You are on page 1of 44

BIDDING DOCUMENTS

IT RELATED FITTINGS AND FIXTURE


WORKS OF ADMINISTRATION BLOCK,
COLOMBO
FOR
SUGATHADASA NATIONAL
SPORTS COMPLEX AUTHORITY

P.O. BOX 2211, COLOMBO 13,


SRI LANKA

MINISTRY OF SPORTS

YEAR 2018

FOR OFFICE USE ONLY

Receipt No. :…………………………..


Name of Issuing Officer :…………………………
Date of Issue :…………………………..
Bid No :…………………………..
Name of Firm :………………………….
CONTENTS
PAGE NUMBERS

1. The Bid Notice 03

2. Instructions to Bidders 04 12

3. Form of Bid 13 14

4. (I) Form of Application 15 16


(II) Conditions of Contract 17 18
(III)Appendix to Conditions of Contract 19

5. Specifications 20 31

6. Summary of Price (Bidding Data Sheet) 32 37

7. Form of Bid Security 38 39

8. Articles of Agreement 40 42

9. Letter of Acceptance 43 44

2
SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY
01. BID NOTICE

01. The Chairman, Procurement Board, Sugathadasa National Sports Complex Authority, Arthur
De Silva Mawatha, Colombo 13, will receive sealed bids for the IT Related Fittings and Fixture
Works of newly constructed Administration Block at Sugathadasa Outdoor Stadium, Colombo.
.
Bids should be submitted on forms obtainable from the office of the Purchasing Section,
Sugathadasa National Sports Complex Authority up to 2.00 p.m. of weekdays by making
payment of a non-refundable bid fee of Rs. 3,000/= in cash.

02 Bids will be closed on …………………….. at 2.00 p.m. and will be opened immediately after
the closing of the bids at the Sugathadasa National Sports Complex Authority. Bidders or their
authorized representatives are requested to be present at the opening of bids.

03. Sealed bids may be dispatched either by registered post or hand delivered to the Sugathadasa
National Sports Complex Authority to reach before the closing date and time. Bid for “IT
Related Fittings and Fixture Works of Administration Block at Sugathadasa Outdoor Stadium,
Colombo” is to be mentioned on the upper left hand corner of the bids envelope.

03 Bid documents may be inspected free of charge at the Purchasing office within the time of
10.00 a.m. to 3.00 p.m. in working days.

04 Site visit may be arranged within time of 10.00 a.m. to 3.00 p.m. in working days however,
should inform IT Section SNSCA prior to the visit,

05. A bid security of Rs.50,000/= is to be accompanied with the bid form that is stipulated in (19).

06. For further details please contact the purchasing section on phone Nos. 2445677, 2384490. or
fax 2445675.

CHAIRMAN
PROCUREMENT COMMITTEE
SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY
P.O. BOX 2211, ARTHUR DE SILVA MAWATHA
COLOMBO 13.

January 2018

3
02. INSTRUCTIONS TO BIDDERS

GENERAL

01. Bids are called for the IT Related Fittings and Fixture Works of newly constructed
Administration Block at Sugathadasa Outdoor Stadium, Colombo forSugathadasa National
Sports Complex Authority.

02. Bids should be submitted in the forms available at the office of the Purchasing Section,
Sugathadasa National Sports Complex Authority, Arthur De Silva, Mawatha, Colombo 13, on
payment of a non-refundable form fee of Rs.3,000/= in cash until 2.00 p.m. on
……………………. 2018.

03. Scope of the Bid

Following supplies and installations are included in the project

a. Computer Networks System with necessary Outlets and Access Points, as wellthe
Fiber-optic line in Indoor Stadium is to be connected to this administration building
at Outdoor Stadium
b. PABX System and IP Telephones with necessary accessories.
c. CCTV system.
d. Finger Scanning Machine.
[

04. Bids sealed in accordance with clause 21 of the ITB should reach the Authority before the
closing date and time of bids. Bids may be sent by registered post or hand delivered to the
following address.

Chairman
Procurement Committee
Sugathadasa National Sports Complex Authority
P.O. Box 2211
Arthur De Silva Mawatha
Colombo 13.

05. Bids will be closed at 2.00 p.m. on ………………………… 2018and will be opened
immediately thereafter. All bidders or their authorized representative are hereby requested to
be present at the opening of Bids.

06. Source of Funding Government Fund

07.Eligible Bidders (a) Should have minimum experience of 05 years in three fields of
Computer Networking, CCTV and PABX.
(b) Documentary evidence as proof of experience in supply and
maintaining Computer Networks, CCTV and PABX will have to
be furnished by all bidders.

4
(c) Documentary evidence as proof of offers to Govt. Departments
and private sector to support proving your capability for
developing and maintaining It related fitting an fixture works of
administration block sites.
(d) Should furnish details of applicant’s financial stability supported
by Bank statements for the past six months.

(e) Business should be registered in any IT related field and its


certificate (BRC) must be forwarded along with the application.

08.One Bid per Bidder Each bidder shall submit only one bid and who submits
morethan one bid will be disqualified. However bidders
may submit alternate offers relating to their main bid for
consideration, if they so desire. No separate bid bonds are
required for alternate bids.

09. Cost of biding The bidder shall bear all costs associated with the
preparation and submission of the bid and the Authority
will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the bidding
process.
(I) BID DOCUMENTS

10. Contents of Bid Documents 01. Bid Notice


04. Instructions to Bidders
05. Form of Bid
06. Form of Application
i) Conditions of contract
ii) Special & General conditions of contract.
iii) Appendix to conditions of contract

07. Specifications
08. Bidding data sheet
09. Form of Bid Security
10. Form of Bid Guarantee/performance
Bond
11. Articles of Agreement
12. Letter of Acceptance

11. Clarification of Bid Documents A prospective bidder requiring any clarification of the bid
documents may notify the Authority in writing or by fax
to Authority address. The Authority will respond to any
request for clarification which he receives earlier than 07
days prior to the deadline for submission of bids.

5
12. Amendments of Bid Documents At any time prior to the deadline for submission of bids,
the Authority may amend the bid documents by issuing
addenda.
(II) PREPARATIONOF BIDS
13.Price The Prices for designing, launching and maintaining the
IT related fitting an fixture works of administration block
should be quoted in the schedules annexed hereto. The
prices and charges must include all incidental and
contingent expenses.

The Bidder may arrange visiting to the site by calling to


Procurement section /IT Section within 0900 hrs. to 1500
hrs.

The quoted price shall be entered in figures and repeated


in words against the appropriate item. If there is any
discrepancy between the words and figures the amount
shown in words will be considered for evaluation. Bids
with incomplete or erroneous schedules and quotations
are liable to rejection. All alterations erasures in the
quotations must be authenticated.

14. Mode of Payment Full payment will be made on a certificate issued by


the Technical Evaluation Committeeappointed by the
Authority.

15. Language of Bid English

16. Bid currency Bidders are required to quote in Sri Lanka currency.

17. Bid validity Bids shall remain valid for a period of 60 days after the
date of bid opening.

18. Bid Security (a) The bid security shall at the bidder’s option is in
the form of a Bank certified cheque, or a Bank
guarantee from a reputable bank located in Sri
Lanka. Which must be registered underCentral
Bank of Sri Lanka Bid Security shall remain valid
for 90 days from the date of opening of bids. The
value of Bid Security is Rs. 50,000/= and no
interest will be paid for such deposit. Bid Bond
should be written in favors of “Sugathadasa
National Sports Complex Authority”.

(b) Any bid not accompanied by an acceptable bid


bond shall be rejected by the Authority as non-
responsive. The bid security of a joint venture

6
must be in the name of the joint venture
submitting the bid.
(c) The bid securities of unsuccessful bidders will be
returned as promptly as possible.

(d) The bid bond of the successful bidder will be


returned when the successful bidder has signed
the Agreement and furnished the required
performance bond.
(e) If the successful bidder within seven (07) days of
his being notified declines or fails to enter into an
agreement on the basis of the conditions in the
bidder, the bid bond will be forfeited.
19. Format and Signing of bids The bidder shall prepare one original of the documents of
these instructions to bidders bound with the section
containing the form of bid and appendix to bid and
clearly marked “ORIGINAL” in addition the bidder shall
submit 01 (one) copy of the bid clearly marked “COPY” in
the event of discrepancy between them the original shall
prevail. Any change should be initialed.

The following documents should accompany the bid.

1. Duly singed instructions to bidders

2. Duly signed conditions of contract

3. Form of Bid

4. Bidding data sheet (schedule 1 & 2)

5. Bid Bond

6. Confirmations, drawings, designs & catalogues

7. Details of similar jobs completed within last 10


years.

20. Sealing and Marking of Bids The bidder shall seal the original and the copy of the
bid in separate envelopes, duly marking the envelopes
as “ORIGINAL” and “COPY”. The envelopes shall then
be sealed in an outer envelope.

(a) The inner and outer envelopes shall be addressed


to the Chairman, Bid Board address provided in
Clause 03 of this ITB and bear the name and
identification number of the contract.

7
21. Deadline for submission of bids Bids will be received by the Authority at the address
specified in Clause 2 of ITB not later than the time and
date stipulated there.

The procurement committee may, in exceptional


circumstances and at his discretion, extend the deadline
for submission of bids by issuing an Addendum, in which
case all rights and obligations of this Authority and the
bidders previously subject to the original deadline will
thereafter be subjected to the deadline as extended.

22. Late Bids Any bid received by this Authority after the deadline for
submission of bids will be returned unopened to the
bidder.

23 Modification, Substitution The bidder may modify, substitute or withdraw his bid after bid
and withdrawal of bids submission, provided that written notice of the modification or
withdrawal is received by this Authority prior to the deadline
for submission of bids.

The bidder’s modification or withdrawal notice shall be


prepared, sealed, marked and delivered in accordance
with the provisions of Clause 20 with the outer and inner
envelopes additionally marked“MODIFICATION” or
“WITHDRAWAL” as appropriate.

No bid may be modified by the bidder after the deadline


for submission of bids.

(III) BID OPENING AND EVALUATION

24. Opening of Bid The Bid Board / Bid Opening Committee will open the
bids including withdrawal and modifications in the
presence of bidders designated representatives who
choose to attend. The bidders’ representatives who are
present shall sign a register evidencing their attendance.

Envelopes marked “WITHDRAWAL” and


“SUBSTITUTION” shall be opened first and the name of
the bidder shall be read out. Bids for which an acceptable
notice of withdrawal had been submitted shall not be
opened.

The bidders’ names, the bid Prices, including any


alternative bid price or deviation any discounts bid

8
modifications and withdrawals the presence (or absence)
of bid bond and any such other details as the bid board
may consider appropriate will be announced by the bid
board at the opening. Subsequently all envelopes marked
“MODIFICATION” shall be opened and the submissions
therein read out in appropriate details. No bid shall be
rejected at bid opening except for late bids.

25. Clarification of bids To assist in the examination, evaluation and comparison of


bids the Procurement committee may, at his discretion
ask any bidder for clarification of his bid including
breakdown of unit rates. The request for clarification and
the response shall be in writing or by Fax, but no change
in the price or substance of the bid shall be sought, offered
or permitted except as required to confirm the correction
of arithmetic errors discovered by the bid board in the
evaluation of the bids.

26. Examination of bids and Prior to the evaluation of bids the bid board will
Determination of Responsiveness determine whether each bid (a) has been properly
signed (b) is accompanied by the required securities (c)
is substantially responsive to the requirements of the
bidding documents and (d) provides any clarification
and /or substitution that the bid board may require to
determine responsiveness.

27. Correction of Errors Bids determined to be substantially responsive will be


checked by the Procurement committee for any arithmetic
errors. Errors will be corrected by the Employer.

28. Evaluation comparison of bids The responsiveness of the Procurement Committee will
be determined by the Procurement committee on a report
submitted by the Technical Evaluation Committee.

29. Right to Accept The bid board reserves the right to accept any bid
or accept any part and reject any part and to annul the
bidding process at any time prior to award of contract,
without thereby incurring any liability to the affected bid
or bidders or any obligation to inform the affected bid or
bidders of the ground for the action of the bid board.

30. Notification of Award The decision of the Procurement committee will be led
(letter of acceptance) to notify the successful bid by Fax confirmed by
registered letter that his bid has been accepted. This
letter shall specify the sum, which the Authority will pay
the contractor in consideration of the execution and
completion of the works and the remedying of any

9
defects therein by the contractor as prescribed by the
contract. The notification of award will constitute the
formation of the contract.

31. Signing of Agreement At the same time that this Authority notifies the
successful bid that his bid has been accepted this
Authority will send the bidder the Agreement in the
form provided in the bidding documents incorporating
all agreements between the parties.

Within 07 (seven) days of the date of intimation of the


acceptance of the bid the successful bid shall sign the
Agreement and return it to the Authority together with
the required performance bond. Stamps fees for the
Agreement will have to be met by the successful
bidder.(optional)

32. Performance Security The successful bid shall be required to furnish a


performance bond in favour of the Sugathadasa National
Sports Complex Authority to be valid up to the expire of
the period of the contract to the amount of ten percent
(10%) of the total value of the contact sum for the due and
satisfactory completion of the contract and for the
payment of all claims to which the Democratic Socialist
Republic of Sri Lanka may be entitled under the provision
of the Agreement to be entered into. The performance
bond shall be executed within 07 (seven) days of the letter
of acceptance of the bid or within such extended period as
may be granted by the Chairman, Procurement committee
at his sole discretion. The performance bond should be
furnished by a Bank approved by the Chairman of the Bid
Board and it should be valid up to 06 months after the
proper completion of goods.

33. Other Requirements The following particulars should be submitted along with
the bid applications.

(a) Documentary proof of the bidder’s experience in


handing similar works.

(b) Time schedule of completion of the works is to be


adhered by the Contractor.

(c) Descriptive details and designing in It related


fitting an fixture works of administration block as
well their chargesand time framework have to be
provided

10
(d) Additional works the bidder proposed and its
charges other than mentioned in the
scope/specifications in the bidding document.
(e) Services given free of charge

34.Sri Lankan Law The bid and any contract resulting there from arbitration
shall be governed construed according to the Law of the
Democratic Socialist Republic of Sri Lanka.

35.Contract not to be sub-let The successful bidder shall not assign or sub-let such
contract without the written authority of the Chairman of
the Procurement committee. In the event any portion of
such obligations has been so assigned or subject by any
bidder, he/she shall nevertheless be held responsible for
the due performance of the parts so assigned or subject.
The Chairman reserves the right to refuse to recognize a
power of Attorney issued by the successful Bidder to any
person authorizing on his/her behalf. The original bid
may be made by one or more companies who have
combined together for the purpose of quoting. If awarded
the contract they shall be jointly and severally responsible
for its performance.

36.Warranty The contractor warrants to the Sugathadasa National


SportsComplex Authority that the It related fitting an
fixture works of administration block designing and
maintenance services under the contract will comply
strictly with the requirements of the contract.for a period
of one year.

37.Guarantee Period The contractor will be further assigned for maintaining


the It related fitting an fixture works of administration
block site for a period of 02 (two) year minimum from
handing the project.

During the warranty period and subsequently during the


maintenance contract period (if any) the bidder shall
ensure that any faults, reported are cleared within four
(04) hours or from time of reporting.
38. Competence The bids shall be accompanied by the company profile
details of technical staff technical competence for design
and maintaining in three fields of Computer Networking,
CCTV and PABX also furnish a list of names addresses
and contact numbers of customers using bidders
Computer Networks, CCTV and PABX.

39. Hard Copies hardcopiesof designs /plannings and As-Built diagram


should be handed when demanded by the employer.
11
40. Further Information Further information can be obtained from the Purchasing
Section, Sugathadasa National Sports Complex Authority,
P.O. Box 2211, Arthur De Silva Mawatha, Colombo 13,
on any working day between 9.00 a.m. and 3.00
p.m. T.P. 2384490 / 2445677 or Fax No. 2445675

Chairman – Procurement Committee

Sugathadasa National Sports Complex Authority

Date : ………………

I/We read the above Bid conditions and agree to conform to them in all aspects.

I / We hereby assure the chairman of the bid board that I / We are in a position to discharge our
obligations in respect of this and all other services / supplies for which I / We have bided or outered
in to contract.

............................................. ………........................................................................
Date Signature of the Bidder with common seal

Bidder’s Full Name .....................................................................................

Address .....................................................................................

.....................................................................................

.....................................................................................

Tel. / Fax .....................................................................................

12
03. FORM OF BID

To the Chairman
Procurement Committee
Sugathadasa National Sports Complex Authority
P.O. Box 2211
Arthur De Silva Mawatha
Colombo 13.

BID FOR THE IT RELATED FITTING AN FIXTURE WORKS


OF ADMINISTRATION BLOCK
FOR SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY.

01. I/We the undersigned having read and fully acquainted myself / ourselves with the Contents
of the “Information, instructions and specifications to the bidders and terms and conditions of
bid” pertaining to the above Bid along with schedules thereto do hereby undertake to physical
training equipments referred to therein in accordance with aforesaid instructions, terms and
conditions and specifications for a total Bid Price of SLR (Bid price should be mentioned in
figures &words)
........................................................................................................................................................................
........................................................................................................................................................................
........................................................................................................................................................................
....................................................................................................................................................
the makeup of the aforesaid total Bid Price is given in the accompanying price schedule. (Pl.
see page 18)

02. I/We confirm that this offer shall be open for acceptance until .........................................and that
it will not be withdrawn or revoked prior to that date.

03. The rates and the prices in the bidding data sheet has been duly filled-in and signed by me/us
so as to show the calculation upon which this bid is based and in accordance with I/we agree
to execute additional works and to have deductions made for omitted works.

04. And I/we further agree in the event of my/our failure to execute such agreement within ten
(10) days of my/our being called upon to execute such agreement the acceptance of this bid
may be revoked by the Democratic Socialist Republic of Sri Lanka.

05. And that I/we be held responsible for all damages sustained by the Democratic Socialist
Republic of Sri Lanka by reason of such failure.

13
06. I/We attach thereto the following documents as part of my / our Bid.
(i) Price schedule
(ii) Scope of work, specifications & designs & samples of the item
(iii) Documentary evidence to establish eligibility of goods offered.
(iv) Bid bond
(v) Documentary evidence to establish qualifications for performance of the contract.
(vi) Any other documents.
(vii) Statement relating to guarantee

07. I/We understated that you are not bound to accept the lowest bid and that you reserve the
right to reject any or all bids or accept any part of a Bid without assigning any reasons
therefore.

08. I/We undertake to adhere to the delivery schedule attached.

09. My/Our Bank reference is as follows : …............................................................................

Signature of Bidder : ................................................................................

Name of Bidder : .................................................................................

Address : .................................................................................

Telephone No. : ...................................................................................

Fax No. : ...................................................................................

Date : ...................................................................................

14
04 (I) FORM OF APPLICATION

SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY

IT RELATED FITTING AN FIXTURE WORKS OF ADMINISTRATION BLOCK


FOR SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY

i) Name and Address of Bidder ...........................................................................


…….……………………………………………………
…………………………………………………………
…….……………………………………………………
…………………………………………………………
………….…………………………………

ii) Business Registration No. & Date …………………….…………………………………

iii) Type of Organization …………………….…………………………………


(Limited, Liability, Co. etc.)

iv) If the supplier Direct or Local Agent : ……………………………………………..


(Copy of Agency Letter to be Annexed) ..……….…………………………………….

vi) Whether the following are forwarded along with this offer.

(a) Technical specifications & other information duly completed and provided for the
following parts Yes /No
(b) Bid bond Yes / No
(c) Company profile Yes / No
(d) Bidding data sheet Yes / No
(e) Manufacture’s technical literature / broachers for each equipment Yes / No
(f) List of customers Yes / No
(g) List of names of Directors and Technical Staff Yes / No
(h) Documentary evidence as proof of experience in the supplying
(i) items of similar nature during the last 03 years Yes / No
(j) Documentary evidence as proof of offers to Government
Departments and other evidence to support your capability
for the supply of tread mills Yes / No
(k) Statement relating to guarantee Yes / No
(l) Attach a copy of the Agency Letter Yes / No

15
vii) Whether agree to provide spare parts for next 05 years Yes / No

vii) Attach a copy of maintenance contract and charges for


maintenance agreement Yes / No

viii) Bids / Quotations shall include copies of authorized


distributorship or vender awarded Yes / No

I do hereby agree to the conditions 01 to 41 given in the instructions of bidders.

Signature of Bidder: ………………………………………………

Date : ……………………….

16
DEMOCRATIC SOCIALIST REPUBLIC OF SRI LANKA

SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY

04. (II) GENERAL CONDITIONS OF CONTRACT

01. Bidder must have at least 05 year experience of in three fields of Computer Networking, CCTV
and PABX.
01. The quotation number is to be indicated on the top left hand corner of the envelope enclosing
your quotation.

02. Bidder or the representative should give a detailed demonstration of the IT related fitting an
fixture works of Administration Block at the bid opening /when requested
[

03. The Sugathadasa National Sports Complex Authority reserves the right to accept or reject
lowest or any Quotation part thereof without assigning reasons.

04. Addresses of the clients whose IT related fitting fixture works completed by the bidder are to
be mentioned in the tender document that supports to Evaluation.

05. TheIT related fitting and fixture works of administration block should be completed within
the days assignedin thetender documentfrom the awarded date.

06. The prospective bidder shall agree to enter into a agreement for maintenance services for first
three years free of charge with Sugathdasa National Sports Complex Authority within 10 days
from the date of receiving letter of award.

SPECIAL CONDITIONS OF THE BID

Now it is hereby agreed as follows,

01. Special & General Conditions of BID

1. The bidder shall agree to supply/Fixing/equipment to SNSCA within a 14 days period


from the date of award of the contract and configuration must be completed within
period of 21 days.

2. 05% of the initial contract price will be retained and it will be released on certification of
satisfaction provided by the TEC appointed by the first party. (after 05 years) or Bank
guarantee for the value of the period.

3. Payment for comprehensive services for each year will be made after completion of
comprehensive warranty period of 02 years and both party shall sign service agreement.

4. Total payment for the PABX Unit with 03 years comprehensive warranty, except the
retention fee, will be made after issuing certification of completion provided by the TEC
appointed by this authority.
5. Unless the contractor has completed the task at the given deadline, 0.05% will be
deducted from the total payment for every lapsed day maximally upto 10%. (Liquidated
damage – 0.05% per day)

6. Annual service must be carried out free of charge within the warranty period.
17
7. Training to the stadium staff in use of server is to be arranged by the contractor free of
charge.

8. Quality of the goods and services

The contractor warrants to the Sugathadasa National Sports Complex Authority that the goods
supplied under the contract will comply strictly with the requirements of the contact.
The contractor further warrants that all materials and supplies furnished by the contractor for the
purpose will be having sufficient spares of good quality, fit for their intended purpose in
every respect.

a. Comprehensive warranty

The contractor guarantees against manufacturing defects for a period of 03 (three) years
minimally from the date of delivery .

b. Comprehensive Service

The Contractor shall agree to maintain the It related fitting an fixture works of
administration block for another two years after the warranty period and contractor has
no rights to claim other than the quoted prices in the tender document for 4th and 5thyear.

9. During the warranty period and subsequently during the comprehensive services contact
period the bidder shall ensure that any faults ,reported are cleared within forty eight (48)
hours or two working days from time or reporting or suitable substitute equipment is
provided until faults are cleared.

10. Rectification of Errors


During the warranty period and subsequently during the services contact period the
Contractor shall ensure that any faults, reported are cleared within Eight (08) hours free of
charge.
11. System Support Services

11.1)Weekly or Monthly visits will be carried out by the contractor’s system executives to
check on the status of the system. This will be done in a manner causing no
inconvenience to the customer.
11.2) The contractor is requested to call, mail, and fax or send a letter in order
toreceive an effective service as when required.

11.3)Support Services per day will be limited to 03 to 04 hours. If quarry is


not solved with in the allocated time to be extend the service hours. - FOC

I do hereby agree to the above conditions.

……….………………………………….
Signature of Bidder
(with common seal)
Date - ……………………….

18
04 (III) APPENDIX TO CONDITIONS OF CONTRACT

Amount of Performance Bond 10% of the value of Goods

Delivery Period Delivery should be made 14 days

Amount of Bid Bond Rs. 50,000/=

Time within which payment to be made


after submission of Bill 30 days

Advance Payment No advance payment

Minimum Guarantee Three years from the date of delivery

In witness whereof I/we do set my hand /our respective hands hereto at ......................... on this
.......................................... day of two thousand Seventeen (2018).

……………………….
Signature of Bidder/s
(with common seal)

(In the capacity of ........................................ and/or duly authorized to sign this bid for and on behalf of
M/S ........................................................................... )

Wittiness Signature Name Address

01. ……… ………………. …………………………. …………………………….


………………………. …………………………. …………………………….
………………………. …………………………. …………………………….

02. ………………………. …………………………. …………………………….


………………………. …………………………. …………………………….
………………………. …………………………. …………….………………

19
05. SPECIFICATIONS
OF

IT RELATED FITTING AN FIXTURE WORKS

OF ADMINISTRATION BLOCK AND TIME FRAME

(1) Equipment

Director's Office and Office

Assistant Director Office


Waiting area & Secretary
Account Procurement &

Office Area (1 & 2)


Chairman's Room
Conference Room

Working Director

Location/

Staircase (1 & 2)
Entrance (1 & 2)
Item
Workstation

workstation
Court Yard
IT Section

Garden
Room
NOS

Floor Ground Floor First Floor


Network
76 4 3 12 4 4 5 11 1 32
outlet
Wi -Fi
Access 04 1 1 1 1

Telephone
23 1 1 4 2 1 2 3 1 8
point
CCTV 12 1 1 2 1 - - 2 5
LED
screen for 02 - - - - - - 1 - 1 - - - -
CCTV
Finger
01 - - - - 1 - - - - - - - -
Scanner

2) Fiber - optic line in Indoor Stadium is to be connected to this administration building at


Outdoor Stadium as follows,

1. Start from network cabinet at Account section


2. cable is to be drawn through the road “Arthur de Silva Mawatha”
3. cable is to be connected to the existing managers office building and the new admin block at SOS
4. Length of the cable and the necessary equipment are to be proposed by the bidder in the Bidding
Data Sheet.
5. Designed Layout of proposed fiber cabling is to be forwarded with the bid.

20
3) Other Accessories

ITEM NOS
1. IP Indoor Camera
07
2. IP Outdoor Camera
05
3. NVR
01
4. Access Layer Switch
01
5. Core Layer Switch
01
6. PABX
01

4) Pricing

4.1) The price quoted for each items consists of the cost in supplying material / services as
well comprehensive services where employer will not bear up any cost of maintaining
the items for three years.

4.2) Comprehensive service is defined as “The services provided after completion of the
comprehensive warranty period in which the-employer will not bear any cost for
replacement of hardware or reinstallation of software and for other commitments in
regarding services of IT Related fittings and fixture works of the Administration Block ”

21
5) Specification of Wi-Fi Access Point (Indoor)

Item Minimum Specification Compliance


Yes/No If “No”Bidder’s
response
Brand
Model
Country of
Manufactu
re
Specification
1 Should support IEEE 802.11a/b/g/n/ac wave1
Should have 10/100/1000 Base T interface with PoE-PD: 48 V
2
DC (nominal) 802.3af or 802.3at PoE
Should be able to automatically distribute the network
3 configuration to other APs in the WLAN and be able to operate
at single (virtual controller)
One AP-Cluster (Group) must support up to a maximum 32
4
APs, with AP-Group redundancy
5 Built-in 2×2:2, 3.4 dBi @ 2.4 GHz, 2.55 dBi @ 5 GHz
Supports up to a 1.2 Gb/s wireless data rate and up to 64
6 simultaneous clients association.
7 Captive Portal (Internal Portal Server)
Set Transmit Power levels independently for 2Ghz/5GHz Radio
8 Chains - 1 dBm step-up
DFA (Dynamic Frequency Adjustment) optimizes available
9 channels and provides proper transmission power
Must support the below software features;
 Bandwidth capping per user
 L2 roaming
 Wireless QoS
 Rogue AP location and containment
10  White/black list
 System log report
 NTP server client
 User based load balance
 Zero-touch provisioning (ZTP)
 Band steering
11 Maximum power consumption: 10 W (802.3at PoE or DC)
Power over Ethernet (PoE): 48 V DC (nominal) 802.3af or
12 802.3at-compliant source

13 Temperature: 0°C to 45°C (+32°F to +113°F)


Advanced Cellular Coexistence (ACC) Minimizes interference
14 from 3G/4G cellular networks, distributed antenna systems,
and commercial small cell
15 802.3az Energy Efficient Ethernet (EEE)

16 Web based monitoring and management

22
6) Specification for IP Indoor Camera

Item Minimum Specification Compliance


Yes/No If “No” Bidder’s
response
Brand
Model
Country of
Manufacture
Specification

Image Sensor 1/2.9″ CMOS sensor

Minimum Color: 0.1 Lux / F1.2; B / W :0.001 Lux /


Illumination F1.2
Video Processing H.264 baseline, main profile, high profile
coding, MJPEG coding, dual-stream,
CBR / VBR, 32k ~ 16M bit / s adjustable
Lens 3.6mm
WDR Range D WDR, Range > 80db
Video H.265 (main profile) / H.264 (baseline,
Compression main profile, high profile) / MJPEG
S/N Ratio >50dB
Max IR Distance 20m
Network RTSP / FTP / PPPOE / DHCP / DDNS
Protocols / NTP / UPnP
Power Supply PoE

23
7) IP Outdoor Camera

Item Minimum Specification Compliance


Yes/No If “No” Bidder’s
response
Brand
Model
Country of
Manufacture
Specification

Image Sensor 1/2.9″ SONY CMOS sensor

Minimum Color: 0.1 Lux / F1.2; B / W :0.001 Lux /


Illumination F1.2
Video Processing H.264 baseline, main profile, high profile
coding, MJPEG coding, dual-stream,
CBR / VBR, 32k ~ 16M bit / s adjustable
Lens 3.6mm
Video Output 1920 * 1080, 1-25(30) fps,
1280 * 720, 1-25(30) fps
WDR Range D WDR, Range > 80db
S/N Ratio >50dB
Max IR Distance 25 – 30 m
Network RTSP / FTP / PPPOE / DHCP / DDNS
Protocols / NTP / UPnP
Power Supply PoE

Weather Proof IP66


Protection

24
8) NVR Specification

Item Minimum Specification Compliance


Yes/No If “No” Bidder’s
response
Brand
Model
Country of
Manufacture
Specification

Video Standard H.264 / MHPEG

5MP (2592 x 1944) / 3MP (2048 x 1536) /


Image Quality
1080P (1920 x 1080) / 960P (1280 * 960
Image Motion Each screen can set multiple detection
Detection areas and set 6-level sensitivity (IPC
support)
Recording Any 9ch 960P playback, 4ch 5MP / 3MP
Playback Quality / 1080P, playback simultaneously
Region Cover Every channel can set 4 cover regions
(IPC support)
Recording Mode Support manual, auto motion detection,
alarm trigger record mode
Recording Local HDD
Storage
Backup Way Support U disk, USB mobile HDD
External Ports 16 x (1920 * 1080) + sub [960 * 576] + 4ref.
Video Input + 4play 16ch 2.0 MP IP camera
External Ports 1 ch VGA, 1 ch HDMI
Video Output
Network Port 1 RJ45, 10/100/1000 self-adaptive LAN
Port
RS485 Port Full duplex standard 485 port

USB Port 2 x USB 2.0 Ports


HDD Port 2 x SATA HDD Port
Mobile Support Android, iPhone
Surveillance
Working -10 ®C~+55 ®C
Temperature
Hard Disk Minimum 2 TB Purple

25
9) Specification of Access Layer Switch

Minimum Specification Compliance


Yes/No If “No” Bidder’s
response

Brand
Model
Country of Origin
Country of Manufacture
Warranty 3 Years Compressive
Warranty-On Site Parts,
Manufacture Authorization
Switching Features
The switch support layer-2 Features
The switch should support up to 4,000 port based VLANS
The switch should support IEEE 802.3ad Link Aggregation
The switch should support IEEE802.1w Rapid Spanning Tree
Protocol
Network Interfaces
Should consist of at least 48 Nos 1 GbE
Should consist of at least 4 Nos 1 GbE fiber ports
Switch Performance
Switch fabric capacity should be at least up to 104 Gbps or better
Switch should support minimum 16,000 MAC Address
Switch forwarding rate should be at least 77 Mpps or better
Chassis
1U Rack mountable
Minimum 2 fans
Power
Internal Power supply
Internal power consumption below 50 W
Operational Environment
Operational temperature:O⁰C~45⁰C

26
10) Specification of Core Layer Switch

Minimum Specification Compliance


Yes/No If “No” Bidder’s
response

Brand
Model
Country of Origin
Country of Manufacture
Warranty 3 Years Compressive
Warranty-On Site Parts,
Manufacture Authorization
Switching Features
The switch support layer-2 Features
The switch should support up to 4,000 port based VLANS
The switch should support IEEE 802.3ad Link Aggregation
The switch should support IEEE802.1w Rapid Spanning Tree
Protocol
Network Interfaces
Should consist of at least 24 Nos 1 GbE
Should consist of at least 2 Nos 10GbE fiber ports
Switch Performance
Switch fabric capacity should be at least up to 128 Gbps or better
Switch should support minimum 16,000 MAC Address, 2000
ACLs
Switch forwarding rate should be at least 95 Mpps or better
Chassis
1U Rack mountable
Minimum 2 fans
Power
Internal Power supply
Internal power consumption below 50 W
Operational Environment
Operational Temperature: O⁰C~45⁰C

27
11) Specification of PABX

Minimum Specification Compliance


Yes/No If “No” Bidder’s
response

Brand
Model
Country of Origin
Country of Manufacture
Warranty 1 Year Warranty
Manufacture Authorization
System Specification
The PABX system shall have provision for;
o 20 IP Extensions
o 8 CO Lines
o Compatibility for SIP and H.323
o IP Operator Console
o 20 Basic IP Phones
The PABX should be modular and provide a unified structure
and expandability with IP, Analog, Digital and WLAN
extensions if required.
The system shall be capable of working in a suitable ventilated
non-air conditioned environment. System design shall be
immune to noise from various sources like power supplies,
lightning system etc.
The system shall ensure a very high degree of availability and
maintainability through use of highly reliable components and
appropriate structural & functional units.
All components should be related for continuous operation of
the system It should be designed in such a way that any damage
in any circuit/ subassembly / assembly should be self –
containing and should not be propagate to other parts of the
system.
Modular design to allow for system expansion by simply
plugging in additional cards. All the expansion slots should be
universal so that any card can be plugged in to any available slot.
The electronic PABX shall be suitable for operating on 230V+/-
10% 50+/- 2 Hz AC power supply
Software Assurance must be provided for 3 years.
The system shall be provided with an emergency battery or an
Uninterrupted Power supply (UPS) system connected to output
end of the power supply to ensure power to PABX during AC
mains failure.
Provision of DID & DISA : It shall have facility for direct inward
dialing and direct inward station access

Class of Service : It shall be possible to exercise control on an


extension over the telephone usage by providing suitable class of
service
Continued..........
28
Programmable class of service: the system should support
programmable class of service for dialing as per need.

System should have provision for automatic last number redial.


During night, when the board is shut, external lines should be
linked to any predefined extension.
The system should support call by name functionality and have
a name directory of around 3000.
Flexible Numbering Scheme: system should have provision for
flexible numbering plan up to four digits for extensions.
Universal port configuration: All ports of the system should be
identical to facilitate flexible configuration of the system as per
user needs.
Discriminate ringing : the system should support discriminate
ringing to indicate internal and external calls.
Application with call control features such as call answer, divert,
disconnect, dial by name, call log and personal directory.
Voice mail facility for at least for 60 min.
Remote Maintenance: The system programming can even be
done from remote locations.

29
12) Specification for monitors

Description of Item Minimum Requirement Yes/No If “No” Bidder’s


response
Display

Type LED
Panel Size Wide Screen 27.0"(68.6cm) 16:9
True Resolution 1920x1080
Full HD 1080P Yes
Brightness(Max) 250 cd/㎡

 I/O Ports

Signal Input HDMI/MHL, D-Sub,


DisplayPort
PC Audio Input 3.5mm Mini-Jack
AV Audio Input HDMI

30
12) SPECIFICATION OF FINGER SCANNER

Compliance
Description of
Minimum Requirement
Item Yes/No If no Bidders response

Finger Sensor 500 DPI Optical Sensor


CPU 64 bit

Memory 64MB
Finger Print
Capacity 10,000
Number Of
Fingers 5 fingers
Log Capacity 800,000
Communication TCP/IP, RS485
Operation Mode Stand Alone
Keypad 12 Charactors Standard Layout
Identification
Mode 1:1 and 1:N

USB Port Yes


Identification Time <=1 Sec
FAR <=0.001%
FRR <=0.01%
Database Password Protected
Inbuilt Battery Yes
Year of
Manufacture Please Specify
Training at least 3 Persons
Warranty 3 year comprehensive warranty
Make
Model
Country of Origin
Country of
Manufacture

31
BIDDING DATA SHEET

IT RELATED FITTING AN FIXTURE WORKS OF ADMINISTRATION BLOCK

TABLE 01

PRICE FOR EQUIPMENT


AND
3YRS COMPREHENSIVE WARRANTY

Total
Item NOS Unit price
Amount
1. Network outlet with cabling
76

2. Wi -Fi Access Point with cabling


4

3. Telephone point with cabling


23

4. IP Indoor Camera with cabling

06
5. IP Outdoor Camera with cabling

05
6. LED screen for CCTV
02
7. Finger scanner with cabling
01
SUB TOTAL – (i)

32
TABLE -02

PRICE FOR FIBER LINE CONNECTION


AND
3YRS COMPREHENSIVE WARRANTY

Unit
Item NOS Total Amount
price
1) Proposed devices (switches /converter etc.)

1.1 Device 1………………………………………


1.2 Device 2………………………………………
1.3 Device 3………………………………………
2) Proposed cables (fiber ,CAT6 etc.)
2.1 Cable type 1……………………………………

2.2 Cable type 2……………………………………


2.3 Cable type 3……………………………………
Proposed Pipes (GI, PVC)
3)
3.1 Pipe type 1……………………………………………
3.2 Pipe type 2……………………………………………
3.3 Pipe type 3……………………………………………
4) Other materials

4.1 Material 1……………………………………


4,2 Material 2……………………………………
4.3 Material 3……………………………………

SUB TOTAL – (i)

33
TABLE 03

PRICE FOR ACCESSORIES


AND
3YRS COMPREHENSIVE WARRANTY

Total
ITEM NOS Unit price
Amount
1. NVR
01
2. Access Layer Switch
01
3. Core Layer Switch
01
4. PABX
01
SUB TOTAL – (iii)

 SUB TOTAL – (i) …………………………………………………

 SUB TOTAL – (ii) …………………………………………………

 SUB TOTAL – (iii) …………………………………………………

 GRAND TOTAL …………………………………………………

 GRAND TOTAL

WITH TAXTATION …………………………………………………

VAT NO : ........................................................

Signature of Bidder : ........................................................

Company Seal : ........................................................

Date : ........................................................

34
PRICING FOR COMPREHENSIVE SERVICES

IT RELATED FITTINGS AND FIXTURE WORKS OF ADMINISTRATION BLOCK

TABLE 04

PRICE FOR
2YRS COMPREHENSIVE SERVICE
TO EQUIPMENT PER UNIT

Item 4th year 5th year


1. Network outlet with cabling

2. Wi -Fi Access Point with cabling

3. Telephone point with cabling

4. IP Indoor Camera with cabling

5. IP Outdoor Camera with cabling

6. LED screen for CCTV

7. Finger scanner with cabling

35
TABLE -05

PRICE FOR
2YRS COMPREHENSIVE SERVICE
TO FIBER LINE CONNECTION PER UNIT

Item 4th year 5th year


1) Proposed devices (switches /converter etc.)

1.1 Device 1………………………………………


1.2 Device 2………………………………………
1.3 Device 3………………………………………
2) Proposed cables (fiber ,CAT6 etc.)
2.1 Cable type 1……………………………………

2.2 Cable type 2……………………………………


2.3 Cable type 3……………………………………
Proposed Pipes (GI, PVC)
3)
3.1 Pipe type
1……………………………………………
3.2 Pipe type
2……………………………………………
3.3 Pipe type
3……………………………………………
4) Other materials

4.1 Material 1……………………………………


4,2 Material 2……………………………………
4.3 Material 3……………………………………

36
TABLE 06

PRICE FOR
2YRS COMPREHENSIVE SERVICE
TO ACCESSORIES PER UNIT

ITEM 4th year 5th year


1. NVR

2. Access Layer Switch

3. Core Layer Switch

4. PABX

37
07.FORM OF BID SECURITY

BANK GUARANTEE)

Whereas ........................................................................... (Name of Bidder) (Hereafter called “the Bidder”)


has submitted his Bid dated .............................................. (date) for the execution of ………................
................ .............................................. (Name of Contract) (Hereinafter called “the Bid”)

Know all people by these present that we .......................................................................................... (Name of


Bank) having our registered office at .............................................................
.................................................................... (Hereinafter called “the Bank”) are bound unto
..………………………………...................................................... (Name of Employer) (Hereinafter called
“the Employer”) in the sum of ………………..…….....………………………..................... of which
payment well and truly to be made to the said SNSCA the Bank binds himself his successors and
assigns by these presents
Sealed with the Common Seal of the Bank this ..................... day of .................. 2018.
We undertake to pay SNSCA up to the above amount upon receipt of his first written demand without
SNSCA having to substantiate his demand.
The guarantee will remain in force up to ............. days after the deadline for submission of bids such
deadline is stated in the Instructions to Bidders or as it may be extended by SNSCA notice of which
extension(s) to the Bank is hereby waived. Any demand in respect of this Guarantee should reach the
Bank not later than above date.

NOW THE CONDITIONS of the above written bound is such that.

(a) If before expiration of one hundred and twenty days from the date fixed for the closing of bids
the Bidder shall have received notice from SNSCA its acceptance of the bid and if within
fourteen days of having received such notice the Bidder shall furnish to SNSCA in accordance
with the Conditions of Bid and Performance Bond for the due and proper performance of the
work.
OR
(b) If upon the expiration of one hundred and twenty days from the date fixed for the closing of
bids, the bidder shall not have received notice from SNSCA of its acceptance of the Bid.
OR
(c) If on default by the bidder to furnish SNSCA with a Performance Bond aforesaid, the Surety
shall pay to SNSCA the said amount of the above written Bond as liquidated damages for such
default

38
Then this obligation shall be null and avoid but otherwise shall be and remain in full force and effect,
but no alteration in the bid or conditions of bid nor any forbearance or forgiveness in or in respect of
any matter or thing concerning the bid or conditions of Bid on the part of SNSCA shall in anyway
release the Surety from any liability under the above mentioned Bond.

These presents shall be governed by and construed according to the laws of Sri Lanka.
The common seal of the said ........................................................................................... is affixed hereto at
.................on this.............day of .............................. 2018.

........................................................
Bidder

The common seal of the said ............................................................... is affixed hereto at


..............................on this ................ day of ...........................................2018.

..........................................
Surety

39
08. FROM OF CONTRACTOR AGREEMENT
THE DEMOCRATIC SOCIALIST REPUBLIC OF SRILANKA
THE SUGATHADASA NATIONAL SPORTS COMPLEX AUTHOITY
AGREEMENT

Contract No :…………
Service :Developing & Maintaining a It related fitting an fixture works of administration
block siteoFSugathadasa National Sports Complex Authority, Min .of Sports
Date : …../……/2018

This Agreement is made and entered into at COLOMBO on this ……..Day of …….. two thousand
sixteen (2018.) by and between THE CHAIRMAN, SUGATHADASA NATIONAL SPORTS
COMPLEX AUTHORITY having his registered office at P.O.Box 2211, Arthur De Silva Mawatha,
Colombo 13 (hereinafter sometime called and referred to as "The Chairman" for himself and his
successors and assigned officers in the said office for the time being , acting for and on behalf of
SUGATHADASA NATIONAL SPORTS COMPLEX AUTHORITY ) of the one part and ………… a
contractor having his registered office at No …………………………………….. (hereinafter sometime
called and referred to as " The Contractor" which expressions shall include his or their heirs /
executors / administers and legal representatives or where the context so admits, include his /their
successors and permitted assigns ) of the other part.

AND WHEREAS …………. Has been selected by calling for tenders to


……………………………………………….

Now it is hereby agreed as follows,

07. Bidder must have at least 05 year experience of in three fields of Computer Networking, CCTV
and PABX.

01. The quotation number is to be indicated on the top left hand corner of the envelope
enclosing your quotation.

02. Bidder or the representative should give a detailed demonstration of the IT related
fitting an fixture works of Administration Block at the bid opening /when requested

03. The Sugathadasa National Sports Complex Authority reserves the right to accept or
reject lowest or any Quotation part thereof without assigning reasons.

04. Addresses of the clients whose IT related fitting fixture works completed by the bidder
are to be mentioned in the tender document that supports to Evaluation.

05. The IT related fitting and fixture works of administration block should be completed
within the days assigned in the tender document from the awarded date.

40
SPECIAL CONDITIONS OF THE BID

Now it is hereby agreed as follows,

01. Special & General Conditions of BID

1. The bidder shall agree to supply/Fixing/equipment to SNSCA within a 14 days


period from the date of award of the contract and configuration must be completed within
period of 21 days.

2. 05% of the initial contract price will be retained and it will be released on certification of
satisfaction provided by the TEC appointed by the first party. (after 05 years) or Bank
guarantee for the value of the period.

3. Payment for comprehensive services for each year will be made after completion of
comprehensive warranty period of 02 years and both party shall sign service agreement.

4. Total payment for the PABX Unit with 03 years comprehensive warranty, except the
retention fee, will be made after issuing certification of completion provided by the TEC
appointed by this authority.

5. Unless the contractor has completed the task at the given deadline, 0.05% will be
deducted from the total payment for every lapsed day maximally upto 10%. (Liquidated
damage – 0.05% per day)

6. Annual service must be carried out free of charge within the warranty period.

7. Training to the stadium staff in use of server is to be arranged by the contractor free of
charge.

8. Quality of the goods and services

The contractor warrants to the Sugathadasa National Sports Complex Authority that the goods
supplied under the contract will comply strictly with the requirements of the contact.

The contractor further warrants that all materials and supplies furnished by the contractor for the
purpose will be having sufficient spares of good quality, fit for their intended purpose in
every respect.

a. Comprehensive warranty

The contractor guarantees against manufacturing defects for a period of 03 (three) years
minimally from the date of delivery .

b. Comprehensive Service

The Contractor shall agree to maintain the It related fitting an fixture works of
administration block for another two years after the warranty period and contractor has
no rights to claim other than the quoted prices in the tender document for 4th and 5th
year.

41
9. During the warranty period and subsequently during the comprehensive services contact
period the bidder shall ensure that any faults ,reported are cleared within forty eight (48)
hours or two working days from time or reporting or suitable substitute equipment is
provided until faults are cleared.

10. Rectification of Errors


During the warranty period and subsequently during the services contact period the
Contractor shall ensure that any faults, reported are cleared within Eight (08) hours free of
charge.

11. System Support Services

11.1) Weekly or Monthly visits will be carried out by the contractor’s system
executives to check on the status of the system. This will be done in a manner
causing no inconvenience to the customer.

11.2) the contractor is requested to call, mail, and fax or send a letter in order
to receive an effective service as when required.

11.3) Support Services per day will be limited to 03 to 04 hours. If quarry is


not solved with in the allocated time to be extend the service hours. - FOC

I do hereby agree to the above conditions.

In witness where of the Chairman, Sugathadasa National Sports Complex Authority and the said
contractor, …………………………. have agreed to execute this agreement in accordance with the law
of Democratic Socialist Republic of Sri Lanka in these presents at the place, and on the day said at the
beginning.

Signed by the said contractor and the chairman of Sugathadasa National Sports Complex Authority
at Colombo on …………… day of ……. Two Thousand Seventeen (2018) in the presence of the
following witnesses.

…………………………………… ………………………………………..
Chairman Contractor
Sugathadasa National Sports Complex Authority

Witness

(1) Signature ……………………………………. (2) Signature …………………………………

Name ...…………………………………. Name …………………………………

Address ……………………………………. Address …………………………………

Date ………………………….

42
THE SUGATHADASA NATIONAL SPORTS COMPLEX AUTORITY

SRI LANKA

My No. ………………………. Your No. …………………….. Date - ……………………

Registered Post

09. LETTER OF ACCEPTANCE

…………………...............................................
...........................................................................
..........................................................................
..........................................................................

Dear Sir,

Contract No. :…………………………………………………………………………………………...


Service :………………………………………………………………………………………….

(1) I have the honour to inform you that your bid for Rupees “ ..............................
……………............................................................ for the above service has been accepted.

(2) The number allotted to this Contract is ‘..................................................’ which should be quoted
in all future correspondence of this project.

(3) You are hereby instructed to make the necessary preliminary arrangements to commence the
work within ‘.............................................’ from the date of this letter; the date of commencement
of the contract is ‘.............................................................................’ The contract period for this
work is ‘..........................................’ and the date of completion will therefore be
........................................ .........................

(4) You should immediately contract ‘..........................................................................................


………………………........................................................ ‘ to make arrangements for the said
supply by the date stated in par (3) above but no farther commitment should be made until
you have complied with the provision of paragraphs 5 & 6 of this letter.

(5) For the satisfactory performance of this supply a security to the value of
..............................................................................................................should be furnished in one of the
following manner to the ......................................................... at the time of signing of the
Agreement valid till .........................................................................................

43
(a) A performance bond on ................................................. (specimen attached) from a Bank
acceptable to this Authority.

(b) A fixed deposit receipt in the name of this Authority from an acceptable Bank.

(c) A passbook issued by an acceptable Bank in the name of this Authority.

(d) A performance Bond from any Insurance Company encashable on demand by this
Authority.

(6) Your bid has been checked and is being further checked by me. You should satisfy yourself
that all errors in your bid are rectified and / or unduly high and low rates, if any, are adjusted
while keeping the total of your bid unaltered.

(7) You should also satisfy yourself regarding the Contract Documents and all other matters
connected with this contract for the execution of work and any errors omission or
discrepancies detected should be brought to my notice immediately and satisfactory adjusted.
Should any such errors go undetected you will take upon yourself all risks arising from such
errors or omissions.

Yours faithfully,

Chairman
Sugathadasa National Sports Complex Authority

44

You might also like