 Specifications for Power distribution panel
Item CPSTL Requirement
Enclosure
Type Indoor floor standing
Material Electro galvanized sheet steel
Thickness of the sheet Frame-2.0mm ,Door-1.5mm
Covers-1.5mm
Protection IP54
Cable Entry Bottom
Painting Power coated, Beige
Door Hinged door With rubber
gasket.
Lock Metal door lock with key
Switchgear
Switchgear
Rated operational current 250A, 160A, 32A
Number of poles 3P+N
Rated Frequency 50 HZ
Rated service voltage 415V
Rated Insulation voltage 1000V
Dielectric Strength 10 kV (50 Hz/1 Minute)
Country of origin & Country of
manufacture
European / Japanese
/equivalent quality
Brand ABB, Schneider or equivalent
ELR
Trip indicator LED light
Adjustment of sensitivity 0.1 – 2.5 A
Time Delay 0.2-2 Sec
Operating Supply 230 V AC / 50-60 Hz
Temperature range -10c* to +60c*
Brand Schneider or Equivalent
CT
Ratio 250/5A
Class 5P10
Burden 10 VA
Brand Circutor or Equivalent
INDICATORS Type of indicator LED
SELECTOR
SWITCH
Required Positions 3 Positions
Brand Moeller or equivalent
Push button Type Momentary
Brand Moeller or equivalent
Emergency
Stop Button
Type Turn to Release
Brand Moeller or equivalent
Cooling Fan Size Min. 100 mm diameter
Operation Operated by thermostat
Panel door Wattage 5W
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Specification
Development of pipelines system at LBD Kurunegala. 45
Item CPSTL Requirement
Lights Switching By limit switch on door
BUSBAR 250A / 25x6mm Tinned copper flat
Earth Bar 25x3 mm Tinned Copper flat
2.2.11 Specifications for cable trays
Type : Powder Coated, Perforated without Lid
Size : 300mm X 50mm X 2400 mm
100mm X 50mm X 2400 mm
Thickness : 2 mm
Material : Electro galvanized sheet steel
2.2.12 Specifications for the cables.
Type : Cu/XLPE/SWA/PVC
Standard : BS 1186, BS 5467, BS 6346
Nominal Voltage : 600/1000V
Conductor : Class 2 Annealed Copper Wires
Insulation Material : XLPE for 25mm2 / PVC for 1.5mm
2, 4mm
2
Core Colours : Brown, Black, Grey, Blue
Sheathing Material / Color : PVC Type 9 / Black
Brand : ACL, Kelani or equivalent.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bill of Quantities
Development of pipelines system at LBD Kurunegala. 46
SECTION 7
BILL OF QUANTITIES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bill of Quantities
Development of pipelines system at LBD Kurunegala. 47
PREAMBLE TO THE BILL OF QUANTITIES
1. This Bill of Quantities contains pages numbered from 44 to 63 Tenderers are
requested to see that no page is missing, nor duplicate and that all TRADES are
carried to SUMMARY at the end of the Bill of Quantities.
2. The Conditions of Contract, the Specifications and the Drawings are to be read in
conjunction with the Bill of Quantities.
3. The cost of complying with all conditions, obligations and liabilities described in the
Conditions of Contract, Specifications and the Bill of Quantities including all overhead
charges and profit in carrying out the work as shown on the Drawings shall be deemed to
be spread over and included in the prices of sums stated by the Bidder in the Bill of
Quantities unless separately measured.
4. If the Bidder fails to price any items in the Bill of Quantities then the cost of the work
under such items shall be held to be spread over and included in the prices given against
other items of work.
5. The quantities set out in the Bill of Quantities are provisional and cover the approximate
scope of the work anticipated to be performed by the Contractor. The actual quantities
used for final measurement purposes will be determined by the Engineer by measurement
of the work completed by the Contractor.
6. Where trade names, brands and or Catalogue Numbers are referred to, sole preference to
any material or equipment is not intended. Any other material or equipment may be used,
provided that the characteristics of type, quality, appearance, finish, method of
construction and / or performance is superior to the specified.
7. Whenever the method of measurement is not clear from the documents available, the
principles as given in the Sri Lanka Standard 573, 1999 [Revision] Method of
Measurement of Building Works shall be applicable.
8. Selected tenderer shall comply with the arrangement of work in the buildings and be
ready to work part by part as required by the Authorities of the Employer
9. Items in the Bill of Quantities marked "PROVISIONAL SUM" shall be executed if they
are the subject of a written instruction from the Engineer. The rate/amount to be paid for
works under Provisional Sum Items may based on any one of the following methods or
as approved by the Engineer.
i) Rates as in Bill Items where applicable.
ii) Cost supported by purchase Bills from State Organizations or approved suppliers +
12%
iii) Amount paid to the sub contractors as approved by the Engineer + 12%
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bill of Quantities
Development of pipelines system at LBD Kurunegala. 48
10. The unit and lump sum prices of the Bill of Quantities (referred to as the Contract Rates)
shall, except in so far as is otherwise provided for under the Contract, be deemed to cover
all obligations set out in the Contract, and all matters or things necessary for the proper
completion and maintenance of the Works, and shall be fixed and binding upon the
Contractor.
11. Unit prices when applied to the quantity of work performed under the Contract shall, and
other sums specifically determined under the provisions of the Contract, constitute full
remuneration to the Contractor under the Contract.
12. Each item shall be priced by the Tenderer in Sri Lanka Rupees.
13. Rates for items in this Bill of Quantities shall be inclusive for hauling, transporting,
loading, unloading, spreading, heaping, supporting, scaffolding, welding, and for laps,
unless otherwise specifically stated.
14. Unless otherwise specifically stated in Bill of Quantities or herein, the following shall be
deemed to be included with all items: -
i. Labour and all costs in connection therewith.
ii. Materials, goods and all costs in connection therewith.
iii. Tools, plants, hoisting plants and all costs in connection therewith.
iv. Waste of materials.
v. Square cutting.
vi. Establishment charges, overhead charges and profit.
vii. All setting out works.
viii. For providing of method statements, calculations, proposals by Contractor, shop
drawings
15. If tenderers are anticipating to give any discount, it shall be marked separately in the
space allocated in the summary of Bill of Quantities. Provisional Sums shall not be
considered when calculating discount.
16. All materials, equipment supplied shall be new, unused without any defects.
17. All materials used in the Works shall be of the best quality of their respective kinds as
specified and shall be obtained form sources and suppliers approved by the Engineer and
shall comply strictly with the tests prescribed or, where tests are not laid down in this
Specification, with the requirements of the latest issue of the relevant British Standards or
other Standards approved by the Engineer.
19. Metric units are used throughout the Bill of Quantities for measurement purposes
unless otherwise indicated. Abbreviations used in the Contract are as follows: -
L.S. - Lump Sum
P.S. - Provisional Sum
m - Metre
m2 - Square metre
kg - kilograms
No - Numbers
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bill of Quantities
Development of pipelines system at LBD Kurunegala. 49
Rs. Cts. - Sri Lankan Rupees and Cents
m3 - Cubic metre
PREAMBLE TO THE BILL OF QUANTITIES FOR ELECTRICLE WORKS
1. Wiring and workmanship shall conform to 17th Edition of IET wiring regulations (BS
7671:2008) Amendment 3:2015, and Ceylon Electricity Board Specifications.
2. All the conduits, casings, cable trays and cable ladders shall neatly run vertically,
horizontal or parallel with features of the building and in accordance with BS 7671.
3. Make and manufacture of equipment to be submitted with the tender for Engineer’s
approval (All equipment to be in accordance with relevant IEC or British standard).
4. It is the contractor’s responsibility to get the approval for electrical accessories,
cables, etc., from the engineer prior to installation.
5. All cables shall be without any kinks or visible damage.
6. All cables shall be properly terminated with glands, tinned copper lugs and cables
identification tags and shall be properly crimped or soldered with lugs as directed.
7. Cables shall be tested before laying and after laying but definitely before connecting
up to the switch gears.
8. Location of panel boards, distribution boards, switch boards, light fittings, cable
routes, conduit/ Casing wiring routes, earth pits etc. shall be marked at site and
approval of Engineer obtained before proceeding with the installation work.
9. Rated Power, Voltage and frequency of supply of current consuming devices and
materials used in installation shall be suitable for the power and frequency of the
supply to which these are to be connected.
10. Rates shall include for supplying, Installing, testing, and commissioning of the
works. All complete to the working order and to the entire satisfaction of the
engineer.
11. The cables must be of reputed brand with conforming to BS certification (ACL,
Kelani or LAPP Cable)
12. Cable test certificates shall be submitted to engineer for approval prior to installation
at the site.
13. General layout drawings of the cable path together with fault locations shall be
submitted to engineer’s review and recommendation before commencing installation
work.
14. After a power supply cable is repaired or replaced it shall be tested with 500 V
insulation resistance testers and following reading established.
a. Continuity on all phases
b. Insulation resistances between conductors, conductors and ground.
All test readings shall be recorded and handed over to Engineer
15. All the test reports, commissioning reports, warranty certificates, datasheets,
catalogues and As Built Drawings shall be handed over to the Engineer at the end of
installation.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Bill of Quantities
Development of pipelines system at LBD Kurunegala. 50
GENERAL
It is the tenderer’s responsibility to see that the prices include for complying with all the
requirements of the other documents whether specifically referred to in Bill of Quantities.
The Tenderer is advised to visit the site of the proposed work and it is the responsibility of the
Tenderer to ascertain the conditions governing access to the site, the extent of working space
storage area etc.
The rate for each item shall also include for all the following.
1. Labour and all connected cost.
2. Materials and goods including all connected cost.
3. Complying with regulations of the Municipal Council and/or any other relevant
authority under which particular item of work is to be executed unless otherwise included
in the preliminaries.
4. Plant and equipment unless and otherwise included in preliminaries.
5. Protecting and clearing.
6. In addition to above, the rate for item of work in substructure shall include for the works at
depth extending below ground water table where applicable including excavation under
water, removal and disposal of mud, stand and preparation of place to a condition suitable
for proper execution of the work.
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Day Works Schedule
Development of pipelines system at LBD Kurunegala 64
DAY WORKS SCHEDULES
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Day Works Schedule
Development of pipelines system at LBD Kurunegala 65
DAY WORK SCHEDULE
LABOUR
The contractor shall state under item 1 below, the rate per hour irrespective of public
holidays, etc. required for work ordered to be executed as Day work at the site of the works.
Day work rates quoted below shall also cover all the expenses of the contractor such as
supervision, repairing and maintaining the tools necessary to each class of workman and
particularly his profit & overheads without any taxes and / or Levies.
DESCRIPTION OF LABOUR GRADES
RATE PER HOUR
Rs.
I Welder
II Fitter
III Unskilled Worker
Any Other Grades
IV Painter
V Mason
VI
PLANT & EQUIPMENT
The contractor shall state under item 2 below, the rate per hour for use of plant in good
working condition and include for the cost of fuel, lubricants, transport to and from site
wages & allowances of the operators, any other expenses and contractor’s profit & overheads
without any taxes and / or Levies.
DESCRIPTION OF PLANT & EQUIPMENT
RATE PER HOUR
RS.
I Welding Plant
II Compressor
III Boom truck
IV Concrete mixture
Any Other Plant and Equipment
V
VI
VII
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Drawings
Development of pipelines system at LBD Kurunegala 66
SECTION – 8
DRAWINGS
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Drawings
Development of pipelines system at LBD Kurunegala 67
LIST OF DRAWINGS
NO. DRAWING TITLE DRG NO.
01 Proposed product piping general arrangement 1745-1
02 Proposed product piping details 1745-2
03 Proposed product piping details 1745-3
04 Proposed form & drencher piping 1745-4
05 Pipe support details. 1745-5
06 Fabricated pipe units -1 1745-6
07 Fabricated pipe units -2 1745-7
08 Fabricated pipe units -3 1745-8
09 Main Power Distribution Panel 1745-9
10 Pump suction side & delivery side pressure gauge assembly
drawing STD-PH-01B
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Forms (Bid)
Development of pipelines system at LBD Kurunegala 68
SECTION – 9
STANDARD FORMS (BID)
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Standard Forms (Bid)
Development of pipelines system at LBD Kurunegala 69
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: Ceylon Petroleum Storage Terminals Limited, Oil
Installation,
Date: ---------------------------- [insert (by issuing agency) date]
BID GUARANTEE No.: -------------------------- [insert (by issuing agency) number]
We have been informed that -----------------------------------------------------------------------------
- [insert (by issuing agency) name of the Bidder] (hereinafter called "the Bidder") has
submitted to you its bid dated -------------------[insert (by issuing agency) date] (hereinafter
called "the Bid") for the …………………………………………………………. of [insert
name of Contract] under Invitation for Bids No. -------------- [insert IFB number] (“the
IFB”).
Furthermore, we understand that, according to your conditions, Bids must be supported by a
Bid Guarantee.
At the request of the Bidder, we ----------------------------------------------- [insert name of
issuing agency] 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] 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) has withdrawn its Bid during the period of bid validity specified; or
(b) does not accept the correction of errors in accordance with the Instructions to
Bidders (hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of
bid validity, (i) fails or refuses to execute the Contract Form, if required, or (ii) fails or
refuses to furnish the Performance Security, in accordance with the ITB.
This Guarantee shall expire: (a) if the Bidder is the successful bidder, upon our receipt of
copies of the Contract signed by the Bidder and of the Performance Security issued to you by
the Bidder; or (b) if the Bidder is not the successful bidder, upon the earlier of the successful
bidder furnishing the performance security, otherwise it will remain in force up to -------------
--- (insert date)
Consequently, any demand for payment under this Guarantee must be received by us at the
office on or before that date.
___________________________________________
[signature(s) of authorized representative(s)]
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Check List for Bidders
Development of pipelines system at LBD Kurunegala 70
CHECK LIST FOR BIDDERS
CEYLON PETROLEUM STORAGE TERMINALS LIMITED Check List for Bidders
Development of pipelines system at LBD Kurunegala 71
CHECK LIST FOR BIDDERS
Bidders are advised to fill the following table.
ITEM ITB
Clause
YES
(tick)
REFERENCE
Form of Bid
Addressed to the Employer? 18
Completed? 18
Signed? 18
Bid Securing Declaration Form (if required)
Properly filled and signed 16
Bid Security (if required)
Address to the Employer? 16
Format as required? 16
Issuing Agency as specified? 16
Amount as requested? 16
Validity 28 days beyond the validity of Bid? 16
Qualification Information
All relevant information completed? 4
Signed? 4
Addendum
Contents of the addendum (if any) taken in to
account?
10
Bid package
All the documents given in ITB Clause 12
enclosed in the original and copy?
12
ITB Clause 19 followed before sealing the Bid
package?
19
Recommended