Back to tenders & grants page
REIP/ADB/ICB/W/05: Design and Construction of Underpass for Roadway and Pedestrians Transport & Logistics, Construction & Engineering REIP/ADB/ICB/W/05: Design and Construction of Underpass for Roadway and Pedestrians
Receive Tenders like this by email

REIP/ADB/ICB/W/05: Design and Construction of Underpass for Roadway and Pedestrians

REIP/ADB/ICB/W/05: Design and Construction of Underpass for Roadway and Pedestrians has been closed on 19 Aug 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

Construction & Engineering

Status:

Closed

Timeline

Published:

06 Jul 2021

Deadline:

19 Aug 2021

Value:

Not available

Contacts

Description

https://devbusiness.un.org/node/775876
  Invitation for Bids- Rebidding Date: 5 July 2021 Loan No. and Title: 3806-SRI: Railway Efficiency Improvement Project Contract No. and Title: REIP/ADB/ICB/W/05: Design and Construction of Underpass for Roadway and Pedestrians Deadline for Submission of Bids: 19 August 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 Employer”) invites sealed bids from eligible bidders for the following package.  IFB No. Contract Title Location Duration (Months) REIP/ADB/ICB/W/05 Design and Construction of Underpass for Roadway and Pedestrians Colombo Western Province Sri Lanka 24 The Works include:   ●     Design and preparation of drawings of the underpass and all other related works  ●     Provision of facilities for the Engineer/Employer ●     Site clearing and earth works ●     Road formation improvement ●     Subbase, bases, shoulders, surfacing with asphalt concrete ●     Drainage structure ●     Construction of underpass ●     Relocation of utilities ●     Traffic signs and markings and street lightings ●     Demolishing of existing pedestrian bridge.  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:  (i)     Pending Litigation shall not represent more than 50 percent of the bidder’s net worth. (ii)   The bidders’ net worth within last three (3) years shall be positive. (iii)   Average annual construction turnover (AACT) within last five (5) years, financial resources, similar construction experience within last five (5) years and construction experience in key activities as given in the table below.  Annual Average Turnover (US$ Million) Financial Resources (US$ Million) Specific Experience Construction Contracts of Similar Size and Nature 2.4.1 Construction experience in key activities (2.4.2) Minimum average annual construction turnover of LKR 540 million calculated as total certified payments received for contracts in progress or completed, within the last five (5) years As stated in Section 3, 2.3.3 of Bidding Documents Participation in at least one (1) design and construction project that has been successfully or substantially completed within the last five (5) years prior to the bid submission deadline and that is similar to the proposed works, where the value of the bidder’s participation exceeds LKR 300 million. The similarity of the bidder’s participation shall be based on:  The design and construction of highway/road of at least two (02) lanes and length of the road shall be at least one (01) kilometer. The highway/road shall include in-situ or precast, railway/road underpasses/overhead bridges of length not less than 20 m. Or At least two bridges, which consist of minimum of 19 m span, one pier and at least two bored pile foundation shall be included in the cumulative work done For the above or other contracts executed during the period stipulated in 2.4.1, a minimum construction experience in the following key activities:  a.  Laying of asphalt concrete 1000 Mt/year b.  Laying of reinforced concrete 900 Cum/year  c.   Design of at least one insitu/precast underpass/overpass bridge of total length of 10m or bridge with minimum of 19 m span 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]   or [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/W/05 ●     Pay a non-refundable fee of Sri Lankan Rupees (SLR) 50,000.00 or USD 265.00 (including VAT) or by cash or bank draft in favour of the “Secretary of Ministry of Transport, 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 to 15:00 hours at the address under para 5 above, from 5 July 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 19 August 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 20 July 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 Invitation for Bids Goods Non-Consulting Services Works Thursday, August 19, 2021- 04:30 ADB-P775876-07/21 3806-SRI REIP/ADB/ICB/W/05 Construction Transportation Tuesday, July 6, 2021 English Tuesday, July 6, 2021- 18:32 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