Back to tenders & grants page
REIP/ADB/ICB/G/02: Design, Manufacture, Supply, Commissioning and Handing Over of Ballast Profiling Machine for Sri Lanka Railways
Receive Tenders like this by email

REIP/ADB/ICB/G/02: Design, Manufacture, Supply, Commissioning and Handing Over of Ballast Profiling Machine for Sri Lanka Railways

REIP/ADB/ICB/G/02: Design, Manufacture, Supply, Commissioning and Handing Over of Ballast Profiling Machine for Sri Lanka Railways has been closed on 28 Sep 2021. It no longer accepts any bids. For further information, you can contact the Asian Development Bank

Bellow, you can find more information about this project: 

Location: Sri Lanka

General information

Donor:

Asian Development Bank

Industry:

Transport & Logistics

Status:

Closed

Timeline

Published:

11 Aug 2021

Deadline:

28 Sep 2021

Value:

Not available

Contacts

Description

https://devbusiness.un.org/node/798789
  Invitation for Bids Date: 11 August 2021 Loan No. and Title: 3806-SRI: Railway Efficiency Improvement Project Contract No. and Title: REIP/ADB/ICB/G/02: Design, Manufacture, Supply, Commissioning and Handing Over of Ballast Profiling Machine for Sri Lanka Railways Deadline for Submission of Bids: 28 September 2021, 14:00 hours local time 1.    The Democratic Socialist Republic of Sri Lanka has received financing from the Asian Development Bank (ADB) toward the cost of Railway Efficiency Improvement Project (REIP). Part of this financing will be used for payments under the contract named above. Bidding is open to bidders from eligible source countries of the ADB. 2.    The Ministry of Transport/Sri Lanka Railways (“the Purchaser”) invites sealed bids from eligible bidders for the following package.   IFB No. Contract Title Location Duration (Months) REIP/ADB/ICB/G/02 Design, Manufacture, Supply, Commissioning and Handing Over of Ballast Profiling Machine for Sri Lanka Railways.  Sri Lanka 18 3.    International Competitive Bidding will be conducted in accordance with Single-Stage: Two-Envelope (1S2E) bidding procedure and is open to all bidders from eligible countries as described in the bidding document. 4.    Only eligible bidders with the following key qualifications should participate in this bidding: ●     Pending Litigation shall not represent more than 50 percent of the bidder’s net worth. ●     The bidders’ net worth within last five (5) years shall be positive. ●     Minimum average annual turnover of USD 3 Million (3,000,000.00) calculated as total payments received by the Bidder for contracts completed or under execution over the last five (5) years & experience in key activities as given in the table below. AAT US$ (Million) Cash Flow Capacity US$ (Million) Specific Experience Similar contract Experience Technical Experience in Key Activities Minimum average annual turnover of USD 3 Million (3,000,000.00) calculated as total payments received by the bidder for contracts completed or under execution over the last five (5) years.     Availability of or access to liquid assets, lines of credit, and other finances sufficient to meet cash flow requirement which is USD 2 Million (2,000,000)     (i.)   Successful completion as main supplier within the last five (5) years, of at least three (3) contracts, out of which at least one (1) should be outside of the Bidder’s own country, each valued at USD 2,000,000.00 with nature, and complexity similar to the scope of supply described in Section 6 (Schedule of Supply).(Proof documents to be submitted) (ii.)  Reputed local agent having at least three (3) years of experience in handling, installation and maintenance of locomotives, Rolling Stock, maintenance equipment or similar type of heavy machineries for other industries. (Proof documents to be submitted)  The Bidder shall demonstrate that the goods offered have (i)  been in production for at least fifteen (15) years, and  (ii)  been sold a minimum of ten (10) units of similar type over the last seven (7) years, out of which at   least five (5) unit should have  been sold outside of Bidder’s own country.   (iii)   been in operation for a minimum of three (3) years.  (iv)   At least two (2) units of 2.2.2 (ii) shall be for broad gauge (1676mm) track for which client certification for successful operation shall be submitted by the bidder.   (Proof documents to be submitted for activity I & ii, end user certificates for 2.2.2 clause iii & iv to be submitted.) 5.    To obtain further information and inspect the bidding documents, eligible bidders should contact:  Project Director Project Management Unit Colombo Suburban Railway Project (CSRP) No 217, Cotta Road Colombo 08 Sri Lanka   Telephone: 0094-112056240-41 Facsimile: 0094-112674354 E-mail: [email protected]   Website: www.csrp.lk    6.    To purchase the bidding documents in (English) eligible bidders should: ●     Write to address above requesting for the bidding documents for the Contract Package No. REIP/ADB/ICB/G/02 ●     Pay a non-refundable fee of Sri Lankan Rupees (SLR) 60,000.00 or USD 325.00 (including VAT) or by cash or bank draft in favour of the “Railway Efficiency Improvement Project”, Bank of Ceylon Account Number 0007040317, Battaramulla, Sri Lanka in respect of the bidding document. The bidding documents will be issued during normal working days from 9:00 hours to 15:00 hours at the address under 5 above, from 11 August 2021 until the bid submission deadline. 7.    Deliver bids: ●     to the address below: The Chairman Ministry Procurement Committee (MPC)  C/o: Director- Procurement Ministry of Transport 7th Floor, Sethsiripaya Stage II, Battaramulla, Sri Lanka. ●     on or before the deadline: 14:00 hours local time on 28 September 2021. Late bids shall be rejected. ●     Together with a Bid Security in the amount as specified in the Bidding Documents. For the purpose of determining the equivalent amount of the required Bid Security in a freely convertible currency, the selling exchange rate published by the Central Bank of Sri Lanka prevailing on the date 28 days prior to the deadline for Bid submission shall be applied. Technical bids will be opened immediately in the presence of bidders’ representatives who choose to attend, whereas the Financial Bids shall remain sealed and unopened and shall be placed locked. The Financial Bids of only Technically Responsive and Qualified Bidders shall be opened after Technical Bid Evaluation, whereas, the Financial Bids of those bidders whose Technical Bids are not responsive and not qualified shall be returned unopened after the Technical Bid Evaluation. 8.    A pre-bid meeting is arranged on 30 August 2021 at 10:00 hours at the Auditorium, 7 th Floor, Ministry of Transport, 7 th Floor, Sethsiripaya – Stage II, Battaramulla, Sri Lanka. Interested bidders may attend the pre-bid meeting at their own expenses. 9.    The Bidder shall bear all costs associated with the preparation and submission of its Bids, and the Employer shall not be responsible or liable for those costs, regardless of the conduct or outcome of the bidding process.   3806-SRI: Railway Efficiency Improvement Project Sri Lanka Not cancelled ICB- International Competitive Bidding Invitation for Bids Goods Non-Consulting Services Works Tuesday, September 28, 2021- 04:30 ADB-P798789-08/21 Railways Wednesday, August 11, 2021 English Wednesday, August 11, 2021- 11:33 Asian Development Bank

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more