C E Y L O N E L E C T R I C I T Y B O A R D

Similar documents
Section III Evaluation and Qualification Criteria (Revision 1)

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

BIDDING DOCUMENTS. for. Procurement of. Eastern Peripheral Expressway ITS Installation Project. Invitation for Bids PART 1 - Bidding Procedures

MUMBAI METRO RAIL CORPORATION LIMITED (MMRC)

STANDARD BIDDING DOCUMENTS UNDER JAPANESE ODA LOANS

(e-procurement System)

(International Competitive Bidding)

INSTRUCTIONS TO BIDDERS EVALUATION AND QUALIFICATION CRITERIA SECTION IV GENERAL CONDITIONS PARTICULAR CONDITIONS

Date: 5 th November Loan Agreement Number: [ID-P 268] IFB Number: [MM3-CBS-TVE (P2L1)

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Section III - Evaluation and Qualification Criteria (Without Prequalification)

Information and Communication Technology Agency of Sri Lanka

Procurement of Works & User s Guide

Nepal Electricity Authority (A Government of Nepal Undertaking) Transmission Directorate

INFORMATION AND COMMUNICATION TECHNOLOGY AGENCY OF SRI LANKA BIDDING DOCUMENT NATIONAL COMPETITIVE BIDDING (NCB) FOR

MUMBAI METRO LINE 3 (COLABA-BANDRA-SEEPZ) CONTRACT PACKAGE MM3-CBS-RS Addendum No:-16

QUERIES & RESPONSES DATE

Ministry of Physical Infrastructure and Transport BIDDING DOCUMENT. For. Construction of Railway Track Bed

BIDDING DOCUMENT. For

REPUBLIC OF KENYA LAKE VICTORIA SOUTH WATER SERVICES BOARD LAKE VICTORIA WATER SUPPLY AND SANITATION PROGRAM PHASE TWO (LVWATSAN II)

CHENNAI METRO RAIL LIMITED CHENNAI METRO RAIL PROJECT PHASE I

Procurement of Small Works

International Competitive Bidding BID DOCUMENT. For the. Supply and Delivery of STATIONERY & SUPPLIES FOR THE 2014 SPECIAL SENATORIAL ELECTION

Master Bidding Documents Procurement of Goods and User s Guide

Procurement of Goods

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) Project Management Directorate

4. A bid Security of US $1, must be submitted along with the bid.

Procurement of Works & User s Guide

RFB NO.: KE-DASAR GO-RFQ

STANDARD BIDDING DOCUMENTS. Procurement of Textbooks and Reading Materials

Issued in 28 th March, 2018

Issued on: 28 th November 2017 Tender Closing date: 9 th January 2018 Time: a.m. Local time

Construction of MLD Water Treatment Plant at Taba LAP

Department of Mechanic, Electronic and Hi-Tech Industry Ministry of Commerce, P.R.C 2008

Section 2 - Bid Data Sheet

4.3(d) Qualifications and experience of key Staff. Site Management:

5.Section 5 - Specimen Forms

Government of Nepal Ministry of Physical Infrastructure and Transport. Department of Railways. Battisputali, Kathmandu BIDDING DOCUMENT.

Request for Proposal For Consultant for availing the Duty Credit scrip- under Foreign Trade Policy ( )

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS BY OPEN TENDER

West Bank and Gaza. Avian Influenza Prevention and Control Project (AIPCP) Construction of Ramallah Central Veterinary Laboratory Ramallah District

Section 2 - Bid Data Sheet

Procurement of Goods by Open Tender

NATIONAL URBAN TRANSPORT IMPROVEMENT PROJECT PROJECT ID: CR KE SUPPLY, DELIVERY AND INSTALLATION OF FLEET MANAGEMENT SYSTEM

Section 4 - Bidding Forms

B i d d i n g D o c u m e n t. f or

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal)

Section VIII. Special Conditions of Contract

STANDARD BIDDING DOCUMENT (SBD)

Procurement of Health Sector Goods

AFRICAN UNION COMMISSION OPEN COMPETITION SUPPLY, DELIVERY AND INSTALLATION OF DIGITAL RADIO-FLUOROSCOPY EQUIPMENT. Procurement Number: AUC/MSD/G/161

ADVANCED TECHNICAL TRAINING

AFRICAN UNION COMMISSION PROCUREMENT OF GOODS OPEN COMPETITION SUPPLY & DELIVERY OF MILITARY MOBILE KITCHEN

BIDDING DOCUMENT. TENDER No. : ZICTA/ORD/05/17

ELECTRICITY ACCESS ROLLOUT PROGRAM (EARP) BE3-EARP Project

Tender Terms and Conditions: 1. This invitation of bid is open to contractors, Class-Small registered with the Construction Development Board.

MASTER PROCUREMENT DOCUMENTS

Standard Bidding Document (SBD) For Procurement of Goods and Related Services For International Competitive Biddings (ICB)

Provision of Janitorial & Related Services

2. The list of Stations and catergories of Dry and Fresh food are as follows. Fresh Food catagories and delivery stations. Fresh food categories

SERVERS & COPIERS,DESKTOP COMPUTERS & PRINTERS, LAPTOPS & COMPUTER ACCESSORIES, OFFICE EQUIPMENT, ENGINEERING EQUIPMENT & SOFTWARE.

Section I. Invitation for Bids

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal) International Competitive Bidding (ICB)

Standard Bidding Documents. Procurement of Goods. The World Bank

Bidding Documents. Procurement of Goods Laboratory Equipment- Industrial & Management Engineering Department

BIDDING DOCUMENT. For. Procurement of Plant Design, Supply and Installation. Ashuganj 400 MW Combined Cycle Power Plant Project (East)

BIDDING DOCUMENT FOR SUPPLY AND DELIVERY COAL MILL ROLLER AND COAL MILL LINER BID RE- INVITATION NO.: 26-2/ UDAYAPUR CEMENT INDUSTRIES LIMITED

KENYA: TRANSPORT SECTOR SUPPORT PROJECT PROJECT ID: CR.4926 KE/CR KE

NAIROBI CITY COUNTY PROPOSED CONSTRUCTION OF MULTI PURPOSE HALL AT MADARAKA NAIROBI WEST WARD

ASSAM ELECTRICITY GRID CORPORATION LIMITED

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

Equip_Comp_Desktops Inst_Level_Revised

A F R I C A N U N I O N. S t a n d a r d Biddinging D o c u m e n t

SECTION II INSTRUCTION TO BIDDERS [I T B] TABLE OF CLAUSES

ICB No: PCB/POPs

SAMPLE REQUEST FOR PROPOSALS UNDER JAPANESE ODA LOANS

National Institute of Technology, Raipur NATIONAL COMPETITIVE BIDDING FOR PROCUREMENT OF EQUIPMENT

BHUTAN TELECOM LTD. REGISTERED OFFICE IN THIMPHU. Construction of Retaining Wall at RBA, Phuentsholing

BIDDING DOCUMENTS Issued on: 25 th January, 2010

S T A N D A R D B I D D I N G D O C U M E N T S. Procurement of Goods. The Inter-American Development Bank

MINISTRY OF HEALTH & FAMILY WELFARE Department of AIDS Control National AIDS Control Organization. National HIV/AIDS Control Programme BID DOCUMENT

NEPAL ELECTRICITY AUTHORITY (An Undertaking of Government of Nepal)

PIMPRI CHINCHWAD NEW TOWN DEVELOPMENT AUTHORITY (PCNTDA)

Bid Document Procurement of Track Machines

GOVERNMENT OF ODISHA

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

Tender for supply/upkeep & maintenance of firewall, switches and routers for High Commission of India. Tender Notice

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

BIDDING DOCUMENTS FOR PROCUREMENT OF LAB EQUIPMENTS FOR GOVERNMENT COLLEGE OF TECHNOLOGY HYDERABAD

TENDER (RATE CONTRACT) FOR AUTOMATIC CONE WINDING MACHINES

Legislation, Contractual and Fiscal Terms

J&K State Power Development Corporation Limited PARNAI HYDROELECTRIC PROJECT. (3x12.5 MW) BIDDING DOCUMENT FOR


Employer: Nepal Electricity Authority

Procurement of Goods

496, Udyog Vihar, Phase-III, Gurgaon Phone:

Directorate of Information and Publications of Agriculture Indian Council of Agricultural Research

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

NATIONAL COMPETITIVE BIDDING

SPECIAL COMMERCIAL TERMS AND CONDITIONS

Transcription:

THE GOVERNMENT OF DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA M I N I S T R Y O F P O W E R & E N E R G Y. C E Y L O N E L E C T R I C I T Y B O A R D GREATER COLOMBO TRANSMISSION AND DISTRIBUTION LOSS REDUCTION PROJECT (JICA LOAN AGREEMENT NO: SL-P107 MARCH 14, 2013) BIDDING DOCUMENT FOR PROCUREMENT OF PLANT DESIGN, SUPPLY AND SERVICES PACKAGE-3:SUPPLY OF SPECIALIZED VEHICLES FOR DISTRIBUTION WORKS (CEB CONTRACT NO: CEB/GCTDLRP/PACKAGE-3/06)

THE GOVERNMENT OF DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA M I N I S T R Y O F P O W E R & E N E R G Y. C E Y L O N E L E C T R I C I T Y B O A R D GREATER COLOMBO TRANSMISSION AND DISTRIBUTION LOSS REDUCTION PROJECT (JICA LOAN AGREEMENT NO: SL-P107 MARCH 14, 2013) BIDDING DOCUMENT FOR PROCUREMENT OF PLANT DESIGN, SUPPLY AND SERVICES PACKAGE-3:SUPPLY OF SPECIALIZED VEHICLES FOR DISTRIBUTION WORKS (CEB CONTRACT NO: CEB/GCTDLRP/PACKAGE-3/06) VOLUME 1 of 5 Invitation for Bids PART 1 BIDDING PROCEDURES Section I Instructions to Bidders, Section II Bid Data Sheet, Section III - Evaluation and Qualification Criteria

BIDDING DOCUMENT PACKAGE-3: SUPPLY OF SPECIALIZED VEHICLES FOR DISTRIBUTION WORKS TABLE OF CONTENTS OF BIDDING DOCUMENT VOLUME 1 of 5 Invitation for Bids (IFB) PART 1 BIDDING PROCEDURES Section I. Instructions to Bidders (ITB) Section II. Bid Data Sheet (BDS) Section III. Evaluation and Qualification Criteria VOLUME 2 of 5 PART 1 BIDDING PROCEDURES Section IV. Bidding Forms Part-A Price Bid (Lot 1, Lot 2, Lot 3, Lot 4) A1 : Letter of Price Bid A2 : Appendix to Price Bid A3 : Price Schedule VOLUME 3 of 5 PART 1 BIDDING PROCEDURES Section IV. Bidding Forms Part- B Technical Bid B1:Letter of Technical Bid B2: Appendix to Technical Bid B3: Technical Proposal B4: Bidder s Qualification B5: Form ACK: Acknowledgement of Compliance with the Guideline for Procurement under Japanese ODA Loan B6: Form of Bid Security (Bank Guarantee) Section V. List of Eligible Countries of Japanese ODA Loans

VOLUME 4 of 5 PART 2 EMPLOYER S REQUIREMENTS Section VI. Employer s Requirements Part-A Scope of Work Part-B Technical Specification Section VI. Employer s Requirements Part-C Forms and Procedures VOLUME 5 of 5 PART 3 CONDITIONS OF CONTRACT AND CONTRACT FORMS Section VII. General Conditions (GC) Section VIII. Particular Conditions (PC) Section IX. Contract Forms

BIDDING DOCUMENTS FOR PROCUREMENT OF PLANT DESIGN, SUPPLY AND SERVICES PACKAGE-3: SUPPLY OF SPECIALIZED VEHICLES FOR DISTRIBUTION WORKS VOLUME 1 of 5 TABLE OF CONTENTS PART 1 BIDDING PROCEDURES Invitation for Bids (IFB) Section I. Instructions to Bidders (ITB) Section II. Bid Data Sheet (BDS) Section III. Evaluation and Qualification Criteria

Invitation for Bids Invitation for Bids Date: 11 th February 2016 Loan Agreement No:JICASL-P107, 14 th March 2013 IFBNo:CEB/GCTDLRP/PACKAGE-3/06 1. The Government of the Democratic Socialist Republic of Sri Lanka has received a loan from Japan International Cooperation Agency (JICA) towards the cost of Greater Colombo Transmission and Distribution Loss Reduction Project. It is intended that part of the proceeds of this loan will be applied to eligible payments under the contract forpackage-3 Supply of Specialized Vehicles for Distribution Works. 2. Bidding will be conducted through procedures in accordance with the applicable Guidelines for Procurement under Japanese ODA Loans, and is open to all Bidders from Eligible source Countries, as defined in the Loan Agreement. 3. The Ceylon Electricity Board now invites sealed bids from eligible Bidders for the supply of; i) Lot-1: Five (5) units of Insulated Bucket Trucks ii) Lot-2: Four (4) units of Pole Installation Trucks iii) Lot-3: One (1) unit of Digger iv) Lot-4:Five (5) units of Cargo Cranes Training for Operation, Maintenance & Safety works at Manufacturers Factory & Site for the above each lot except Digger (Lot 3). International Competitive Bidding will be conducted in accordance with JICA s Single-Stage Two-Envelope Bidding Procedures. 4. Interested eligible Bidders may obtain further information and inspect the Bidding Document at the office of the Project Director-Greater Colombo Transmission and Distribution Loss Reduction Project from 0830 hrs.to1430 hrs. on working days up to 14 th March 2016. Address: Project Director, Greater Colombo Transmission and Distribution Loss Reduction Project Office Ceylon Electricity Board No.17, Bullers Lane, Colombo, 007, Sri Lanka Tel: +94-11- 2058142, +94-11- 2058143, +94-11- 2058898,

Invitation for Bids Fax: +94-11-2058083 email: pdgctdp@ceb.lk 5. A complete set of the Bidding Documents may be purchased from 0830 hrs. to1430 hrs. on working day up to 14 th March 2016 by interested Bidders on the submission of a written application to the address above and upon payment of a non-refundable fee of Sri Lanka Rupees Ten Thousand (LKR10,000).Pay In Voucher (PIV) for payment will be issued from the office mentioned in above clause 4.A pre bid meeting will be taken place at office of the Project Director, No. 17, Bullers Lane, Colombo 007, Sri Lanka at1000 hrs. on 03 rd March 2016. Interested eligible bidders may request for clarification from the Project Director- Greater Colombo Transmission and Distribution Loss Reduction Project up to 11 th April 2016. 6. Bids must be delivered to the below mentioned office on or before 1000 hrs. on 11 th May 2016 and must be accompanied by a Bid Security as follows, Lot 01 : LKR 1,600,000, Lot 02 : LKR 1,400,000, Lot 03 : LKR 75,000, Lot 04 : LKR 925,000 In case of submitting for more than one lot separate bid security relevant to each lot shall be submitted. Address: The Chairman Standing Cabinet Approved Procurement Committee (SCAPC) Office of Additional General Manager (Projects) Ceylon Electricity Board No.385, Fourth Floor, Landmark Building, Galle Road, Colombo 03, Sri Lanka. Telephone:+94-11-2301677 Facsimile: +94-11-2301678 7. Bids will be opened in the presence of Bidders representatives who choose to attend at 1000 hrs. on 11 th May 2016 at the Auditorium, Ceylon Electricity Board. Address: The Chairman Standing Cabinet Approved Procurement Committee (SCAPC) Office of Additional General Manager (Projects) Ceylon Electricity Board No.385, Fourth Floor, Landmark Building, Galle Road, Colombo 03, Sri Lanka. Telephone: +94-11-2301677, Facsimile: +94-11-2301678 THE CHAIRMAN, STANDING CABINET APPOINTED PROCUREMENT COMMITTEE.

PART 1 - Bidding Procedures

Section I. Instructions to Bidders The Instructions to Bidders governing this bidding process are the Instructions to Bidders included in Option A, Single-Stage Two-Envelope Bidding, Section I, of the Standard Bidding Documents for Procurement of Plant Design, Supply and Installation (version 1.0) published by JICA in February 2013. Those Instructions to Bidders are available on the JICA s web site shown below: http://www.jica.go.jp/english/our_work/types_of_assistance/oda_loans/oda_op_info/guide/tender/index.html A copy of the Instructions to Bidders is also attached to these Bidding Documents.

Section II. Section II. Bid Data Sheet

ITB Clause Reference A. General ITB 1.1 The number of the Invitation for Bids is : ITB 1.1 ITB 1.1 ITB 2.1 ITB 2.1 CEB/GCTDLRP/PACKAGE-3/06 The name of the Employer is: Ceylon Electricity Board The name, identification and number of the lot(s) (contract(s)) comprising this ICB is : CEB/GCTDLRP/PACKAGE-3/06, Supply of Specialized Vehicles for Distribution Works The name of the Borrower is: the Government of the Democratic Socialist Republic of Sri Lanka The number of the Loan Agreement is: SL-P107 The amount of a Japanese ODA Loan is: Japanese Yen 15,941 Million ITB 2.1 ITB 2.2 ITB 3.1 (c) ITB 4.5 The signed date of the Loan Agreement is: 14 th March 2013 The above amount of Japanese ODA Loan will be covered all Package Contracts, Consulting Service and other Loan service charges. The name of the Project is: Greater Colombo Transmission and Distribution Loss Reduction Project The applicable Guidelines for Procurement under Japanese ODA Loans are those published in : April 2012 A list of debarred firms and individuals is available at the World Bank s website: www.worldbank.org/debarr This Bidding is subject to Post qualification of Bidders according to the Guidelines for Procurement under Japanese ODA Loan.. B. Contents of Bidding Documents ITB 7.1 For clarification purposes only, the Employer s address is: Attention: Project Director, Greater Colombo Transmission and Distribution Loss Reduction Project, Ceylon Electricity Board Street Address: No. 17, Bullers Lane Floor: 1 st Floor City: Colombo ZIP Code:00700 Country: Sri Lanka. Telephone: +94-11-2058142, +94-11-2058143, +94-11-2058898

Facsimile number: +94-11-2058083 1. Electronic mail address: pdgctdp@ceb.lk Any clarifications from bidders shall reach the employer no later than 30 days prior to the deadline for submission of bids. Any clarification reply will not be published on the Employer s web page. ITB 7.4 A Pre-Bid meeting will take place at the following date, time and place. Date: 03 rd March 2016 Time:1000 hrs. ITB 8.2 Place: Office of Greater Colombo Transmission and Distribution Loss Reduction Project, Ceylon Electricity Board, 1 st Floor, No. 17, Bullers Lane, Colombo 07, Sri Lanka. Addenda, if any, will not be published on the Employer s web page. C. Preparation of Bids ITB 10.1 ITB 11.2 (l) ITB 11.3 (d) ITB 12.1 The language of the bid is: English The Bidder shall submit with its bid the following additional documents: - Appendix to Technical Bid - Documents stipulated in the Technical Specifications to be submitted with the Bid. The Bidder shall submit with its bid the following additional documents: - Appendix to Price Bid All the terms and conditions of the Bid except those mentioned in the form of B3-16 Deviations, Reservations and Omissions from Specifications are deemed to be agreed by the Bidder. ITB 13.1 ITB 13.2 ITB 13.4 Alternative Bids are not permitted. Alternatives to the Time Schedule shall not be permitted. Alternative Technical Solutions shall not be permitted.

ITB 16.1 (b) ITB 18.1 The period following supply of Equipment and Services during which spare parts, special tools etc. shall be available is ten (10) years. Bidder shall quote for one or more lots as mentioned below on a single responsibility basis: i) Lot - 1:Five (5) units of Insulated Bucket Trucks ii) Lot - 2:Four (4) units of Pole Installation Trucks iii) Lot - 3:One (1) unit of Digger iv) Lot - 4:Five (5) units of Cargo Cranes Bidder shall offer for total quantity of each lot and partial offers for any lot will be rejected. In case of submitting for more than one lot, Price Bid for each lot shall be separately sealed. ITB 18.5 1) Taxes Outside the Employer s Country The price bid by the Bidder shall include all taxes, duties and other charges imposed outside the Employer s country on the production, manufacture, sales and transport of the Contractor s Equipment, Plant, Materials and Supplies to be used on or furnished under the Contract, and on the services performed under the Contract. 2) Taxes within the Employer s Country The price bid by the Bidder shall include all taxes, income and other taxes that, may be levied in accordance to the laws and regulations in being as of the date 28 days prior to the closing date for submission of bids in the Employer s country on the Contractor s Equipment, and consumable acquired for the purpose of the Contract and on the services performed under the Contract except taxes, duties and levies indicated in item 6) below. Nothing in the Contract shall relieve the Contractor from its responsibility to pay any tax that may be levied in the Employer s country on profits made by it in respect of the Contract. 3) Income Tax Foreign and local Contractors and Construction Agencies of the Government will have to comply with regulation of the Department of Inland Revenue for payment of Income Tax on profits arising from the Contract. Foreign and Local Contractors and Construction Agencies of the Government shall be wholly responsible for the payment of all taxes which are payable under Revenue Laws of Sri Lanka.

4) Value Added Tax (VAT) The Contractor, foreign Subcontractors and local Subcontractors shall comply with the regulations of the Department of Inland Revenue for Payment of the Value Added Tax, arising out of the Contract. The Contractor, foreign Subcontractors and local subcontractors shall register with the Department of Inland Revenue if applicable, and obtain VAT registration numbers. Payment of VAT directly to the Department of Inland Revenue is the responsibility of the Contractors. The Contractors are required to furnish returns as applicable, to the Department of Inland Revenue. VAT payable by the Contractors is to the charge of the Employer. 5) Remittance Abroad If a foreign Contractor wishes to remit out of Sri Lanka any of his earning in Sri Lanka Rupees representing profits, foreign overheads, home allowances and salaries of foreign personnel, he will have to comply with regulations of the Department of Inland revenue and the Department of Exchange Control, Central Bank of Sri Lanka. Any charges under this clause will be in Sri Lanka Rupees, and shall be borne by the Contractor. 6) Taxes Exemption Duties, taxes and other levies indicated below shall be exempted or reimbursed or paid by the Employer on behalf of the Contractor, as appropriate. Therefore, the Bid Prices shall not be included the followings: - Value Added Tax (VAT) in connection with the Contract - Customs Duties, Import Duties and VAT in connection with the landing and shipment of all such plant, equipment, materials, constructional plant and other things brought into or dispatched from Sri Lanka for the purpose of the Works, including second warehouse rent port and lighter dues and pilot age charges together with all handling and other charges, in respect of all such plant, equipment, materials, constructional plant and other things supplied by them. 7) Landing, Port Dues, etc. The Contractor will be required to complete the Customs Entry Form and obtain the Satisfied endorsement from the Customs in respect of all consignments and obtain the certificate of the Engineer, that custom duties, import duties and taxes, to be paid are for goods use in connection

with or to be used in the construction of the Works. On the submission of these documents, the Employer will issue a cheque in favour of Sri Lanka Customs, and hand over the same to the Contractor for clearing the goods. For the payment of customs, import duties and taxes on the constructional plant, equipment, tools, materials and vehicles which remain the property of the Contractor, the Contractor shall provide the Employer with a Bank Guarantee equal to the value of duties and taxes paid, from a bank acceptable to the Employer. The bank guarantee shall be valid during the total contract period plus four (4) months. Any payments under this clause will be in Sri Lanka Rupees. Computation of the Employer s payments/reimbursements of such duties and taxes on such consignments will be limited to the CIP value. The Contractor shall bear all expenses, other than customs duties, import duties and VAT, in connection with the landing and shipment of all such plant, equipment, materials, constructional plant and other things brought into or dispatched from Sri Lanka for the purpose of the Works, including second warehouse rent, port and lighter dues and pilot age charges together with all handling and other charges, in respect of all such plant, equipment, materials, constructional plant and other things supplied by them The Contractor shall complete all necessary custom documents and comply with all Custom Export and Exchange formalities as a precedent to the granting, by the Engineer, the consent for their removal from the site, in respect of all constructional plant, material or things which remain the property of the Contractor and to be re-exported out of Sri Lanka. 8) Payment of Dues and Duties on Disposal Plant, Equipment, etc. ITB18.5 (a) ITB 18.5(d) ITB 18.7 Notwithstanding the foregoing, the Contractor shall pay all the prescribed dues and charges including customs duties on all his constructional plant, equipment, tools, materials, appliances, vehicles, and other things which he disposes of in Sri Lanka. After the Contractor receives the necessary authority for such disposal from the Engineer, the dues and charges payable shall be assessed in the manner and at the rates applicable at the time of disposal. The Contractor and his personnel shall comply with the regulations of the Government which may be issued from time to time relating to the disposal of items the import of which is under Government restrictions. Named place of destination is: Instructed place by Employer in the City of Colombo Named place of final destination is :Instructed place by Employer in the City of Colombo The prices quoted by the Bidder shall be fixed.

ITB 19.1 ITB 20.1 ITB 20.3 (a) ITB 21.1 The currency(ies) of the Bid shall be as follows: (a) Equipment and training services to be supplied from abroad shall be quoted entirely in: Japanese Yen and/or US Dollars and/or Euros. (b) Equipment and training services to be supplied from within the Employer s country shall be quoted in the currency of the Employer s country: Sri Lankan Rupees(LKR). The Bid validity period shall be 180days. Not Applicable The currency of the Bid Security shall be Sri Lanka Rupees or equivalent amount of US dollars.lkr amount of Bid Security shall be as follows, Lot 01 : LKR 1,600,000 Lot 02 : LKR 1,400,000 Lot 03 : LKR 75,000 Lot 04 : LKR 925,000 In case of submitting for more than one lot separate bid security relevant to each lot shall be submitted. ITB 21.2 (a) Bank Guarantee: - An unconditional on demand bank guarantee, issued by a bank approved by the Central Bank of Sri Lanka and operating in Sri Lanka or issued by a bank based in another country but the bid security shall be confirmed by a bank approved by the Central Bank of Sri Lanka and operating in Sri Lanka. The Bid Security shall be valid for twenty-eight (28) days beyond the bid validity period (Up to 05 th December 2016) ITB 21.2 (b) Letter of Credit: -A letter of credit of irrevocable, unconditional, confirmed and en-cashable upon the first written request of the Employer is only acceptable. The Letter of Credit shall be valid for twenty-eight (28) days beyond the bid validity period. ITB 21.2 (c) Certified Cheque :-A bank official cheque (pay order) in Sri Lankan Rupees is only acceptable. ITB 21.2 (d) Other types of acceptable securities :None ITB 22.1 In addition to the original of the Bid, the number of copies is: Three (03) ITB 22.2 The written confirmation of authorization to sign on behalf of the Bidder shall consist of:power of Attorney certified by the Notarial Institution and the Sri Lanka Embassy of Bidder s country or High Commission of Bidder s country.

D. Submission and Opening of Bids ITB 24.1 ITB 27.1 For bid submission purposesonly, the Employer s address is: Attention: The Chairman, Standing Cabinet Appointed Procurement Committee Address : Office of Additional General Manager (Projects) Ceylon Electricity Board Street Address: No.385, Landmark Building, Galle Road, Floor/Room number: 4 th Floor City: Colombo ZIP Code: 00300 Country: Sri Lanka The deadline for bid submission is: Date: 11 th May 2016 Time: 1000 hrs The Technical Bid opening shall take place at: Street Address: Ceylon Electricity Board, No.385, Landmark Building, Galle Road, Floor/Room number: 4 th Floor City: Colombo ZIP Code: 00300 Country: Sri Lanka Date: 11 th May 2016 Time: 1000 hrs E. Evaluation and Comparison of Bids ITB 37.1 ITB 38.6 ITB 41.2 The currency that shall be used for bid evaluation and comparison purposes to convert all bid prices expressed in various currencies into a single currency is: Sri Lanka Rupee (LKR) The source of exchange rate shall be: Central Bank Sri Lanka The date for the exchange rate shall be: the selling rate on Technical Bid opening date. Evaluation is done by each lot separately. Discount if any shall be offered each lot separately and Conditional discounts are not accepted. F. Award of Contract The Employer shall award the Contract by one or more lot/lots of specialized vehicles.

Section III. Evaluation and Qualification Criteria Section III. Evaluation and Qualification Criteria

Section III. Evaluation and Qualification Criteria Evaluation and Qualification Criteria 1. Evaluation Bids will be evaluated as described in section E of ITB. In addition this section further described the criteria that the Employer will use to evaluate bids and qualify Bidders. 1.1 Technical Evaluation Technical bid shall be evaluated under single responsibility basis on following components or services separately: i) Lot-1:Five (5) units of Insulated Bucket Trucks ii) Lot-2:Four (4) units of Pole Installation Trucks iii) Lot-3:One (1) unit of Digger iv) Lot-4:Five (5) units of Cargo Cranes Training for Operation, Maintenance& Safety works at Manufacturers Factory & Site for the above applicable lot/lots 1,2 and 4 of vehicles. In addition to the criteria listed in ITB 35.1 (a) (b) the following factors shall apply: 1.1.1 Personnel The Bidder must demonstrate that it has the personnel for the key positions that meet the following s: No. Position 1 Contractor s Representative a. To be stationed either in the Contractor s head office. b. Extensive experience in similar field 2 Engineer for Specialized Vehicles a. To be stationed in the Contractor s or Subcontractor s head office. b. Extensive experience in similar field Similar Work Experience (years) Experience in Similar Position (years) 10 5 10 5 The Bidder shall provide details of the proposed personnel and their experience records in Forms PER-1 and PER-2 in Section IV, Bidding Forms.

Section III. Evaluation and Qualification Criteria 1.2 Economic Evaluation Price bids of the bidders will be evaluated only if technical bid is substantially responsive. Any adjustment in price that result from the procedure outlined below shall be added for comparative evaluation only to arrive at an evaluated bid price. In addition to the criteria listed in ITB 38.2 (a) (c) the following criteria shall apply. 1.2.1 Quantifiable nonmaterial nonconformities Scope of work of each bid will be examined for completeness and compliance with the Employer s Requirements and if item(s) appear to be excluded in the technical proposal, or quantities are found lacking, a price representing the average price (of all other responsive bids) for such lacking quantities, or missing, or excluded items will be added to the bid price for evaluation purpose. Such items shall however be supplied free of cost. 1.2.2 Other Factors The following factors and methods will apply under ITB 38.2 (f): (a) Time Schedule Time to Supply of the Plant and Services from the effective date specified in Article 3 of the Contract Agreement for determining time for completion of delivery activities is: Two Hundred Seventy Five (275) days from the commencement date. No credit will be given for earlier completion. [The completion time specified shall be for the entire Plant and Services] (b) Operating and Maintenance Costs This matter is not considered for evaluation. The price of recommended spare parts quoted in Price Schedule No. 7 shall not be considered for evaluation. (c)work, services, facilities, etc., to be provided by the Employer (Not Applicable) (e) Specific additional criteria (Not Applicable)

Section III. Evaluation and Qualification Criteria 1.2.3 Award Criteria for Multiple Contracts (ITB 38.4) (Not Applicable) 1.3Alternatives Technical Solutions Alternatives technical solutions, if invited in accordance with ITB 13.4, will be evaluated as follows: (Not Applicable) 2. Qualification Bids which are not satisfying following qualification criteria will be rejected. (i)manufacturer Qualification Criteria (a) Supply of insulated bucket trucks including base vehicle Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of bucket truck and minimum fifteen(15) years export (to outside the country) record of same or similar type of bucket truck at factory base. The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in and outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The load capacity of the insulated bucket truck shall be similar with the of the Project. The base vehicle of the insulated bucket truck shall be right hand driven, satisfy the s in accordance with the Sri Lankan Traffic Act and should be available with manufacturer accepted local service facility. The Bidder shall submit valid documentary evidence to verify that the insulated bucket trucks are factory fitted to the base vehicle in their original place of manufacturing.

Section III. Evaluation and Qualification Criteria (b) Supply of Pole Installation trucks including base vehicle Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of pole installation trucks and minimum fifteen(15)years export (to outside the country) record at factory base. The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in and outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The specification of the pole installation truck shall be similar with the of the Project. The base vehicle of the pole installation truck shall be right hand driven, satisfy the s in accordance with the Sri Lankan Traffic Act and should be available with manufacturer accepted local service facility. The Bidder shall submit valid documentary evidence to verify that the insulated bucket trucks are factory fitted to the base vehicle in their original place of manufacturing. (c) Supply of Digger Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of digger and minimum fifteen(15) years export (to outside the country) record at factory base. The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in and outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The load capacity of the digger shall besimilar with the of the Project. (d) Supply of Cargo Crane including base vehicle Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of truck crane and minimum fifteen(15) years export (to outside the country) record at factory base.

Section III. Evaluation and Qualification Criteria The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and highquality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in and outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The load capacity of the truck crane shall be similar with the of the Project. The base vehicle of the truck crane shall be right hand driven, satisfy the s in accordance with the Sri Lankan Traffic Act and should be available with manufacturer accepted local service facility. The Bidder shall submit valid documentary evidence to verify that the insulated bucket trucks are factory fitted to the base vehicle in their original place of manufacturing. (ii) Exchange Rate for Qualification Criteria Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state a monetary amount, Bidders should indicate the USD equivalent using the rate of exchange determined as follows: (a) (b) For turnover or financial data required for each year Indicative Exchange rate prevailing on the last day of the respective calendar year. Value of single Contract Indicative Exchange rate prevailing on the date of the Contract. Selling Exchange rates shall be taken from the publicly available source identified in BDS 37.1 or, in case such rates are not available in the source identified above, any other publicly available source acceptable to the Employer. Any error in determining the exchange rates may be corrected by the Employer. (iii) Qualification Criteria for Multiple Contracts (Not Applicable)

Option A - Section III. Evaluation and Qualification Criteria Following Prequalification Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity All Parties Combined Each One Submission Requirements 2.1. Eligibility 2.1.1 Nationality Nationality in accordance with ITA Sub-Clause 4.3 N/A N/A Forms ELI 1.1 and 1.2, with attachments 2.1.2 Conflict of Interest No conflicts of interest in ITA Sub-Clauses 4.4, 4.5 and 4.6 2.1.3 JICA Ineligibility Not having been declared ineligible by JICA, as described in ITA Sub-Clause 4.7 N/A N/A N/A N/A Application Submission Form Application Submission Form Form ACK 2.2 Historical Contract Non-Performance 2.2.1 History of Non-Performing Contracts Non-performance of a contract (i) did not occur as a result of contractor s default since 1 st July 2012. (ii) N/A (ii) N/A Form CON 2 2.2.2 Pending Litigation All pending litigation shall in total not represent more than 50% of the Applicant s net worth and shall be treated as resolved against the Applicant. (ii) N/A (ii) N/A Form CON 2 2.2.3 Litigation History No consistent history of court/arbitral award decisions against the Applicant (iii) since 1 st July 2009. (ii) N/A (ii) N/A Form CON 2

Section III. Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity Notes for the Applicant (i) (ii) Non-performance, as decided by the Employer, shall include all contracts All Parties Combined Each One Submission Requirements (a) where non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the respective contract, and (b) that were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Employer s decision was fully overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Applicant have been exhausted. This also applies to contracts executed by the Applicant as a JV member. (iii) The Applicant shall provide accurate information on the related Application Form about any litigation or arbitration resulting from contracts completed or ongoing under its execution over the last five (5) years. A consistent history of awards against the Applicant or any member of a joint venture may result in failure of the Application. 2.3 Financial Situation 2.3.1 Financial Performance The audited balance sheets or, if not required by the laws of the Applicant s country, other financial statements acceptable to the Employer, for the last five (5) years shall be submitted and must demonstrate the current soundness of the Applicant s financial position and indicate its prospective long-term profitability. As the minimum, an Applicant s net worth calculated as the difference between total assets and total liabilities should be N/A N/A Form FIN 3.1 with attachments

Section III. Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity 2.3.2 Average Annual Supply Turnover positive. Minimum average annual supply turnover of Four (4) Million USD, calculated as total certified payments received for contracts in progress and/ or completed, within the last five (5) years, divided by five (5) years. All Parties Combined Each 30 %of the One 60% of the Submission Requirements Form FIN 3.2 2.3.3 Financial Resources (i)the Bidder shall demonstrate that it has access to, or has available, liquid assets, unencumbered real assets, lines of credit, and other financial means (independent of any contractual advance payment) sufficient to meet the cash flow s estimated for the subject Contract(s) net of the Bidder s other commitments. The amount of available, liquid assets, unencumbered real assets, lines of credit, and other financial means shall be USD 675,000, 540,000, 22,500 and 262,500 for each lot-1, 2, 3 and 4 respectively. If the bidder will offer for more than one lot, minimum amount of financial resources shall be the summation of the given amount of the each lot. The bidder who have not satisfied the above financial s will be rejected. 30 %of the 60% of the Form FIR - 1

Section III. Evaluation and Qualification Criteria No. Factor Requirement Single Entity 2.4. Experience Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) (ii) The Bidder shall also demonstrate, to the satisfaction of the Employer, that it has adequate sources of finance to meet the cash flow s on works currently in progress and for future contract commitments. All Parties Combined Each One Submission Requirements N/A N/A Form FIR 1 and Form FIR - 2 2.4.1 General Supply Experience Experience under supply contracts of special purpose vehicles in the role of prime contractor (single entity or JV member), subcontractor or management contractor (i) for at least thirty numbers of special purpose vehicles shall have been supplied, starting 1 st January 2011. N/A N/A Form EXP 4.1 2.4.2 Specific Supply Experience A minimum number of 15 specialized vehicles(any lot/lots of specialized vehicle given in this project) that have been satisfactorily and substantially (ii) supplied as a prime contractor (single entity or JV member) (iii), subcontractor or management contractor between 1 st January 2011and Application submission deadline. (iv) N/A N/A Form EXP 4.2 2.4. 3 Manufacturing Experience

Section III. Evaluation and Qualification Criteria No. Factor Requirement Single Entity 2.4.3(a) Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Supply of insulated bucket trucks (v) including base vehicle Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of bucket truck and minimum fifteen (15) years export (to outside the country) record of same or similar type of bucket truck at factory base. The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in or outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The load capacity of the insulation bucket truck shall be similar with the of the Project. The base vehicle of the insulation bucket truck shall be right hand driven, satisfy the s in accordance with the Sri Lankan All Parties Combined Each One Submission Requirements N/A N/A Form EXP 4.3 (a)

Section III. Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity Traffic Act and should be available with manufacturer accepted local service facility. The Bidder shall submit valid documentary evidence to verify that the insulated bucket trucks are factory fitted to the base vehicle in their original place of manufacturing. All Parties Combined Each One Submission Requirements 2.4.3(b) Supply of pole installation trucks (v) including base vehicle Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of pole installation truck and minimum fifteen (15) years export (to outside the country) record at factory base. Form EXP 4.3 (b) The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in and outside the country of manufacture. For this purpose at

Section III. Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity least two (2) certificates issued by end users shall be submitted with the offer. The specification of the pole installation truck shall be similar with the of the Project. The base vehicle of the pole installation truck shall be right hand driven, satisfy the s in accordance with the Sri Lankan Traffic Act and should be available with manufacturer accepted local service facility. The Bidder shall submit valid documentary evidence to verify that the insulated bucket trucks are factory fitted to the base vehicle in their original place of manufacturing. All Parties Combined Each One Submission Requirements 2.4.3(c) Supply of digger (v) Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of digger and minimum fifteen (15) years export (to outside the country) record at factory base. Form EXP 4.3 (c) The equipment shall have been manufactured according to the strict

Section III. Evaluation and Qualification Criteria No. Factor Requirement Single Entity 2.4.3(d) Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) Supply of cargo crane (v) including base vehicle safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary evidence that the equipment have ten (10) years or more continuous operation in and outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The load capacity of the digger shall be similar with the of the Project. Manufactured by a worldwide reputed manufacturer, having manufacturing and supply record of more than twenty five (25) years of same or similar type of truck crane and minimum fifteen (15) years export (to outside the country) record at factory base. The equipment shall have been manufactured according to the strict safety rule in or outside the manufactured country and high quality, reliable and efficient with long life expectancy is expected of the equipment. It should be proved by documentary All Parties Combined Each One Submission Requirements Form EXP 4.3 (d)

Section III. Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity evidence that the equipment have ten (10) years or more continuous operation in or outside the country of manufacture. For this purpose at least two (2) certificates issued by end users shall be submitted with the offer. The load capacity of the truck crane shall be similar with the of the Project. The base vehicle of the truck crane shall be right hand driven, satisfy the s in accordance with the Sri Lankan Traffic Act and should be available with manufacturer acceptedlocal service facility. The Bidder shall submit valid documentary evidence to verify that the insulated bucket trucks are factory fitted to the base vehicle in their original place of manufacturing. All Parties Combined Each One Submission Requirements Notes for the Applicant (i) (ii) A management contractor is a firm which takes on the role of contract management as a general contractor of sort could do. It does not normally perform directly the construction work(s) associated with the contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and risk for price, quality, and timely performance of the work contract. Substantial completion shall be based on 80% or more of the works completed under the contract. (iii) For contracts under which the Applicant participated as a JV member, only the Applicant s share, by value, shall be considered to meet this.

Section III. Evaluation and Qualification Criteria Eligibility and Qualification Criteria Compliance Requirements Documentation Joint Venture (existing or intended) No. Factor Requirement Single Entity All Parties Combined Each One Submission Requirements (iv) For contracts under which the Applicant participated as a JV member or subcontractor, only the Applicant s share, by value, shall be considered to meet this. (v) For No.- 2.4.3(a) to 2.4.3(d), if the proposed Subcontractor / Manufacturer of the respective item meets the s stipulated, then Single Entity or Joint Venture (as applicable) is considered as meeting the s stipulated for Single Entity or Joint Venture respectively.

Section III. Evaluation and Qualification Criteria 2.5 Subcontractors/manufacturers Subcontractors/manufacturers for major items of supply or services identified in the bidding document must meet the minimum criteria specified therein for each item. Subcontractors/manufacturers for the following additional major items of supply or services must meet the following minimum criteria, herein listed for that item: Item No. Description of Item 1 Each type of specialized Vehicle Minimum Criteria to be met i) Bidder shall furnish copies of ISO 9001 or equivalent certificates of proposed manufacturers, ii) Bidder shall submit drawings &broachers as per the of the technical specifications, Failure to comply with these s will result in the rejection of the Subcontractor. In the case of a Bidder who offers to supply and install major items of supply under the Contract that the Bidder did not manufacture or otherwise produce, the Bidder shall provide the manufacturer s authorization, using B3-6 Form MAN provided in Section IV, Bidding Forms, showing that the Bidder has been duly authorized by the manufacturer or producer of the related plant and equipment or component to supply and/or install that item in the Employer s country. The Bidder is responsible for ensuring that the manufacturer or producer complies with the s of ITB 4 and ITB 5 and meets the minimum criteria listed above for that item.