Archives
RATE CONTRACT FOR FABRICATION & SUPPLY OF HORIZONTAL MILD STEEL UNDERGROUND TANKS FOR STORAGE OF PETROLEUM PRODUCTS AT PETROL STATIONS ACROSS THE ISLAND
March 14, 2024 9:00 amNOTICE INVITING TENDER
Tender no: LIOC/ ENG/ PT/ 06/ 2023-24
LIOC PLC invites sealed tenders in prescribed tender form under two bid system from bonafide contractors as per following details
|
||
NAME OF WORK | SALE PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
Lanka IOC PLC invites sealed tenders for ‘RATE CONTRACT OF FABRICATION & SUPPLY OF HORIZONTAL MILD STEEL UG TANKS FOR STORAGE OF PETROLEUM PRODUCTS AT LANKA IOC PETROL STATIONS.’
Cost of tender: LKR 5,000/- (non refundable) Not applicable if downloaded from website |
14/ 03/ 2024 From 0900 Hrs
To 27/ 03/ 2024 up to 1700 Hrs. |
ASSISTANT MANAGER (ENGG)
TEL: +94 112 475719
Email: rasara@lankaioc.com |
Please visit our website www.lankaioc.com for further details on this tender. |
SUPPLY, FABRICATING, INSTALLATION, TESTING & COMMISSIONING OF ACM FASCIA AND RELATED RVI ELEMENTS AT 7 NOS OF LIOC PETROL STATIONS ACROSS THE ISLAND.
February 19, 2024 4:08 pmNOTICE INVITING TENDER
Tender no: LIOC/ENG/PT-05/2023-24
2. Sale Period:
Starts from : 19.02.2024@ 09:00 Hrs
Till : 10.03.2024 @ 17:00 Hrs
3. Tender Name: SUPPLY, FABRICATING, INSTALLATION, TESTING & COMMISSIONING OF ACM FASCIA AND RELATED RVI ELEMENTS AT 7 NOS OF LIOC PETROL STATIONS ACROSS THE ISLAND.
4. Soft copies of Tender documents are enclosed herewith.
4.1 Following (word file) is the “Notice Inviting Tender” which shall be published on web page body
4.2 Following Tender Document (Pdf files) shall be uploaded in the website.
Points to Note:
A. The “Pre-bid Meeting” has scheduled on 26.02.2024 @ 11:00 HRS. Therefore, a list of parties who downloaded the tender till that day to be sent to undersigned & soon after Pre-Bid Meetings minutes are finalized, a copy of “Pre-bid Meeting Minutes’ shall be uploaded in the website.
B. The tender shall be kept on web site till 17:00Hrs of 10.03.2024. Once time is reached, tender to be removed from website & a list of parties who have downloaded the documents shall be sent to undersigned.
Prebid meeting minutes 26.02.204
RATE CONTRACT FOR REPLACEMENT OF LED CANOPY LIGHTS AND ASSOCIATED ELECTRICAL WORKS IN VARIOUS LANKA IOC PETROL SHEDS ACROSS THE ISLAND
December 14, 2023 9:00 amNOTICE INVITING TENDER
Tender no: LIOC/ENG/PT-04/2023-24
LIOC PLC invites sealed tenders in prescribed tender form under two bid system from bonafide contractors as per following details
|
||
NAME OF WORK | SALE PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
RATE CONTRACT FOR REPLACEMENT OF LED CANOPY LIGHTS AND ASSOCIATED ELECTRICAL WORKS IN VARIOUS LANKA IOC PETROL SHEDS ACROSS THE ISLAND
Cost of tender: LKR 5,000/- (non refundable) |
14.12.2023 From 09:00 Hrs
To 03.01.2024 up to 17:00 Hrs. |
Assistant Manager (Engg)
TEL : 0112475712 Mob: 0759278003
Email: ashokkumar@lankaioc.com |
Please visit our website www.lankaioc.com for further details on this tender. |
Click here to download Pre-Bid Meeting Minutes 21.12.2023
RATE CONTRACT FOR SUPPLY, FABRICATION, ERECTION, INSTALLATION, TESTING & COMMISSIONING OF NEW SCAELD DOWN ACM MONOLITH IN VARIOUS PETROL SHEDS ACROSS THE ISLAND.
November 1, 2023 9:31 amNOTICE INVITING TENDER (PRESS NOTICE)
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ GT- 02/ 2023– 24 Lanka IOC PLC invites global tender in prescribed tender form under two bid system from bonafide contractors/ suppliers for the following works:
|
||
NAME OF WORK | SALE / DOWNLOAD PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
RATE CONTRACT FOR SUPPLY, FABRICATION, ERECTION, INSTALLATION, TESTING & COMMISSIONING OF NEW SCAELD DOWN ACM MONOLITH IN VARIOUS PETROL SHEDS ACROSS THE ISLAND.
Cost of tender: LKR 5000 OR USD 15 (non refundable)
|
01 Nov 2023
From 0900 Hrs To 28 Nov 2023 Up to 1700 Hrs |
ASHOKKUMAR PACKKKIAKUMARAN
ASSISTANT MANAGER (ENGG)
TEL: +94 11 2475712 MOB:+94 0759278003
Email: ashokkumar@lankaioc.com |
Please visit our website www.lankaioc.com for further details on this tender. |
Points to Note:
A. The “Pre-bid Meeting” has scheduled on 09.11.2023 @ 11:00 HRS. in LANKA
IOC PLC Corporate Office, Therefore, a list of parties who downloaded the
tender till that day to be sent to undersigned & soon after Pre-Bid
Meetings minutes are finalized, a copy of “Pre-bid Meeting Minutes’ shall
be uploaded in the website.
B. The tender shall be kept on web site till 17:00Hrs of 28.11.2023. Once
time is reached, tender to be removed from website & a list of parties who
have downloaded the documents shall be sent to undersigned.
Please click on the link below to download the Pre-bid Meeting Notes
GLOBAL TENDER FOR SUPPLY AND INSTALLATION OF FILLING MACHINE FOR LANKA IOC PLC, TRINCOMALEE OIL TERMINAL CHINABAY,TRINCOMALEE
August 3, 2023 5:23 pmNOTICE INVITING TENDER (PRESS NOTICE)
NOTICE INVITING TENDER
Tender no: LIOC/ENG/GT/01/23-24 Lanka IOC PLC invites sealed tenders in prescribed tender form under two bid system from bonafide contractors as per following details
|
||
NAME OF WORK | SALE PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
SUPPLY AND INSTALLTION OF FILLING MACHINE FOR LANKA IOC PLC, TRINCOMALEE OIL TERMINAL CHINABAY,TRINCOMALEE | 03.08.2023
From 09:00 Hrs
To
31.08.2023 Up to 11:00 Hrs |
Buwaneka Abeysundera
Jnr.Executive(Engg.)
TEL: +94 112475728 Mobile: +94 759278018 Email:buwaneka@lankaioc.com
|
Please visit our website https://www.lankaioc.com/tenders/ for further details on this tender. |
Lanka IOC PLC
Level 20, West Tower,
World Trade Center, Echelon Square,
Colombo 01
Tenders under single stage two-part system (Part I: Techno-Commercial Bid and Part II: Price Bid) are invited from reliable, bonafide & experienced Manufacturers or their authorized agent /authorized importer/authorized distributor/authorized dealer for “Supply, Delivery, Installation, Testing & Commissioning of Laboratory Equipments at Lanka IOC Terminal, Trincomalee, Srilanka”.
Notice Inviting Tender:
a. | Name of Work | SUPPLY AND INSTALLTION OF FILLING MACHINE FOR LANKA IOC PLC, Trincomalee oil terminal Chinabay,Trincomale. |
b. | Location of Work | Lanka IOC Terminal, China-bay, Trincomalee, Sri Lanka |
c. | Mode of Tender | GLOBAL Tender
(Part I – Techno-Commercial Bid and Part II – Price Bid) |
d. | Tender No. | LIOC/ENG/GT/01/23-24 |
e. | Commencement of Sale of Tender / Downloading of Tender | 03rd August ’2023 @ 0900 hrs |
f. | Closure of Sale of Tender/ Downloading of Tender | 31st August ’2023 @ 1100 hrs |
g. | Tender Fee | LKR 5,000 (non refundable/ non transferable) in the form of Demand Draft drawn in favor of Lanka IOC PLC and payable at colombo or USD 17/- as the case maybe.
Please note that there is no tender fee in case of Bidder downloading the Bid Documents from Lanka IOC Website i.e. www.lankaioc.com. Please ensure that you have got yourselves registered in the name in which the Bid is intended to be submitted. |
h. | Pre –Bid Meeting | 16th August ’2023 @ 11:00 hrs at Lanka IOC, Terminal Trincomalee, China Bay.
Bidders requested to send their queries to through emails before 15th August ’2023 17:00 hrs to,Jnr. Exec. (Engg.) Email: buwaneka@lankaioc.com |
i. | Bid submission start date | 31.08.2023 @ 1100 Hrs |
j. | Due Date and Time for Submission of Tender | 31.08.2023 @ 11:00 hrs.
The intending bidders are required to submit their offer in the Tender Box at the following address before the due date and time: SENIOR VICE PRESIDENT (ENGG), LANKA LIOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01 SRI LANKA |
k. | Due Date & time of opening of Part-I
(i.e. Techno-Commercial Bid) |
31.08.2023 @ 1200 Hrs |
l. | Date of opening of Part II i.e.
Price bid |
Shall be informed separately |
m. | Verification of Bid Documents (with their original copies) | Shall be informed separately for the technically qualified parties. |
n. | Work Completion Time | Completion period:16 weeks.
|
o. | Bid Bond/ Earnest Money Deposit | For Local (Sri Lanka) Bidders or Foreign Bidders bidding through Local Agents :
The bidders are required to deposit Bid Bond/ Earnest Money of LKR 146,000/- along with the Technical Bid by way of Demand Draft/ Banker’s Cheque in favour of Lanka IOC PLC and payable at Colombo. Please note that Bid Bond must not be enclosed with the envelope containing Price Bid. Bids received without proper instrument of Bid Bond/ Earnest Money or in a manner different as above may render the tender liable for rejection.
For Foreign Bidder: The bidders are required to deposit EMD/Bid Security of USD 485/- By way of TT Transfer in favour of Lanka IOC PLC directly into the designated bank mentioned as below and enclose a copy of the Swift Message.
Lanka IOC PLC FCBU account no. 25273008920219 held with State Bank of India, Colombo (SWIFT CODE: – SBINLKLXFCB) through their account no.000146528 with HSBC, USA, New York (SWIFT CODE: MRMDUS33).
Alternatively, Demand Draft drawn on Lanka IOC PLC payable at Colombo can be submitted along with the Technical Bid. |
p. |
Pre-Qualification Criteria |
1. Experience: Bidder should have successfully completed installing of filling machine/Automation facility/Any kind of engineering projects to any Oil industry/ any private industry in Sri Lanka or any other country during the past five years ending January’2023. Values shall be as per following. (In Sri Lankan Rupee or equivalent Foreign currency) a. 3 similar work orders each of value not less than LKR 5.8 Mil OR b. 2 similar work orders each of value not less than LKR 7.3 Mil OR c. Single similar work order of value not less than LKR 11.7 Million
2. Annual Turnover: Audited balance sheet and Profit & Loss account for the last 3 (three) financial years. Average annual financial turn over during shall be at least LKR 4.4 Million or equivalent Foreign currency. 3. Tenderer shall have valid VAT certificate for Sri lankan parties. Business Registration and VAT/GST registration certificate: Submission of application for VAT/GST registration shall not be considered as valid document.
Relevant documents should submit inline with requirement in ANNEXURE-III. |
Note: | ||
I. | Part I Techno-Commercial bid will be opened on specified date and time as given in the NIT. Bidder(s) can witness opening of bid at the venue as mentioned.
Part II Price bid will be opened of only those bidder(s) whose Part I Techno- Commercial Bid is found to be Techno-Commercially acceptable by LANKA IOC PLC. Such bidder(s) will be intimated date of opening of Part II Price bid, through email. The email shall be as used by them for registering themselves at Lanka IOC website at the time of downloading the Tender or as mentioned by them in the “Bidder’s Information”. |
|
II. | Corrigenda / addenda / clarifications, if any, shall be hosted on the above-mentioned website only. No separate advertisement will be made in the print media. Tenderer should visit the website frequently to check for updates. | |
III. | The documents uploaded by bidder(s) will be scrutinized. In case any of the information furnished by the bidder is found to be false during scrutiny, Bid Bond/ EMD of defaulting bidder(s) will be forfeited. Punitive action including suspension and banning of business/ Holiday listing can also be taken against defaulting bidders. |
Procedure for Selection of Contractor
- Submission of Bid Documents: Offer shall be considered for evaluation only in respect of Bidders who have submitted the tender within the due date and time and with the requisite Bid Bond/ EMD. All details as required in the “Statement of Credentials/ Bidder’s Information” shall necessarily be filled up and copies of documents in support of meeting the pre qualification criteria be submitted failing which the Bid may be summarily rejected.
- Technical Qualification: Tenderer will be considered as technically qualified based on meeting qualifying parameters as stipulated above. Decision of Lanka IOC on the same shall be final and binding. In the event, document submitted by the tenderer is found to be forged or incorrect, such tenderer shall be rejected and bid bond submitted shall be forfeited immediately. Such tenderer is also liable to be put on Holiday List by LIOC
- Verification of Documents: The backup documents submitted in support of the credentials and the pre qualification criterion shall be verified with their original copies for the L1 bidders only. These documents have to be brought to this office by the respective Bidder on the dates mentioned for “Verification of Original Documents”. Refusal to furnish the original documents for verification may render the bid liable for rejection.
- Price Bid Opening & Finalisation of Contract: Tenderers are required to quote fixed amount in the Price Schedule. Price Bid of only technically qualified parties shall be opened, after intimation to successful tenderers. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder in terms of quotation equipment wise. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years i.e. as worked out for qualifying criteria shall get precedence. Turn over if not provided for any year shall be considered as zero for the purpose of calculating the average.
The lowest acceptable rate with or without negotiation & accepted by Lanka IOC shall be considered for award of work.
- Number of Parties/ Contractors/ Vendors: One Contractor/ Vendor shall be selected.
The Tenderers are advised to submit their offer strictly adhering to the terms and conditions and specifications contained in the Tender document and not to stipulate any deviations. Failure to do so will result in rejection of the Tender outright not withstanding their status on quoted rates.
Canvassing of information or submission of forged or false documents / information by any Tenderer shall make their offer invalid. In addition, action shall also be taken by Lanka IOC PLC for forfeiture of bid bond as well as putting the Tenderer on Holiday list.
The successful tenderer will have to execute an agreement with LIOC PLC, covering all aspects to the contract, in the form prescribed, immediately before commencement of work. Intending tenders should acquaint themselves with provision of the agreement before sending the tenders.
(SHASHANK JADHAV)
SUPPLY, LAYING AND WELDING OF 8” STEEL PIPELINES FOR PETROLEUM PRODUCT AT LIOC TERMINAL, TRINCOMALEE
July 1, 2020 4:14 pm
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ PT/ 01/ 2020– 21
Lanka IOC PLC invites sealed tenders in prescribed tender form under two bid system from bonafide contractors as per following details
|
||
NAME OF WORK | SALE PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
SUPPLY, LAYING AND WELDING OF 8” STEEL PIPELINES FOR PETROLEUM PRODUCT AT LIOC TERMINAL, TRINCOMALEE. | 01ST July’ 2020
From 0900 Hrs
To
07th July’ 2020 Up to 1700 Hrs |
SENIOR VICE PRESIDENT (ENG) TEL: +94 11 2475707 Email: elamarantk@lankaioc.com
AM(E) TEL: +94 11 2475728 Email: sarawanakanth@lankaioc.com
|
Please visit our website www.lankaioc.com for further details on this tender. |
NOTICE INVITING TENDER
1 | Name of work | : | SUPPLY, LAYING AND WELDING OF 8” STEEL PIPELINES FOR PETROLEUM PRODUCT AT LIOC TERMINAL, TRINCOMALEE | |
2 | Place of Work | : | LANKA IOC TERMINAL, TRINCOMALEE | |
3 | Tender Ref | : | LIOC/ ENG/ PT/ 01/ 2020-21 | |
4 | Tender Fee | : | LKR 2,500/- (non refundable / non transferable) Demand draft drawn in favour of Lanka IOC PLC payable at Colombo. Tender fee not applicable if downloaded from the www.lankaioc.com | |
5
|
Bid Bond | : | LKR 57,600.00 (By way of DD or BG as per format) | |
5A | Mode of submission of bid bond |
A. By Demand draft in favour of Lanka IOC PLC payable at ColomboB. By Bank Guarantee in favour of Lanka IOC PLC issued by any MNC/reputed Bank in Sri lanka. |
||
6 | Sale Of Tenders (between 0900 Hrs to 1700 Hrs on working days) | |||
a) Starts On | : | 01st July’ 2020 at 0900 Hrs | ||
b) Closes On | : | 07th July’ 2020 at 1700 Hrs | ||
7 | Pre Bid Quarries | : | Party can make site visit before their quote, any quarries araise please send it before 03rd July 2020 at 10 a.m. vide mail. | |
8 | Tender Submission Address | : | SR. VICE PRESIDENT (ENGG), LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA | |
9 | Due Date And Time | : | ||
a) Submission Of Tenders | : | 08th July’ 2020 @ 11:00 Hrs | ||
b) Opening Of Tenders (Technical Bid Only) | : | 08th July’ 2020 @ 11:30 Hrs | ||
10 | Verification Of Original Documents | : | 08/ 07/ 2020 & 09/ 07/ 2020 | |
11 | Work Completion Time | : | 04 Weeks | |
12 | Number of parties to be selected | : | 1 NO | |
Sealed tenders in two bid system (a) Technical bid with commercial terms and (b) Price Bid are invited from reputed, established and financially sound parties for ‘Supply, Laying and welding of 8” Steel Pipelines for Petroleum Product at LIOC Terminal, Trincomalee’.
The pre qualifying parameters are not applicable to empanelled parties. However new parties require to meeting the following qualifying parameters as per details mentioned below,
QUALIFYING PARAMETERS:
Parties who satisfy the following qualification parameters as per the details given below only need apply.
SL | QUALIFYING PARAMETERS |
1. | Similar works: Value of similar works shall be as per following.
1. 3 similar work orders each of value not less than LKR 2.12 Mil OR 2. 2 similar work orders each of value not less than LKR 2.67 Mil OR 3. Single similar work order of value not less than LKR 4.26 Million in any of the last 5 years ending 31/ 05/ 2020. |
2. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2020 ie. 2017-18, 2018-19 and 2019-20 shall be at least LKR 1.59 Million.
Note: In case the turnover for any of the above years is not furnished then, the turnover shall be taken as ZERO while computing average turnover. |
3 | Business Registration and VAT (If applicable) registration certificates. Proof of only submission of application for VAT registration shall not be considered as valid document. |
Definition of Similar works:
“Experience in successful completion of Fabrication, erection and laying of steel pipe & tanks with welding with or without associated works for petroleum/ chemical/ hazardous or other industries”.
Note:
- Proof of works completed as per qualifying parameters mentioned above shall be supported by copies of work orders, approved drawings, final bill copies/ work completion certificates, etc indicating date of work order, date of completion of works, nature of works and value of works completed etc.
- In case of works taken up prior to the qualifying period (5 years ending 31/ 05/ 2020) are completed during the qualifying period then, the cost of works completed in the qualifying period shall be reckoned for the purpose of qualification. Proof of turn over shall be supported by copies of Profit and Loss account statements, income statements & balance sheet indicating therein Professional receipts.
TENDER FEE:
Tender documents (non transferable) can be obtained from Engineering department, Lanka IOC PLC, 20th floor, West Tower, Echelon Square, Colombo, Sri Lanka by way of a request letter together with tender fee for LKR 2,500/- by way of Demand Draft drawn in favour of LANKA IOC PLC payable at COLOMBO.
LIOC shall not be responsible for any Postal / Courier delays if document is sought by post.
The tender documents can also be downloaded from our web site www.lankaioc.com during the sale period. In such case, the tenderers must ensure that all the documents are downloaded and the responsibility of the same shall vest with the individual tenderer. Before downloading the tender documents from the website, the tenderer should register in the website by giving the correct name of the firm, address and all details as required. It shall be the responsibility of the tenderer to ensure that they register with the web site well in advance and download the documents before due date and time of close of sale. In case, the name and address in which the tenderers have registered at the website does not match with the name and address of in which they have quoted, their tender shall be rejected outright.
The tender documents downloaded are not transferable and can be used only by the registered tenderer who has downloaded the documents. Hence any tender submitted by the tenderers who have neither bought the tender nor downloaded the same shall be rejected outright. In case, the tenders are downloaded, the tenderers are NOT required to submit the Tender Fee for LKR 2,500/- along with the Technical Bid documents.
Tenders marked “Technical Bid with Commercial Terms without Price” shall be opened on due date and time mentioned in presence of Bidders at the above mentioned address. Lanka IOC PLC reserves the right to accept / reject any or all tenders without assigning any reason whatsoever.
Tenders received after the due date and time shall be rejected outright.
BID BOND:
Tenderers are requested to submit bid bond of LKR 57,600.00 in the form of Demand Draft/ BG to be issued by any scheduled bank in Sri Lanka in favour of Lanka IOC (as per format attached with this tender). The BG towards bid bond to be issued by the banks should be valid for a period of 4 months (120 days) from the date of opening of technical/ commercial bids.
Tenders received without bid bond shall be rejected outright.
The bid bond of unsuccessful tenderers shall be returned after finalization of tender and after submission of original cash receipts by the tenderers. Bid bond of successful tenderer shall be returned upon finalization of tender and on acceptance of the PO placed by LIOC.
Tenderers may note that the bid bond shall be forfeited in case of following situations:
- Canvassing of information or submission of forged/ false documents/ information by tenderers.
- Unilateral withdrawal or revision of the offer by the tenderer during the validity period of the offer.
- Backing out after placement of work order.
Bid bond shall not carry any interest.
Tenders marked “Technical Bid with Commercial Terms without Price” shall be opened on due date and time mentioned in presence of Bidders at the above mentioned address. Lanka IOC PLC reserves the right to accept / reject any or all tenders without assigning any reason whatsoever.
Tenders received after the due date and time shall be rejected outright.
PROCEDURE FOR SELECTION OF CONTRACTOR:
- Pre-bid quarries: Party can make site visit before their quote, any quarries araise please send it before 03rd July 2020 at 10 a.m. vide mail.
- Submission of Documents towards qualifying parameters:- Tenderer will be required to fill in and enclose documents in support of qualifying parameters together with relevant documents as given in the Statement of Credentials sheet attached. OFFER OF THOSE TENDERERS NOT ENCLOSING ALL RELEVANT DOCUMENTS TOWARDS QUALIFYING PARAMETERS ARE LIABLE FOR REJECTION
- Verification of Original Documents:- Tenderers are required to report on the specified dates mentioned in the tender along with all original documents, copies of which have been submitted with the Technical Bid towards qualification. No separate communication will be issued to tenderers in this regard. The Bids of the Tenderers who do not report for verification of original documents on date mentioned may be summarily rejected.
- Technical Qualification:- Tenderer will be considered as technically qualified based on meeting qualifying parameters and after verification of original documents towards the same as stipulated above. In the event, document submitted by the tenderer is found to be forged or incorrect, such tenderer shall be rejected and bid bond submitted shall be forfeited immediately. Such tenderer is also liable to be put on Holiday List by LIOC. Parties who have carried out the work on sub contract basis shall not be eligible to participating in the tender.
- Price Bid Opening & Finalisation of parties: Tenderers are required to quote fixed rates as given in the Price Schedule. Price Bid of only technically qualified parties shall be opened, after intimation to successful tenderers. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder in terms of quotation. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years ie as worked out for qualifying criteria shall get precedence.
Once the lowest rate (L1) is established, reverse auction chance will be given to all successful bidders then the contract to be finalized with the lowest rate (L1) party with or without negotiation on sole discretion of LIOC.
ACCEPTABLE RATES & AWARD OF CONTRACT:
The parties are required to quote their lowest rates on individual items of the attached Schedule of Work.
A merit list based on the total quoted rate of the bidders in ascending order shall be prepared to decide enlistment.
The lowest acceptable rate shall be offered to the parties serially as per the above merit list. The lowest acceptable rate shall be treated as the rate acceptable to Lanka IOC PLC taking into consideration abnormal quotes. In other words, abnormally low & high quotes can be rejected.
LIOC reserves the rights to negotiate with the tenderer. The tenderer shall confirm the negotiation within the stipulated time. If the tenderer fails to comply, LIOC reserves the right to reject the tender at their discretion.
The contract shall be finalized with maximum of ONE (01) party.
The Tenderers are advised to submit their offer strictly adhering to the terms and conditions and specifications contained in the Tender document and not to stipulate any deviations. Failure to do so will result in rejection of the Tender outright not withstanding their status on quoted rates.
Canvassing of information or submission of forged or false documents / information by any Tenderer shall make their offer invalid. In addition, action shall also be taken by Lanka IOC PLC for forfeiture of bid bond as well as putting the Tenderer on Holiday list.
The successful tenderer will have to execute an agreement with LIOC PLC, covering all aspects to the contract, in the form prescribed, immediately before commencement of work. Intending tenders should acquaint themselves with provision of the agreement before sending the tenders.
Tenders should reach ENGINEERING DEPARTMENT, LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01 (SRI LANKA) before due date and time mentioned above.
SENIOR VICE PRESIDENT (ENGG)
FABRICATION, SUPPLY & INSTALLATION OF 20 KL TANK & ACCESSORIES AT OUR CUSTOMER LOCATION, KALANIYA, SRI LANKA
February 20, 2020 5:02 pm
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ PT/ 05/ 2019– 20
Lanka IOC PLC invites sealed tenders in prescribed tender form under two bid system from bonafide contractors as per following details
|
||
NAME OF WORK | SALE PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
FABRICATION, SUPPLY & INSTALLATION OF 20 KL TANK & ACCESSORIES AT OUR CUSTOMER LOCATION, KALANIYA, SRI LANKA. | 20th Feb’ 2020
From 0900 Hrs
To
10th Mar’ 2020 Up to 1700 Hrs |
SENIOR VICE PRESIDENT (ENG)
TEL: +94 11 2475707
Email: elamarantk@lankaioc.com
|
Please visit our website www.lankaioc.com for further details on this tender. |
NOTICE INVITING TENDER
1 | Name of work | : | FABRICATION, SUPPLY & INSTALLATION OF 20 KL TANK & ACCESSORIES AT OUR CUSTOMER LOCATION, KALANIYA, SRI LANKA | |
2 | Place of Work | : | LIOC CUSTOMER LOCATION, KALANIYA, SRI LANKA. | |
3 | Tender Ref | : | LIOC/ ENG/ PT/ 05/ 2019-20 | |
4 | Tender Fee | : | LKR 2,500/- (non refundable / non transferable) Demand draft drawn in favour of Lanka IOC PLC payable at Colombo. Tender fee not applicable if downloaded from the www.lankaioc.com | |
5
|
Bid Bond | : | LKR 52,100.00 (By way of DD or BG as per format) | |
5A | Mode of submission of bid bond |
A. By Demand draft in favour of Lanka IOC PLC payable at ColomboB. By Bank Guarantee in favour of Lanka IOC PLC issued by any MNC/reputed Bank in Sri lanka. |
||
6 | Sale Of Tenders (between 0900 Hrs to 1700 Hrs on working days) | |||
a) Starts On | : | 20th Feb’ 2020 at 0900 Hrs | ||
b) Closes On | : | 10th March’ 2020 at 1700 Hrs | ||
7 | Pre Bid Meeting | : | Pre-bid meeting to be held at LANKA IOC PLC, Head Office Colombo on 27th Feb’ 2020 @ 11:00 HRS. | |
8 | Tender Submission Address | : | SR. VICE PRESIDENT (ENGG), LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA | |
9 | Due Date And Time | : | ||
a) Submission Of Tenders | : | 11th March’ 2020 @ 11:00 Hrs | ||
b) Opening Of Tenders (Technical Bid Only) | : | 11th March’ 2020 @ 11:30 Hrs | ||
10 | Verification Of Original Documents | : | 12/ 03/ 2020 & 13/ 03/ 2020 | |
11 | Work Completion Time | : | 16 Weeks | |
12 | Number of parties to be selected | : | 1 NO | |
Sealed tenders in two bid system (a) Technical bid with commercial terms and (b) Price Bid are invited from reputed, established and financially sound parties for FABRICATION, SUPPLY & INSTALLATION OF 20 KL TANK & ACCESSORIES AT OUR CUSTOMER LOCATION, KALANIYA, SRI LANKA Parties, meeting the following qualifying parameters as per details mentioned below, only need apply:
QUALIFYING PARAMETERS:
Parties who satisfy the following qualification parameters as per the details given below only need apply.
SL | QUALIFYING PARAMETERS |
1. | Similar works: Value of similar works shall be as per following.
1. 3 similar work orders each of value not less than LKR 2.08 Mil OR 2. 2 similar work orders each of value not less than LKR 2.60 Mil OR 3. Single similar work order of value not less than LKR 4.16 Million in any of the last 5 years ending 31/ 01/ 2020. |
2. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2019 ie. 2016-17, 2017-18 and 2018-19 shall be at least LKR 1.38 Million.
Note: In case the turnover for any of the above years is not furnished then, the turnover shall be taken as ZERO while computing average turnover. |
3 | Business Registration and VAT (If applicable) registration certificates. Proof of only submission of application for VAT registration shall not be considered as valid document. |
Definition of Similar works:
Experience in successful completion of Fabrication, erection of tank and laying of steel pipe with welding with or without associated works along with pump installation for petroleum/ chemical/ hazardous or other industries.
Note:
- Proof of works completed as per qualifying parameters mentioned above shall be supported by copies of work orders, approved drawings, final bill copies/ work completion certificates, etc indicating date of work order, date of completion of works, nature of works and value of works completed etc.
- In case of works taken up prior to the qualifying period (5 years ending 31/ 01/ 2020) are completed during the qualifying period then, the cost of works completed in the qualifying period shall be reckoned for the purpose of qualification. Proof of turn over shall be supported by copies of Profit and Loss account statements, income statements & balance sheet indicating therein Professional receipts.
TENDER FEE:
Tender documents (non transferable) can be obtained from Engineering department, Lanka IOC PLC, 20th floor, West Tower, Echelon Square, Colombo, Sri Lanka by way of a request letter together with tender fee for LKR 2,500/- by way of Demand Draft drawn in favour of LANKA IOC PLC payable at COLOMBO.
LIOC shall not be responsible for any Postal / Courier delays if document is sought by post.
The tender documents can also be downloaded from our web site www.lankaioc.com during the sale period. In such case, the tenderers must ensure that all the documents are downloaded and the responsibility of the same shall vest with the individual tenderer. Before downloading the tender documents from the website, the tenderer should register in the website by giving the correct name of the firm, address and all details as required. It shall be the responsibility of the tenderer to ensure that they register with the web site well in advance and download the documents before due date and time of close of sale. In case, the name and address in which the tenderers have registered at the website does not match with the name and address of in which they have quoted, their tender shall be rejected outright.
The tender documents downloaded are not transferable and can be used only by the registered tenderer who has downloaded the documents. Hence any tender submitted by the tenderers who have neither bought the tender nor downloaded the same shall be rejected outright. In case, the tenders are downloaded, the tenderers are NOT required to submit the Tender Fee for LKR 2,500/- along with the Technical Bid documents.
Tenders marked “Technical Bid with Commercial Terms without Price” shall be opened on due date and time mentioned in presence of Bidders at the above mentioned address. Lanka IOC PLC reserves the right to accept / reject any or all tenders without assigning any reason whatsoever.
Tenders received after the due date and time shall be rejected outright.
BID BOND:
Tenderers are requested to submit bid bond of LKR 52,100.00 in the form of Demand Draft/ BG to be issued by any scheduled bank in Sri Lanka in favour of Lanka IOC (as per format attached with this tender). The BG towards bid bond to be issued by the banks should be valid for a period of 4 months (120 days) from the date of opening of technical/ commercial bids.
Tenders received without bid bond shall be rejected outright.
The bid bond of unsuccessful tenderers shall be returned after finalization of tender and after submission of original cash receipts by the tenderers. Bid bond of successful tenderer shall be returned upon finalization of tender and on acceptance of the PO placed by LIOC.
Tenderers may note that the bid bond shall be forfeited in case of following situations:
- Canvassing of information or submission of forged/ false documents/ information by tenderers.
- Unilateral withdrawal or revision of the offer by the tenderer during the validity period of the offer.
- Backing out after placement of work order.
Bid bond shall not carry any interest.
Tenders marked “Technical Bid with Commercial Terms without Price” shall be opened on due date and time mentioned in presence of Bidders at the above mentioned address. Lanka IOC PLC reserves the right to accept / reject any or all tenders without assigning any reason whatsoever.
Tenders received after the due date and time shall be rejected outright.
PROCEDURE FOR SELECTION OF CONTRACTOR:
- Pre-bid meeting: Pre-bid meeting minutes shall form a part of this tender document.
- Submission of Documents towards qualifying parameters:- Tenderer will be required to fill in and enclose documents in support of qualifying parameters together with relevant documents as given in the Statement of Credentials sheet attached. OFFER OF THOSE TENDERERS NOT ENCLOSING ALL RELEVANT DOCUMENTS TOWARDS QUALIFYING PARAMETERS ARE LIABLE FOR REJECTION
- Verification of Original Documents:- Tenderers are required to report on the specified dates mentioned in the tender along with all original documents, copies of which have been submitted with the Technical Bid towards qualification. No separate communication will be issued to tenderers in this regard. The Bids of the Tenderers who do not report for verification of original documents on date mentioned may be summarily rejected.
- Technical Qualification:- Tenderer will be considered as technically qualified based on meeting qualifying parameters and after verification of original documents towards the same as stipulated above. In the event, document submitted by the tenderer is found to be forged or incorrect, such tenderer shall be rejected and bid bond submitted shall be forfeited immediately. Such tenderer is also liable to be put on Holiday List by LIOC. Parties who have carried out the work on sub contract basis shall not be eligible to participating in the tender.
- Price Bid Opening & Finalisation of parties: Tenderers are required to quote fixed percentage above or below the rates given in the Price Schedule. Price Bid of only technically qualified parties shall be opened, after intimation to successful tenderers. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder in terms of quotation. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years ie as worked out for qualifying criteria shall get precedence.
The lowest acceptable rate with or without negotiation & accepted by Lanka IOC.
ACCEPTABLE RATES & AWARD OF CONTRACT:
The parties are required to quote their lowest percentage rate (+/-) which will be uniformly applicable on all the items of the attached Schedule of Rates (SOR).
A merit list based on the quoted percentage rate of the bidders in ascending order shall be prepared to decide enlistment.
The lowest acceptable rate shall be offered to the parties serially as per the above merit list. The lowest acceptable rate shall be treated as the rate acceptable to Lanka IOC PLC taking into consideration abnormal quotes. In other words, abnormally low & high quotes can be rejected.
LIOC reserves the rights to negotiate with the tenderer. The tenderer shall confirm the negotiation within the stipulated time. If the tenderer fails to comply, LIOC reserves the right to reject the tender at their discretion.
The contract shall be finalized with maximum of ONE (01) party.
The Tenderers are advised to submit their offer strictly adhering to the terms and conditions and specifications contained in the Tender document and not to stipulate any deviations. Failure to do so will result in rejection of the Tender outright not withstanding their status on quoted rates.
Canvassing of information or submission of forged or false documents / information by any Tenderer shall make their offer invalid. In addition, action shall also be taken by Lanka IOC PLC for forfeiture of bid bond as well as putting the Tenderer on Holiday list.
The successful tenderer will have to execute an agreement with LIOC PLC, covering all aspects to the contract, in the form prescribed, immediately before commencement of work. Intending tenders should acquaint themselves with provision of the agreement before sending the tenders.
Tenders should reach ENGINEERING DEPARTMENT, LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01 (SRI LANKA) before due date and time mentioned above.
SENIOR VICE PRESIDENT (ENGG)
RATE CONTRACT FOR FABRICATION & SUPPLY OF HORIZONTAL MILD STEEL UNDERGROUND TANKS FOR STORAGE OF PETROLEUM PRODUCTS AT PETROL STATIONS ACROSS THE ISLAND
February 18, 2020 10:55 amNOTICE INVITING TENDER
1 | TENDER NO. |
LIOC/ ENG/ PT/ 03/ 19-20 |
2
|
NAME OF WORK | RATE CONTRACT FOR FABRICATION & SUPPLY OF HORIZONTAL MILD STEEL UNDERGRAOUD TANKS FOR STORAGE OF PETROLEUM PRODUCTS AT PETROL STATIONS |
3 | ESTIMATED COST |
LKR 6.7 Mil + VAT during rate contract period of 12 MonthsThe estimated cost is only directional and the successful bidders can not claim it as their right. The actual value of works can increase or decrease at the sole discretion of LIOC. |
4 | BID BOND |
LKR 100,000/- |
4A | MODE OF SUBMISSION OF BID BOND |
A. By Demand draft only in favour of Lanka IOC PLC payable at Colombo |
5 | SALE OF TENDERS (between 0900 Hrs to 1700 Hrs on working days) | |
a) STARTS ON | 18/02/2020 at 0900 Hrs | |
b) CLOSES ON | 27/02/2020 at 1700 HRS. | |
6
|
DUE DATE AND TIME : | |
a) SUBMISSION OF TENDERS | On or before 28/02/2020 @ 1500 HRS | |
b) OPENING OF TENDERS
(Technical Bid Only) |
28/02/2020 @ 1530 HRS | |
7 | TENDER FEE | LKR. 5,000/- (non refundable / non transferable) drawn in favour of Lanka IOC PLC payable at Colombo. Tender fee not applicable if downloaded from the www.lankaioc.com |
8 | VALIDITY OF TENDER | 120 days from Date of opening of Technical Bid |
9 | PRE BID MEETING | Nil |
10 | VERIFICATION OF ORIGINAL DOCUMENTS | 02/03/2020 |
11 | NUMBER OF PARTIES TO BE ENLISTED | THREE (03) parties
LIOC reserves the right to increase or decrease the number of parties to be empanelled at its discretion and none of the bidders shall have any claim whatsoever in such cases. |
12 | CONTRACTUAL PERIOD | 12 months from the date of acceptance of the tender by LIOC and extendable by further 12 months based on mutual consent |
13 | WORK COMPLETION TIME | 5 Days per Tank of any size as per details given in tender |
Sealed tenders in two bid system (a) Technical bid with commercial terms and (b) Price Bid are invited from reputed, established and financially sound parties RATE CONTRACT FOR FABRICATION & SUPPLY OF HORIZONTAL MILD STEEL UNDERGROUND TANKS FOR STORAGE OF PETROLEUM PRODUCT AT PETROL STATIONS. Parties, meeting the following qualifying parameters as per details mentioned below, only need apply:
QUALIFYING PARAMETERS:
Parties who satisfy the following qualification parameters as per the details given below only need apply.
SL | QUALIFYING PARAMETERS |
1. | Similar works: Value of similar works covered by single order shall not be less than LKR 1.8 Million (Including VAT) in any of the last 3 years ending 31/ 01/ 2020. |
2. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2019 i.e. 2016-17, 2017-18 and 2018-19 shall be at least LKR 2.2 Million.
Note: In case the turnover for any of the above years is not furnished then, the turnover shall be taken as ZERO while computing average turnover. |
3. | Availability of Company registration certificate and VAT registration. |
Definition of Similar works:
The party should have successfully completed a similar work as single order in “MECHANICAL NATURE” as below.
Works of Mechanical nature shall mean:
Pipeline work with Mild Steel or other metal;
AND/OR
Vertical Tanks/ Horizontal Tanks/ Bowser/ Vessel/ Boiler
AND/OR
Structural fabrication.
In case works for fabrication and supply of underground/ above ground tanks for petrol sheds are carried out under a rate contract the, sum total value of works completed under multiple call up orders under a given rate contract shall be considered as eligible.
Note:
- Proof of works completed as per qualifying parameters mentioned above shall be supported by copies of work orders, final bill copies/ work completion certificates, etc indicating date of work order, date of completion of works and value of works completed etc.In case of works taken up prior to the
- qualifying period (3 years ending 31/08/2015) are completed during the qualifying period then, the cost of works completed in the qualifying period shall be reckoned for the purpose of qualification. Proof of turn over shall be supported by copies of Profit and Loss account statements & balance sheet indicating therein Professional receipts.
TENDER FEE:
Tender documents (non transferable) can be obtained from Engineering department, Lanka IOC PLC, 20th floor, West Tower, Echelon Square, Colombo, Sri Lanka by way of a request letter together with tender fee for LKR 5,000/- by way of Demand Draft drawn in favour of LANKA IOC PLC payable at COLOMBO.
LIOC shall not be responsible for any Postal / Courier delays if document is sought by post.
The tender documents can also be downloaded from our web site www.lankaioc.com during the sale period. In such case, the tenderers must ensure that all the documents are downloaded and the responsibility of the same shall vest with the individual tenderer. Before downloading the tender documents from the website, the tenderer should register in the website by giving the correct name of the firm, address and all details as required. It shall be the responsibility of the tenderer to ensure that they register with the web site well in advance and download the documents before due date and time of close of sale. In case, the name and address in which the tenderers have registered at the website does not match with the name and address of in which they have quoted, their tender shall be rejected outright.
The tender documents downloaded are not transferable and can be used only by the registered tenderer who has downloaded the documents. Hence any tender submitted by the tenderers who have neither bought the tender nor downloaded the same shall be rejected outright. In case, the tenders are downloaded, the tenderers are NOT required to submit the Tender Fee for LKR 5,000/- along with the Technical Bid documents.
Tenders marked “Technical Bid with Commercial Terms without Price” shall be opened on due date and time mentioned in presence of Bidders at the above mentioned address. Lanka IOC PLC reserves the right to accept / reject any or all tenders without assigning any reason whatsoever.
Tenders received after the due date and time shall be rejected outright.
PERIOD OF CONTRACT:
12 MONTHS from the date of acceptance of tender by LIOC. The contract can be extended for a period of 12 months at the terms and conditions of tender on mutual consent.
PROCEDURE FOR SELECTION OF CONTRACTOR:
- Pre-bid meeting: Nil.
- Submission of Documents towards qualifying parameters:- Tenderer will be required to fill in and enclose documents in support of qualifying parameters together with relevant documents as given in the Statement of Credentials sheet attached. OFFER OF THOSE TENDERERS NOT ENCLOSING ALL RELEVANT DOCUMENTS TOWARDS QUALIFYING PARAMETERS ARE LIABLE FOR REJECTION
- Verification of Original Documents:- Tenderers are required to report on the specified dates mentioned in the tender along with all original documents, copies of which have been submitted with the Technical Bid towards qualification. No separate communication will be issued to tenderers in this regard. The Bids of the Tenderers who do not report for verification of original documents on date mentioned may be summarily rejected.
- Technical Qualification:- Tenderer will be considered as technically qualified based on meeting qualifying parameters and after verification of original documents towards the same as stipulated above. In the event, document submitted by the tenderer is found to be forged or incorrect, such tenderer shall be rejected and bid bond submitted shall be forfeited immediately. Such tenderer is also liable to be put on Holiday List by LIOC. Parties who have carried out the work on sub contract basis shall not be eligible to participating in the tender.
- Price Bid Opening & Finalisation of parties: Tenderers are required to quote fixed percentage above or below the rates given in the Price Schedule. Price Bid of only technically qualified parties shall be opened, after intimation to successful tenderers. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder in terms of quotation. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years ie as worked out for qualifying criteria shall get precedence.
The lowest acceptable rate with or without negotiation & accepted by Lanka LIOC ie. L1 rate shall be offered to the other qualified parties for matching. Qualified parties matching the L-1 rates shall be considered for award of contract and preference being given in the ascending order of the respective original quotations till the time the required nos. of parties are empanelled.
- The Jobs shall be awarded among the empanelled 3 parties at 50% of work to L1 Party and 25% each to other 2 parties during the contract period. However, Lanka IOC at its sole discretion reserves the right to increase or decrease the value of works/ no. of Contractors and Contractor’s shall not have any claim whatsoever regarding the same.
Canvassing of information or submission of forged or false documents / information by any Tenderer shall make their offer invalid. In addition, action shall also be taken by Lanka IOC PLC for forfeiture of bid bond as well as putting the Tenderer on Holiday list.
Tenders should reach ENGINEERING DEPARTMENT, LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01 (SRI LANKA) before due date and time mentioned above.
Sr. VICE PRESIDENT (ENGG)
ESTABLISHING CALL CENTRE WITH ELECTRONIC COMMUNICATION TRACKING SYSTEM FOR COMPLAINTS REGISTRATION AND COMPLIANCE FOR LANKA IOC PETROL STATIONS
January 17, 2020 10:36 amNOTICE INVITING TENDER
Tender no: LIOC/ ENG/ PT/ 02/ 2019-20
LIOC PLC invites sealed tenders in prescribed tender form under two bid system from bonafide contractors as per following details
|
||
NAME OF WORK | SALE PERIOD (BOTH DAYS INCLUSIVE) | CONTACT PERSON |
ESTABLISHING CALL CENTRE WITH ELECTRONIC COMMUNICATION TRACKING SYSTEM FOR COMPLAINTS REGISTRATION AND COMPLIANCE FOR LANKA IOC PETROL STATIONS
Cost of tender: LKR 5,000/- (non refundable) |
17/ 01/ 2020 From 0900 Hrs
To 13/ 02/ 2020 up to 1700 Hrs. |
SVP (ENGG)
TEL: +94 11 2475707
Email: elamarantk@lankaioc.com,
|
Please visit our website www.lankaioc.com for further details on this tender. |
SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF LABORATORY EQUIPMENTS AT LANKA IOC TERMINAL, TRINCOMALEE, SRILANKA
November 27, 2019 9:00 am
CORRIGENDUM – TIME EXTENSION
Tender no: LIOC/ ENG/ GT/ 05/ 2019– 20
|
|
SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF LABORATORY EQUIPMENTS AT LANKA IOC TERMINAL, TRINCOMALEE, SRILANKA.
The following date stands revised as per the request of perspective bidders & competent approving authority. |
CONTACT PERSON:
SR. VICE PRECEDENT(ENGG)
TEL: +94 11 2475707
Email: elamarantk@lankaioc.com |
REVISED TENDER SUBMISSION DUE DATE & TIME:
03rd Jan’2020 at 14:00 Hrs. |
|
Please visit our website www.lankaioc.com for further details on this tender. |
NOTICE INVITING TENDER (PRESS NOTICE)
Lanka IOC PLC
Level 20, West Tower,
World Trade Center, Echelon Square,
Colombo 01
Tenders under single stage two-part system (Part I: Techno-Commercial Bid and Part II: Price Bid) are invited from reliable, bonafide & experienced Manufacturers or their authorized agent /authorized importer/authorized distributor/authorized dealer for “Supply, Delivery, Installation, Testing & Commissioning of Laboratory Equipments at Lanka IOC Terminal, Trincomalee, Srilanka”.
Notice Inviting Tender:
a. | Name of Work | Supply, Delivery, Installation, Testing & Commissioning of Laboratory Equipments at Lanka IOC Terminal, Trincomalee, Srilanka. |
b. | Location of Work | Lanka IOC Terminal, China-bay, Trincomalee, Sri Lanka |
c. | Mode of Tender | Global Tender
(Part I – Techno-Commercial Bid and Part II – Price Bid) |
d. | Tender No. | LIOC/ENG/GT/05/2019-20 |
e. | Commencement of Sale of Tender / Downloading of Tender | 27th Nov’2019 @ 0900 hrs |
f. | Closure of Sale of Tender/ Downloading of Tender | 30th Dec’2019 @ 1700 hrs |
g. | Tender Fee | LKR 5,000 (non refundable/ non transferable) in the form of Demand Draft drawn in favor of Lanka IOC PLC and payable at Colombo or USD 30/- as the case maybe.
Please note that there is no tender fee in case of Bidder downloading the Bid Documents from Lanka IOC Website i.e. www.lankaioc.com. Please ensure that you have got yourselves registered in the name in which the Bid is intended to be submitted. |
h. | Pre –Bid Meeting | 18th Dec’2019 @ 10:30 hrs at Lanka IOC Oil Terminal, Trincomalee, Sri Lanka.
Bidders requested to send their quarries to through emails before 17th December’2019 17:00 hrs to, Senior Vice President (Eng) Email: elamarantk@lankaioc.com |
i. | Due Date and Time for Submission of Tender | 31st Dec’2019 @ 14:00 hrs.
The intending bidders are required to submit their offer in the Tender Box at the following address before the due date and time: SVP (Engineering) Lanka IOC PLC Level 20, West Tower, World Trade Center, Echelon Square, Colombo 01, Sri Lanka. |
j. | Due Date & time of opening of Part-I
(i.e. Techno-Commercial Bid) |
31st Dec’2019 @ 15:00 hrs |
k. | Date of opening of Part II i.e.
Price bid |
Shall be informed separately |
l. | Verification of Bid Documents (with their original copies) | 01st , 02nd & 03rd Jan’2020 (after Tender Opening and during working hours) |
m. | Work Completion Time | 12 weeks for Supply, Installation, Testing, Commissioning & Handing Over. |
n. | Bid Bond/ Earnest Money Deposit | For Local (Sri Lanka) Bidders or Foreign Bidders bidding through Local Agents :
The bidders are required to deposit Bid Bond/ Earnest Money of LKR 330,000/- along with the Technical Bid by way of Demand Draft/ Banker’s Cheque in favour of Lanka IOC PLC and payable at Colombo.
Please note that Bid Bond must not be enclosed with the envelope containing Price Bid. Bids received without proper instrument of Bid Bond/ Earnest Money or in a manner different as above may render the tender liable for rejection.
For Foreign Bidder: The bidders are required to deposit EMD/Bid Security of USD 1,820/- By way of TT Transfer in favour of Lanka IOC PLC directly into the designated bank mentioned as below and enclose a copy of the Swift Message.
Lanka IOC PLC FCBU account no. 25273008920219 held with State Bank of India, Colombo (SWIFT CODE: – SBINLKLXFCB) through their account no.000146528 with HSBC, USA, New York (SWIFT CODE: MRMDUS33).
Alternatively, Demand Draft drawn on Lanka IOC PLC payable at Colombo can be submitted along with the Technical Bid.
Bid bond will return to respective bidders after the finalization of contract/ on expiry of tender validity. |
o. |
Pre-Qualification Criteria |
1. Experience: Bidder should have supplied and installed the tendered items or similar laboratory equipments to any industries/any other user during the past five years ending Oct’2019. Values shall be as per following. (In Sri Lankan Rupee or equivalent Foreign currency) a. 3 similar work orders each of value not less than LKR 13.2 Mil OR b. 2 similar work orders each of value not less than LKR 16.5 Mil OR c. Single similar work order of value not less than LKR 26.4 Million
2. Annual Turnover: Audited balance sheet and Profit & Loss account for the last 3 (three) financial years. Average annual financial turn over during shall be at least LKR 9.89 Million or equivalent Foreign currency.
3. Business Registration and VAT/GST registration certificate: Submission of application for VAT/GST registration shall not be considered as valid document.
Relevant documents should submit inline with requirement in ANNEXURE-III. |
Note: | ||
I. | Part I Techno-Commercial bid will be opened on specified date and time as given in the NIT. Bidder(s) can witness opening of bid at the venue as mentioned.
Part II Price bid will be opened of only those bidder(s) whose Part I Techno- Commercial Bid is found to be Techno-Commercially acceptable by LANKA IOC PLC. Such bidder(s) will be intimated date of opening of Part II Price bid, through valid email. The email shall be as used by them for registering themselves at Lanka IOC website at the time of downloading the Tender or as mentioned by them in the “Bidder’s Information”. |
|
II. | Corrigenda / addenda / clarifications, if any, shall be hosted on the above mentioned website only. No separate advertisement will be made in the print media. Tenderer should visit the website frequently to check for updates. | |
III. | The documents uploaded by bidder(s) will be scrutinized. In case any of the information furnished by the bidder is found to be false during scrutiny, Bid Bond/ EMD of defaulting bidder(s) will be forfeited. Punitive action including suspension and banning of business/ Holiday listing can also be taken against defaulting bidders. |
Procedure for Selection of Contractor
- Submission of Bid Documents: Offer shall be considered for evaluation only in respect of Bidders who have submitted the tender within the due date and time and with the requisite Bid Bond/ EMD. All details as required in the “Statement of Credentials/ Bidder’s Information” shall necessarily be filled up and copies of documents in support of meeting the pre qualification criteria be submitted failing which the Bid may be summarily rejected.
- Verification of Documents: The backup documents submitted in support of the credentials and the pre qualification criterion shall be verified with their original copies and which have to be brought to this office by the respective Bidders on the dates mentioned for “Verification of Original Documents”. Refusal to furnish the original documents for verification may render the bid liable for rejection.
- Technical Qualification: Tenderer will be considered as technically qualified based on meeting qualifying parameters and after verification of original documents towards the same as stipulated above. Decision of Lanka IOC on the same shall be final and binding. In the event, document submitted by the tenderer is found to be forged or incorrect, such tenderer shall be rejected and bid bond submitted shall be forfeited immediately. Such tenderer is also liable to be put on Holiday List by IOC.
- Price Bid Opening & Finalisation of Contract: Tenderers are required to quote fixed amount in the Price Schedule. Price Bid of only technically qualified parties shall be opened, after intimation to successful tenderers. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder in terms of quotation equipment wise. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years i.e. as worked out for qualifying criteria shall get precedence. Turn over if not provided for any year shall be considered as zero for the purpose of calculating the average.
The lowest acceptable rate with or without negotiation & accepted by Lanka IOC shall be considered for award of work.
Bidders may note that along with the supply of laboratory equipment as detailed in the tender, the “scope of works” would inter alia necessarily include delivery, installation, testing & commissioning along with the supply.
- Number of Parties/ Contractors/ Vendors: One Contractor/ Vendor shall be selected for one equipment.
The Tenderers are advised to submit their offer strictly adhering to the terms and conditions and specifications contained in the Tender document and not to stipulate any deviations. Failure to do so will result in rejection of the Tender outright not withstanding their status on quoted rates.
Canvassing of information or submission of forged or false documents / information by any Tenderer shall make their offer invalid. In addition, action shall also be taken by Lanka IOC PLC for forfeiture of bid bond as well as putting the Tenderer on Holiday list.
The successful tenderer will have to execute an agreement with LIOC PLC, covering all aspects to the contract, in the form prescribed, immediately before commencement of work. Intending tenders should acquaint themselves with provision of the agreement before sending the tenders.
Tenders should reach ENGINEERING DEPARTMENT, LANKA LIOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA before due date and time mentioned above.
(T.K.ELAMARAN)