Archives
CORRIGENDUM – TIME EXTENSION
Tender no: LIOC/ ENG/ PT/ 01/ 2019-20
|
|
PUBLIC TENDER FOR DISPOSAL OF SCRAP MATERIALS OF LANKA IOC PLC
The following dates 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 SATE PERIOD OF THE TENDER UP TO:
27th Dec’2019 at 17:00 Hrs.
REVISED TENDER SUBMISSION DUE DATE & TIME: 30th Dec’2019 at 15:00 Hrs. |
|
Please visit our website www.lankaioc.com for further details on this tender. |
Provision of Heating System for Low Sulphur Fuel Oil Storage Tank & Pipeline at Lanka IOC PLC Oil Terminal, China Bay, Trincomalee, Sri Lanka.
October 10, 2019 10:29 amEXPRESSION OF INTEREST
REQUEST FOR EXPRESSION OF INTEREST
Reference no.: LIOC/ ENG/ EOI/ 01/ 2019– 20
Lanka IOC PLC invites sealed tenders(EOI) 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 |
Provision of Heating System for Low Sulphur Fuel Oil Storage Tank & Pipeline at Lanka IOC PLC Oil Terminal, China Bay, Trincomalee, Sri Lanka.
Pre-bid meeting on 18th Oct’ 2019 at Lanka IOC PLC Oil Terminal, China bay, Trincomalee, Sri Lanka. |
09/ 10/ 2019
From 0900 Hrs
To
24/ 10/ 2019 Up to 1700 Hrs |
CONTACT PERSON:
SR. VICE PRESIDENT (ENGG)
TEL: +94 11 2475707
Email: elamarantk@lankaioc.com |
Please visit our website www.lankaioc.com for further details on this tender. |
NOTICE – EXPRESSION OF INTEREST
a. | Name of Work | Provision of Heating System for Low Sulphur Fuel Oil Storage Tank & Pipelines at Lanka IOC PLC Oil terminal, Chinabay, Trincomalee, Sri Lanka. |
b. | Location of Work | Lanka IOC Oil Terminal, Chinabay, Trincomalee, Sri Lanka |
c. | Mode of proposal | Global Expression of Interest |
d. | Ref No. | LIOC/ENG/EOI/01/2019-20 |
e. | Commencement of Sale/ Downloading of EOI. | 09th Oct’2019 @ 0900 hrs |
f. | Closure of Sale/ Downloading of EOI. | 24th Oct’2019 @ 1700 hrs |
g. | Pre –Bid Meeting | 18th Oct’2019 @ 11:30 hrs at Lanka IOC Terminal, Chinabay, Trincomalee, Sri Lanka. |
h. | Due Date and Time for Submission of Tender | 25th Oct’ 2019 @ 15:00 hrs.
The intending bidders are required to submit their proposals 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. |
i. | Due Date & time of opening of
Technical Proposal |
25th Oct’ 2019 @ 15:30 hrs |
j. | Date of opening of Financial Proposal | Shall be informed separately |
k. | Verification of Proposals (with their original copies) | If any, Shall be informed separately |
Note: | ||
I. | Technical proposal will be opened on specified date and time as given in the Notice, Bidder(s) can witness opening of bid at the venue as mentioned.
Financial proposal will be opened of only those bidder(s) whose Technical proposal is found to be Techno-Commercially acceptable by LANKA IOC PLC. Such bidder(s) will be intimated date of opening of Financial proposal, through valid email. The email shall be as used by them for registering themselves at Lanka IOC website at the time of downloading the EOI 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 submitted by bidder(s) will be scrutinized. In case any of the information furnished by the bidder is found to be false during scrutiny. Punitive action including suspension and banning of business/ Holiday listing can also be taken against defaulting bidders. |
PROCEDURE FOR SELECTION OF PROPOSAL
- Submission of Proposals: Offer shall be considered for evaluation only in respect of Bidders who have submitted the proposal within the due date and time. 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: Bidder 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 bidder is found to be forged or incorrect, such bidder shall be rejected. Such tenderer is also liable to be put on Holiday List by Lanka IOC.
- Financial Proposal Opening & Finalisation of Contract: Bidders are required to submit their financial proposal on both options as requested in the Lanka IOC requirements. Financial Proposal of only technically qualified parties shall be opened, after intimation to successful bidders. Status of bidders shall be arrived at based on the price quoted by individual bidders 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 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: Maximum of 1 Contractor/ Vendor shall be selected.
Canvassing of information or submission of forged or false documents / information by any bidder shall make their offer invalid. In addition, action shall also be taken by Lanka IOC PLC for putting the bidder on Holiday list.
The successful bidder will have to execute an agreement with LIOC PLC, covering all aspects to the contract, before commencement of work.
RATE CONTRACT FOR SUPPLY, FABRICATING, INSTALLATION, TESTING & COMMISSIONING OF ACM FASCIA AND RELATED RVI ELEMENTS AT PETROL STATIONS OF LANKA IOC PLC, AT ACROSS THE ISLAND.
September 30, 2019 12:34 pm
CORRIGENDUM – TIME EXTENSION
Tender no: LIOC/ ENG/ GT/ 03/ 2019-20
|
|
RATE CONTRACT FOR SUPPLY, FABRICATING, INSTALLATION, TESTING & COMMISSIONING OF ACM FASCIA AND RELATED RVI ELEMENTS AT PETROL STATIONS OF LANKA IOC PLC, AT ACROSS THE ISLAND.
The following dates 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:
11th Nov’2019 at 15:00 Hrs. |
|
Please visit our website www.lankaioc.com for further details on this tender. |
NOTICE INVITING TENDER
1 | TENDER NO. |
LIOC/ ENG/ GT/ 03/ 2019-20 |
2
|
NAME OF WORK | RATE CONTRACT FOR SUPPLY, FABRICATING, INSTALLATION, TESTING & COMMISSIONING OF ACM FASCIA AND RELATED RVI ELEMENTS AT PETROL STATIONS OF LANKA IOC PLC, AT ACROSS THE ISLAND. |
3 | MODE OF TENDER |
GLOBAL TENDER IN TWO BID SYSTEM (PART I – TECHNO-COMMERCIAL BID AND PART II – PRICE BID) |
4-a | BID BOND IN LKR |
LKR 100,000/- (for local bidders) |
4-b | BID BOND IN USD & EURO |
USD 560/-OR EURO 500/- (for foreign bidders) |
4-c | MODE OF SUBMISSION OF BID BOND |
a. By demand draft in favour of lanka ioc plc payable at colombo for local bidders.b. TT Transfer/Swift transfer for foreign bidders TT Transfer/Swift transfer to be done by any foreign bank in favour of Lanka IOC directly into the designated bank mentioned as below and enclose a copy of the Swift transfer 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 also be submitted along with the Technical Bid by foreign bidders. |
5 | PRE BID MEETING | PRE-BID MEETING TO BE HELD AT LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA On 10/ 10/ 2019 @ 1100 HRS. |
6 | TENDER SUBMISSION ADDRESS | SR. VICE PRESIDENT (ENGG), LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA |
7
|
DUE DATE AND TIME : | |
a) SUBMISSION OF TENDERS | 04/ 11/ 2019 @ 1500 HRS | |
b) OPENING OF TENDERS
(Technical Bid Only) |
04/ 11/ 2019 @ 1530 HRS
|
|
8 | COST OF TENDER DOCUMENTS | LKR 5000/-(for local bidders) and USD 28/- OR EURO 25/- (for foreign bidders) (non refundable / non transferable) DD drawn in favour of Lanka IOC PLC payable at Colombo. |
9 | VALIDITY OF TENDER | 04 (FOUR) Months from date of tender opening |
10 | NUMBER OF PARTIES TO BE SELECTED | Maximum of FIVE (5) 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. |
11 | CONTRACT PERIOD | 12 months from the date of acceptance of the tender by LIOC and extendable by further 12 months based on mutual consent |
12 | WORK COMPLETION TIME | As per the details given in the call up POs |
13 | TENDER SUBMISION | SR. VICE PRESIDENT (ENGG), LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA |
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 RATE CONTRACT FOR SUPPLY, FABRICATING, INSTALLATION, TESTING & COMMISSIONING OF ACM FASCIA AND RELATED RVI ELEMENTS AT PETROL STATIONS OF LANKA IOC PLC, AT ACROSS THE ISLAND. 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 |
I. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2019 shall be at least LKR 15 Million (USD 84,300/-).
Note: a. In absence of audited balance sheet for FY 2018-19, the bidder would be permitted to submit audited balance sheet for the 3 FY ie 2015-16, 2016-17 and 2017-18. b. 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. |
II. | Similar works: Value of similar works in single order shall be not less than LKR 3.5 (USD 19,670/-) Million in any of the last 3 years ending 31/ 03/ 2019. |
III. | Availability of Company/Business Registration certificate. |
IV. | Availability of VAT registration certificates. (for local vendors only) |
Definition of Similar works:
- Bidder shall be a RVI vendor having experience in indoor & outdoor advertizing works related to retail branding works with ACM panels.
- Bidder should have supplied and installed ACM related branding works such as ACM fascia & monoliths / Vinyl stickers for advertisements at commercial establishments including fabricating & installation of supporting metallic frame works for branding works.
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 31/03/2019) 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 audited 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/- (USD 28/- OR Euro 25/-) 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 of LKR 5,000/- (USD 28/- OR Euro 25/-) 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 (twelve) months from the date of acceptance of the tender by LIOC and extendable by further 12 months based on mutual consent
VALIDITY OF TENDER:
04 (four) months from the date of opening of the tender.
PROCEDURE FOR SELECTION OF CONTRACTOR:
- 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. Tenderers who do not report for verification of original documents on date mentioned shall not be considered.
- 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 IOC. 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 technically qualified parties only shall be opened, after prior intimation to successful tenderers qualified in the Technical Bid. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years worked out to three decimal places shall get precedence.
The lowest acceptable rate with or without negotiation & accepted by IOC shall be offered to the required no. of parties in the ascending order of prices received to match the lowest acceptable rates. On getting willingness from the parties to match the lowest rate as above, order shall be placed on the required no. of parties with preference being given to the parties in ascending order of their original quotation.
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 LIOC 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)
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ GT/ 03/ 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 |
Rate contract for supply, fabricating, installation, testing & commissioning of ACM Fascia and related RVI Elements at petrol Stations of Lanka IOC Plc, at across the island.
Cost of tender: LKR 5,000/- (non refundable) |
30/ 09/ 2019 From 0900 Hrs
To 01/ 11/ 2019 up to 1700 Hrs. |
SVP (ENGG)
TEL: +94112475707
Email: elamarantk@lankaioc.com |
Please visit our website www.lankaioc.com for further details on this tender. |
Construction of Pre-Fabricated Shed for Grease Plant at Lanka IOC Terminal, Trincomalee, Sri Lanka’
September 30, 2019 12:25 pm
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ GT/ 04/ 2019– 20
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 |
CONSTRUCTION OF PRE-FABRICATED SHED FOR GREASE PLANT AT LANKA IOC TERMINAL, TRINCOMALEE, SRI LANKA. | 30th Sept’ 2019
From 0900 Hrs
To
03rd Nov’ 2019 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. |
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 Contractor for “Construction of Pre-Fabricated Shed for Grease Plant at Lanka IOC Terminal, Trincomalee, Sri Lanka”.
Notice Inviting Tender:
a. | Name of Work | ‘Construction of Pre-Fabricated Shed for Grease Plant at Lanka IOC Terminal, Trincomalee, Sri Lanka’. |
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/04/2019-20 |
e. | Commencement of Sale of Tender / Downloading of Tender | 30th Sept’2019 @ 0900 hrs |
f. | Closure of Sale of Tender/ Downloading of Tender | 03rd Nov’ 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 Oct’2019 @ 10:30 hrs at Lanka IOC Oil Terminal, Trincomalee, Sri Lanka.
Bidders requested to send their quarries to through emails before 17th Oct’2019 17:00 hrs to, Senior Vice President (Eng) Email: elamarantk@lankaioc.com |
i. | Due Date and Time for Submission of Tender | 04th Nov’ 2019 @ 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: 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) |
04th Nov’ 2019 @ 11:30 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) | 04th , 05th & 06th t Oct’2019 (after Tender Opening and during working hours) |
m. | Work Completion Time | 12 weeks,
Project schedule from the Commencement Date to completion of the Works, site cleaning and handing over the site shall be 12 weeks. |
n. | Bid Bond/ Earnest Money Deposit | For Local (Sri Lanka) Bidders:
The bidders are required to deposit Bid Bond/ Earnest Money of LKR 170,000/- 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 100/- 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. |
o. |
Pre-Qualification Criteria |
1. Experience: Bidder should have experience in successful completion of Fabrication, erection and installation of steel structure with welding and associated civil & electrical works for any industries. (In Sri Lankan Rupee or equivalent Foreign currency) a. 3 similar work orders each of value not less than LKR 6.7 Mil OR b. 2 similar work orders each of value not less than LKR 8.4 Mil OR c. Single similar work order of value not less than LKR 13.5 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 5.06 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 this tender. |
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.
- Number of Parties/ Contractors/ Vendors: One Contractor/ Vendor shall be selected for the subject work.
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)
S V P (ENGG)
SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF LABORATORY EQUIPMENTS AT LANKA IOC TERMINAL, TRINCOMALEE, SRILANKA
July 12, 2019 9:58 amLIOC/ENG/GT/02/2019-20
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ GT/ 02/ 2019– 20
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
SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF LABORATORY EQUIPMENTS AT LANKA IOC TERMINAL, TRINCOMALEE, SRILANKA
12th July’2019
From 0900 Hrs
To
15th Aug’2019
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.
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/02/2019-20 |
e. | Commencement of Sale of Tender / Downloading of Tender | 12th July’2019 @ 0900 hrs |
f. | Closure of Sale of Tender/ Downloading of Tender | 15th Aug’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 | 02nd Aug’2019 @ 10:30 hrs at Lanka IOC Oil Terminal, Trincomalee, Sri Lanka.
Bidders requested to send their quarries to through emails before 01st July’2019 17:00 hrs to, Senior Vice President (Eng) Email: elamarantk@lankaioc.com |
i. | Due Date and Time for Submission of Tender | 16th Aug’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) |
16th Aug’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) | 16th, 19th & 20th Aug’2019 (after Tender Opening and during working hours) |
m. | Work Completion Time | 10 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 125,000/- 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 710/- 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. |
o. |
Pre-Qualification Criteria |
1. Experience: Bidder should have supplied and installed the tendered items to any industries/any other user during the past five years ending June’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 5.0 Mil OR b. 2 similar work orders each of value not less than LKR 6.2 Mil OR c. Single similar work order of value not less than LKR 10.0 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 LKR 3.75 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)
S V P (ENGG
Empanelment Of Contractors For Carrying Out Construction & Maintenance Work Of New Petrol Sheds And Raze & Rebuild Of Existing Petrol Sheds Across The Island And Construction & Maintenance Works In Trincomalee Oil Terminal.
February 1, 2019 4:29 pmNOTICE INVITING TENDER
1 | TENDER NO. | LIOC/ ENG/ PT/ 04/ 18- 19 |
2 | NAME OF WORK | Empanelment Of Contractors For Carrying Out Construction & Maintenance Work Of New Petrol Sheds And Raze & Rebuild Of Existing Petrol Sheds Across The Island And Construction & Maintenance Works In Trincomalee Oil Terminal. |
3 | SALE OF TENDERS (between 0900 Hrs to 1700 Hrs on working days) | |
a) STARTS ON | 01/ 02/ 2019 | |
b) CLOSES ON | 07/ 03/ 2019 | |
4 | DUE DATE AND TIME | |
a) SUBMISSION OF TENDERS UPTO | 08/ 03/ 2019 @ 1000 hrs | |
b) OPENING OF TENDERS ON | 08/ 03/ 2019 @ 1030 hrs | |
5 | COST OF TENDER DOCUMENT | LKR 5,000/- (Non refundable / non Transferable). |
6 | VALIDITY OF EMPANELMENT | 3 Years (36 Months) from the date of issuance of Empanelment Order. |
7 | PRE BID MEETING | 21/02/2019 @ 1100 hrs
|
8 | VERIFICATION OF ORIGINAL DOCUMENTS | 11/ 03/ 2019 to 13/ 03/ 2019 |
9 | EMPANELMENT CATEGORIES | SCOPE OF WORKS |
9.1 | (EMP-I )EMPANELMENT CATEGORY- 1 VALUE OF WORK UP TO LKR 1 MILLION | § Routine civil/ mechanical/ electrical works at Petrol Sheds and Trincomalee Oil Terminal.
§ Dismantling of existing old facilities under civil/ mechanical/ electrical works in petrol sheds. § Routine construction & maintenance works such as replacement of old DUs with new DUs / driveway repairs / replacement of pipelines with angular check valves/ replacement of unserviceable canopy & yard lights/refurbishment of hoardings & branding works etc with maximum PO value up to LKR 1 Mil per work |
9.2 | (EMP-II)EMPANELMENT CATEGORY-2 VALUE OF WORK FROM LKR 1 MILLION TO 10 MILLION
|
§ Routine civil/ mechanical/ electrical works at Petrol Sheds and Trincomalee Oil Terminal.
§ Dismantling of existing old facilities under civil/ mechanical/ electrical works in petrol sheds. § Replacement of old DUs with new DUs/ Replacement of leaky Tank with new Tanks. Construction of new B Site ROs/ raze and re build works / realignment of Tanks & Dispensing Units at Petrol sheds with PO value from LKR 1 Mil to LKR 10 Mil worth of work. |
9.3 | (EMP-III)EMPANELMENT CATEGORY-3 VALUE OF WORK FROM LKR 10 MILLION TO 30 MILLION | § Routine civil/ mechanical/ electrical works at Petrol Sheds and Trincomalee Oil Terminal.
§ Dismantling of existing old facilities under civil/ mechanical/ electrical works in petrol sheds. § Construction of Sales Building / Canopy / Driveway. Construction of new A Site ROs/ raze and re build works with PO values from LKR 10 Mil to LKR 30 Mil worth of work |
From the routine maintenance works up to construction of new ROs and major refurbishment (Raze and Rebuild) of its petrol sheds across the island and around 10 petrol sheds are proposed to be refurbished in every year. Besides, new petrol sheds also have been planned to be set up across the island as well as undertake routine construction works of civil/ mechanical & electrical nature in our oil terminal at Trincomalee.
Tenders are invited from competent, quality conscious, experienced; technically and financially sound contractors for empanelment for the above mentioned works and at various locations across the island.
Upon empanelment, the list of parties empanelled shall be utilized for undertaking works of value from LKR 1 Million to LKR 30 Million to be finalized through limited tender procedure among the above 3 categories of empanelled contractors.
- TENDER DOCUMENTS :
10.1 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.
10.2 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.
10.3 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 received after the due date and time shall be rejected outright.
10.4 Since this tender is only for empanelment of parties for consideration of different categories of work for future tenders, bid Bond is not applicable.
10.5 However the parties so empanelled will be having an option to submit permanent BID BOND for future tenders against this empanelment, if they desire at their discretion, so that they need not have to submit bid bond for future tenders as & when invited under the subject empanelment
10.6 Submission of Tender Documents:
Tender Envelope must be super scribed duly indicating the tender number, Empanelment Category or Categories which vendor is supposed to apply for, due date and time of opening of tender, name of Tender, address of tenderer. It must be noted that the bid shall be enclosed in sealed cover.The outer cover must be super scribed duly indicating the tender number, Empanelment Category or Categories which vendor is supposed to apply for, due date and time of opening, name of tender, name and address of tenderer. Non-submission of the tender documents in the manner prescribed above will render the offer liable for rejection.
Standard bid documents containing Conditions of contract (Part I & Part II) along with Form Of Agreement are also enclosed with tender for study & understanding of future limited tenderers. The empanelled parties shall be required to submit the same duly signed with stamp on all pages while acknowledging the empanelment order. These documents shall be deemed to be part of every tender and Contract of Lanka IOC PLC.
- QUALIFYING CRITERIA:
11.1 (EMP I) Empanelment Category 1: Value of work up to LKR 1 Million
- Similar works: Parties should have completed similar works during the last 5 years ending 31/ 12/ 2018.
- 3 similar works not less than LKR 0.3 Mil (30% of LKR 1 Mil per petrol shed) OR
- 2 similar works not less than LKR 0.4 Mil (40% of LKR 1 Mil per petrol shed) OR
- 1 similar works not less than LKR 0.5 Mil (50% of LKR 1 Mil per petrol shed)
- Annual Turnover:
- Annual average financial turnover in the last 3 financial years to be kept at LKR 0.9 Mil (30% of the proposed maximum annual value of works per Contractor i.e.30% from LKR 3 Mil).
- VAT Registration & Business registration:
- VAT & Business registration certificates also shall be mandatory parameters for pre-qualification of tenderers for empanelment
- (EMP II) Empanelment Category 2: Value of work from LKR 1 Million to 10 Million
- Similar works: Parties should have completed similar works during the last 5 years ending 31/ 12/ 2018.
- 3 similar works not less than LKR 3 Mil (30% of LKR 10 Mil per petrol shed) OR
- 2 similar works not less than LKR 4 Mil (40% of LKR 10 Mil per petrol shed) OR
- 1 similar works not less than LKR 5 Mil (50% of LKR 10 Mil per petrol shed)
- Annual Turnover:
- Annual average financial turnover in the last 3 financial years to be kept at LKR 9 Mil (30% of the proposed maximum annual value of works per Contractor i.e.30% from LKR 30 Mil).
- VAT Registration & Business registration:
- VAT & Business registration certificates also shall be mandatory parameters for pre-qualification of tenderers for empanelment
- (EMP III)Empanelment Category 3: Value of work from LKR 10 Million to 30 Million
- Similar works: Parties should have completed similar works during the last 5 years ending 31/ 12/ 2018.
- 3 similar works not less than LKR 9 Mil (30% of LKR 30 Mil per petrol shed) OR
- 2 similar works not less than LKR 12 Mil (40% of LKR 30 Mil per petrol shed) OR
- 1 similar works not less than LKR 15 Mil (50% of LKR 30 Mil per petrol shed)
- Annual Turnover:
- Annual average financial turnover in the last 3 financial years to be kept at LKR 27 Mil (30% of the proposed maximum annual value of works per Contractor i.e.30% from LKR 90 Mil).
- VAT Registration & Business registration:
- VAT & Business registration certificates also shall be mandatory parameters for pre-qualification of tenderers for empanelment
DEFINITION OF ‘SIMILAR WORKS’ :
The party should have successfully completed as single order of either “CIVIL NATURE” OR “MECHANICAL NATURE ” OR one composite work comprising of “CIVIL and ELECTRICAL NATURE ” OR “MECHANICAL & ELECTRICAL NATURE” or CIVIL & MECHANICAL NATURE as per the table below
Works of Civil nature shall mean | 1.RCC building including excavation, foundation, masonry, tiling, sanitary & finishing works; OR
2. Any other RCC works; OR 3. Rigid or flexible pavements; OR 4.Tank installation of capacity 10KL or above in petroleum installations; OR 5. Construction of a petroleum Retail Outlet
|
Works of Mechanical nature shall mean | 1. Pipeline work OR Installation of tanks in petrol sheds OR
2. Structural fabrication |
Works of Electrical nature shall mean | 1. Substations OR
2. LT/HT installations OR 3. Cabling OR 4. Building light/ power wiring |
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 meeting the requirements.
- In case of works taken up prior to the qualifying period (5 years ending 31/10/13) 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 audited Profit and Loss account statements indicating therein Professional receipts.
11.4 VAT REGISTRATION
The party should have valid VAT registration issued by Commissioner General Of Inland Revenue.
11.5 BUSINESS REGISTRATION:
The intending tenderers must have valid business registration certificate issued by the statutory authorities.
12.0 PROCEDURE FOR SELECTION OF CONTRACTOR:
Tenderer will be required to fill in and attach relevant documents as given in the Statement of Credentials sheet under the, applying of each category of Empanelment contractor’s and relevant credentials shall be attached for the purpose of verification with given PQ criteria. Tenderer will be technically qualified on the basis of submission of the documents supporting qualifying parameters & verification of original documents. Offer of parties will not be considered if they are not meeting any of the relevant qualification norms and/ or if parties fail to present original documents for verification.
- SUBMISSION OF CREDENTIALS
Documents to be submitted along with tender in support of qualifying parameters are listed below. Offer of the tenderers who do not enclose the photocopies of following documents as support of qualifying parameters with the Technical Bid are liable for rejection.
12.1.1 PROOF TOWARDS SIMILAR WORKS
- Copy of qualifying work order(s) including bill of quantities in respect of similar works.
- Completion certificate issued directly by the client for the qualifying work order. The certificate must indicate nature of completed works, date of completion & final completed value of work. For work orders issued by LIOC or Govt firms, certified final bill copy may be submitted in lieu of completion certificate. In case work is not done directly for the main client then, completion certificate from the main client along with proof of payment received in addition to the above mentioned documents must be attached.
- The party should have successfully executed similar works as defined in NIT. For this purpose, documents listed above have to be submitted.
- PROOF TOWARDS TURNOVER
Party should submit audited Balance Sheets/ Profit & Loss account statements for all the last 3 completed financial years (i.e 2015-16, 2016-17 & 2017-18) in this regard. 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 as per qualifying parameters.
Tenderers must note that mere submission of the relevant information and meeting the qualifying criteria would not entitle the tenderer for technical qualification. The details submitted and the credentials will be verified by the concerned authority of LIOC. In the event document / information submitted by the tenderer is found to be forged or incorrect, the tender will be rejected and / or the contract with such tenderer shall be terminated and / such tenderer may also be put on Holiday List by Lanka IOC.
- VERIFICATION OF ORIGINAL DOCUMENTS:
It shall be the responsibility of the tenderer to be available at our office address given below with all the requisite original documents for verification, submitted by them along with the tender on the following dates. Please note that no separate communication shall be sent for calling the parties for verification.
Tenderers must note that all original documents copies of which have been submitted with tender shall be verified at the time of paper verification.
Tenderers are required to report to our office at WTC, Colombo with original documents (copies of which have been submitted with the Technical / Commercial Bid as per statement of credential) during the following period.
SN |
DATE OF VERIFICATION OF ORIGINAL DOCUMENTS |
1 | 11/ 03/ 2019 TO 13/ 03/ 2019 |
Tenderer is required to be careful in ensuring that copies of all the requisite documents have been attached along with Statement of Credentials and the statement is correctly filled without leaving any required information. Non-submission of all documents or incomplete submission of any documents may result in rejection of the Tender. Failure on part of the tenderer to report to the office on the above dates for verification of the original documents may result in rejection of the Tenders submitted without further communication.
13.0 METHODOLOGY OF SELECTION OF CONTRACTORS
- Only the Technical / Commercial Bid of those parties submitting their tenders before due date and time of submission, shall be opened on the due date & time of opening.
- The tenderer shall get empanelled after their offer is scrutinized and evaluated based on the qualifying parameters mentioned above, requisite credential certificates enclosed and verification of the credential documents.
- The tenderer finally empanelled for the validity period of empanelment, will be considered for invitation of the future tenders.
- The parties so empanelled will be having an option to submit permanent BID BOND for future tenders against this empanelment, if they desire at their discretion, so that they need not have to submit bid bond for future tenders as & when invited under the subject empanelment.
It may be noted that, merely empanelment does not mean the party will be considered for all future tenders. Any empanelled party may be liable for non consideration during invitation for any future tenders for Party’s improper response for the previous tenders, their unsatisfactory performance in previously executed works etc.
14.0 TERMS AND CONDITIONS:
Tender document is to be purchased from Engineering Department, Lanka IOC PLC on payment of tender fee. The tender document is not transferrable.
Tender fee shall be submitted by cash/ Demand Draft/ Pay order. The demand Draft / Pay Order should be drawn in favour of M/s. Lanka IOC PLC payable at Colombo.
Tender documents can also be downloaded from the web site www.lankaioc.net. In case tenderers download the tender set from the website, they are requested to ensure that all the documents are downloaded and the responsibility lies with the individual tenderer. In such case, submission of tender fee of LKR 5,000/- is not required.
Tenderers must submit the complete tender document duly signed and stamped on all pages in an envelope superscribing the details viz., Tender number, Empanelment Category applying for, Last date & time of submission of tender, Date & time of opening of tender , name & address of the Bidder as per the details given in the tender documents.
Before downloading from the website the tenderer should register at the website giving their correct name, address and other details as required.
- LIOC shall not be responsible for any postal / courier delays if document is sought by post. Similarly, LIOC also shall not be responsible for non-receipt of tender fee due to postal / courier delays.
- Applicants who do not meet the qualifying norms mentioned above need not apply since their offer will be summarily rejected without any further reference to them.
- Tenderer shall report with all originals to our office on the date and time as specified above.
- Authorized representative of Lanka IOC, if required, prior to empanelment shall carry out Field visits to verify the credentials claimed by the applicant. The applicant shall extend necessary co-operation to facilitate the visits.
- Applicants should be in a position to produce all the original documents and/or any other information as and when required by LIOC.
- The empanelment will be valid for a period of 3 years (36 months) from the date of award of empanelment. The empanelment shall be further extended by 2 years on year to year basis at the discretion of Lanka IOC. Lanka IOC reserves the right to include additional parties based on the requirement of contractors during the empanelment period. Empanelment of additional parties hall be subject to receipt of applications from the tenderers against the subject tender advertisement. However, validity of empanelment for all parties shall expire on the same date.
- Incomplete Tenders are liable for rejection without any further communication to the parties and decision of Lanka IOC in this respect will be final.
- Upon empanelment, the parties shall be considered by Lanka IOC for invitation and award of tender of values up to LKR 1 Mil / values up to LKR 10 Mil and values up to LKR 30 Mil under the empanelment categories of EMP I / EMP II and EMP III respectively.
- Mere empanelment does not confer any right on any of the parties to receive invitation of tender enquiries from Lanka IOC, post empanelment.
- PERMANENT BID BOND:
- After empanelment, parties who participate in tenders (Empanelment of all 3 Categories), would be required to submit BID BOND for individual tenders as per LIOC Policy. However, parties have the option to remit Permanent BID BOND & get exemption from payment of bid bond against every tender.
- The Permanent BID BOND shall be paid by the empanelled Contractors by DD/Pay Order only (NOT BY BG) and there shall be no interest paid on the same.
- Permanent Bid Bond: Considering estimated maximum value of works under each tender (i.e. LKR 1 Mil for Category 1/ LKR 10 Mil for Category 2/ LKR 30 Mil for Category 3), the Bid Bond payable at 1% of the PO value which works out to LKR 10,000/-, LKR 100,000/- & LKR 300,000/- respectively.
- It is proposed to provide an option to the empanelled contractors of Category 1/ Category 2 & Category 3 to remit a sum of LKR 10,000/-, LKR 100,000/- & LKR 300,000/- respectively as permanent bid bond upon issuance of empanelment order.
- This Permanent bid bond shall be with LIOC till the validity of empanelment. The empanelled contractors shall be permitted to apply for any number of tenders against submission of copy of cash receipt issued by LIOC towards remittance of permanent bid bond.
- The parties can bid for any number of tenders with the Permanent BID BOND during the period of empanelment and for the period in which the deposit is retained.
- Copy of cash receipt towards proof of payment of payment Permanent BID BOND should be mentioned by the party while submitting the tenders.
- Lanka IOC reserves the right to reject the Tender of any or all the applicants without assigning any reason whatsoever, at its absolute discretion.
Tenders filled in all respects, addressed to SR VICE PRESIDENT (ENGG), LANAK IOC PLC must be deposited in the tender box kept in Engineering Department at the address mentioned below.
SR VICE PRESIDENT (ENGG), LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, WORLD TRADE CENTRE, COLOMBO – 01
SR VICE PRESIDENT (ENGG)
CONSTRUCTION OF NEW A SITE PETROL SHED AT HOMAGAMA (BAMBULGODA, PANNIPITIYA)
November 5, 2018 9:00 amNOTICE INVITING TENDER
1 | TENDER NO. |
LIOC/ ENG/ PT/ 03/ 2018-19 |
2
|
NAME OF WORK |
CONSTRUCTION OF NEW A SITE PETROL SHED AT HOMAGAMA (BAMBULGODA, PANNIPITIYA) |
3 | ESTIMATED COST |
LKR 38.06 MilThe 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 380,630/- by DD/ BG |
4A | 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. |
5 | SALE OF TENDERS (between 0900 Hrs to 1700 Hrs on working days) | |
a) STARTS ON | 05/ 11/ 2018 at 0900 Hrs | |
b) CLOSES ON | 07/ 12/ 2018 at 1700 HRS. | |
6
|
DUE DATE AND TIME : | |
a) SUBMISSION OF TENDERS | 10/ 12/ 2018 @ 1000 HRS | |
b) OPENING OF TENDERS
(Technical Bid Only) |
10/ 12/ 2018 @ 1000 HRS
|
|
7 | PRE BID MEETING | 03/ 12/ 2018 @ 1100 HRS. |
8 | VERIFICATION OF ORIGINAL DOCUMENTS | 11/ 12/ 2018 & 12/ 12/ 2018 |
9 | TENDER FEE | LKR. 5,000/- (non refundable / non transferable) drawn in favour of Lanka IOC PLC payable at Colombo |
10 | COMPLETION PERIOD | 4 (FOUR) MONTHS |
11 | VALIDITY OF TENDER | 04 (FOUR) Months from date of tender opening |
12 | TENDER SUBMISION | SR. VICE PRESIDENT (ENGG), LANKA IOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01, SRI LANKA |
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 CONSTRUCTION OF NEW A SITE PETROL SHED AT HOMAGAMA. 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. | Value of Similar works completed in any of the last 3 years ending 31/ 10/ 2018:
§ Three similar Completed works each of value not less than LKR 15 Million or § Two similar Completed works of each value not less than LKR 19 Million or § One similar Completed works of value not less than LKR 30 Million
|
2. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2018 shall be at least LKR 11 Million.
Note: a. In absence of audited balance sheet for FY 2017-18, the bidder would be permitted to submit audited balance sheet for the 3 FY ie 2014-15, 2015-16 and 2016-17. b. 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. |
Definition of Similar works: The party should have successfully completed as single order at least one work of either “CIVIL NATURE” OR “MECHANICAL NATURE ” OR one composite work comprising of “CIVIL and ELECTRICAL NATURE ” OR “MECHANICAL & ELECTRICAL NATURE” or CIVIL & MECHANICAL as per the table below.
Works of Civil nature shall mean | 1. RCC building including excavation, foundation, masonry, tiling, sanitary & finishing works; OR
2. Any other RCC works; OR 3. Rigid or flexible pavements; OR 4. Tank installation of capacity 10KL or above in petroleum installations |
Works of Mechanical nature shall mean | 1. Pipeline work; OR
2. Structural fabrication |
Works of Electrical nature shall mean | 1. Substations; OR
2. LT/HT installations OR 3. Cabling / power wiring OR 4. Solar Power |
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 31/10/2018) 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 audited Profit and Loss account statements & balance sheet indicating therein Professional receipts. In absence of audited balance sheet for FY 2017-18, the bidder would be permitted to submit audited balance sheet for the 3 FY ie 2014-15, 2015-16 and 2016-17. In case of non-submission of balance sheet for any particular FY, the same shall be considered as ZERO for computation of avg. Turn Over.
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 (COMPLETION PERIOD):
4 MONTHS from the date of handing over the site which shall be taken as 14th day from the date of issue of commencement order or the actual date of handing over of the site whichever is earlier.
VALIDITY OF TENDER:
04 (FOUR) MONTHS from the date of opening of the tender.
PROCEDURE FOR SELECTION OF CONTRACTOR:
- 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. Tenderers who do not report for verification of original documents on date mentioned shall not be considered.
- 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 IOC. Parties who have carried out the work on sub contract basis shall not be eligible to participating in the tender.
- Price Bid Opening & Finalization of parties: Tenderers are required to quote fixed percentage above or below the rates given in the Price Schedule. Price Bid of technically qualified parties only shall be opened, after prior intimation to successful tenderers qualified in the Technical Bid. Status of tenderers shall be arrived at based on the price quoted by individual tenderers and arranged from lowest bidder to highest bidder. In case of identical rates received, parties having higher annual average turnover in the last 3 financial years worked out to three decimal places shall get precedence.
The works shall be awarded to the lowest tenderer with or without negotiation.
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 SR. VICE PRESIDENT (ENGG), 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)
SAND BLASTING & PAINTING OF EXTERNAL SURFACE OF THE PRODUCT TANKS (TK05, TK06, TK07, TK10, TK11, TK14 & TK16) AT LANKA IOC TERMINAL, TRINCOMALEE.
September 20, 2018 11:11 am
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ PT/ 02/ 2018– 19
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 |
SAND BLASTING & PAINTING OF EXTERNAL SURFACE OF THE PRODUCT TANKS (TK05, TK06, TK07, TK10, TK11, TK14 & TK16) AT LANKA IOC TERMINAL, TRINCOMALEE.
COST OF TENDER: LKR 5,000/- (NON REFUNDABLE) [BY DEMAND DRAFT ONLY (DRAWN IN FAVOUR OF LANKA IOC PLC PAYABLE AT COLOMBO)] |
20/ 09/ 2018
From 0900 Hrs
To
24/ 10/ 2018 Up to 1700 Hrs |
SR. VICE PRECEDENT(ENGG)
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 | TENDER NO. |
LIOC/ ENG/ PT/ 02/ 2018-19 |
2
|
NAME OF WORK |
SAND BLASTING & PAINTING OF EXTERNAL SURFACE OF THE PRODUCT TANKS (TK05, TK06, TK07, TK10, TK11, TK14 & TK16) AT LANKA IOC TERMINAL, TRINCOMALEE. |
3 | PLACE OF WORK |
LIOC TERMINAL TRINCOMALEE |
4 | Tender Fee |
LKR. 5,000/- (non refundable / non transferable) Demand draft drawn in favour of Lanka IOC PLC payable at Colombo. |
5 | BID BOND |
LKR. 615,000.00 |
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 | 20/ 09/ 2018 @ 0900 HRS | |
b) Closes On | 24/ 10/ 2018 @ 1700 HRS | |
7 | PRE BID MEETING | Pre-bid meeting to be held at LANKA IOC PLC, TRINCOMALEE OIL TERMINAL, CHAINA BAY, TRINCOMALEE On 05/ 10/ 2018 @ 1000 HRS. |
8
|
DUE DATE AND TIME : | |
a) SUBMISSION OF TENDERS | 25/ 10/ 2018 @ 1030 HRS | |
b) OPENING OF TENDERS
(Technical Bid Only) |
25/ 10/ 2018 @ 1045 HRS | |
9 | VERIFICATION OF BID DOCUMENTS
(with their original copies) |
25th & 26th Oct’2018 (after Tender Opening and during working hours) |
10 | VALIDITY OF TENDER | 120 DAYS |
11 | NUMBER OF PARTIES TO BE SELECTED | 1 NO |
12 | WORK COMPLETION TIME | 50 Weeks for entire work(10 Weeks for each tank) |
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 Sand Blasting & Painting of External Surface of the Product Tanks (Tk05, Tk06, Tk07, Tk10, Tk11, Tk14 & Tk16) at Lanka IOC Terminal, Trincomalee
QUALIFYING PARAMETERS:
Parties, meeting the following qualifying parameters as per details mentioned 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 12.3 Mil OR 2. 2 similar work orders each of value not less than LKR 15.4 Mil OR 3. Single similar work order of value not less than LKR 24.6 Million in any of the last 5 years ending 31/ 07/ 2018. |
2. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2016 ie. 2015-16, 2016-17 and 2017-18 shall be at least LKR 9.2 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 | Business Registration and VAT 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 “painting works with blast/mechanical cleaning on steel pipeline or steel tank or steel structure for petroleum/ chemical/ process industries. (Pipeline diameter atleast 150mm NB/ Tank capacity atleast 25 kl).
Work Orders for painting of pipelines or tanks including fabrication/erection/ laying of pipelines would also be acceptable.
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/ 07/ 2018) 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 5,000/- by way of Demand Draft only & 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.
BID BOND:
Tenderers are requested to submit bid bond of LKR. 615,000/- 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 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:
Bid Opening & Finalization of parties: Tenderers are required to quote fixed percentage above or below the rates given in the Price Schedule. 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 LIOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01 (SRI LANKA) before due date and time mentioned above.
- VICE PRESIDENT (ENGG)
SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF OIL SPILL RESPONSE EQUIPMENTS AND MATERIALS WITH COMPREHENSIVE AMC” AT CHINABAY TERMINAL, TRINCOMALEE, SRI LANKA.
May 21, 2018 9:07 amNOTICE INVITING TENDER
CORRIGENDUM – TIME EXTENSION
Tender no: LIOC/ ENG/ GT/ 01/ 2018– 19
|
|
NAME OF TENDER: SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF OIL SPILL RESPONSE EQUIPMENTS AND MATERIALS WITH COMPREHENSIVE AMC” AT CHINABAY TERMINAL, TRINCOMALEE, SRI LANKA.
The following dates stands revised as per the request of perspective bidders & competent approving authority. |
CONTACT PERSON:
ASSISTANT MANAGER (ENGG)
TEL: +94 11 2475720
Email: sarawanakanth@lankaioc.com |
SALE PERIOD :
21st May’2018 From 0900 Hrs to 01ST July’2018 up to 1700 Hrs |
|
REVISED TENDER SUBMISSION DATE & TIME:
02nd July’2018 at 1030 Hrs |
|
Please visit our website www.lankaioc.com for further details on this tender. |
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ GT/ 01/ 2018– 19
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 |
SUPPLY, DELIVERY, INSTALLATION, TESTING & COMMISSIONING OF OIL SPILL RESPONSE EQUIPMENTS AND MATERIALS WITH COMPREHENSIVE AMC” AT CHINABAY TERMINAL, TRINCOMALEE, SRI LANKA. | 21st May’2018
From 0900 Hrs
To
24th Jun’2018 Up to 1700 Hrs |
ASSISTANT MANAGER (ENGG)
TEL: +94 11 2475720
Email: faizan@lankaioc.com |
Please visit our website www.lankaioc.com 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 Oil Spill Response Equipment and Materials with Comprehensive AMC” at Chinabay Terminal, Trincomalee
Notice Inviting Tender:
a. | Name of Work | Supply, Delivery, Installation, Testing & Commissioning of Oil Spill Response Equipment and Materials with Comprehensive AMC” at Chinabay Terminal, Trincomalee, Sri Lanka |
b. | Location of Work | Chinabay Terminal, 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/01/2018-19
|
e. | Commencement of Sale of Tender / Downloading of Tender | 21st May’2018 @ 0900 hrs
|
f. | Closure of Sale of Tender/ Downloading of Tender | 24th June’2018 @ 1600 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 35/ Euro 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 | 13th June’2018 @ 1030 hrs at Chinabay Terminal, Trincomalee, Sri Lanka
|
i. | Due Date and Time for Submission of Tender | 25th June’2018 @ 1030 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) |
25th June’2018 @ 1045 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) | 25th & 26th June’2018 (after Tender Opening and during working hours) |
m. | Work Completion Time | 16 weeks for Supply & Installation followed by 2 years guarantee and further 2 years comprehensive AMC |
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 420,000/- 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 2,800 /Euro 2,250 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. |
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. 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 material as detailed in the tender, the “scope of works” would inter alia necessarily include installation of the permanent boom along with the supply.
- Number of Parties/ Contractors/ Vendors : Maximum of 1 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.
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.
PROVISION OF BARREL FILLING MACHINE AT LUBE BLENDING PLANT, LIOC TERMINAL TRINCOMALEE.
May 2, 2018 9:35 am
NOTICE INVITING TENDER
Tender no: LIOC/ ENG/ PT/ 01/ 2018– 19
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 |
PROVISION OF BARREL FILLING MACHINE AT LUBE BLENDING PLANT, LIOC TERMINAL TRINCOMALEE.
COST OF TENDER: LKR 5,000/- (NON REFUNDABLE) [BY DEMAND DRAFT ONLY (DRAWN IN FAVOUR OF LANKA IOC PLC PAYABLE AT COLOMBO)] |
02/ 05/ 2018
From 0900 Hrs
To
29/ 05/ 2018 Up to 1700 Hrs |
ASSISTANT MANAGER (ENGG)
TEL: 011 2475720
Email: sarawanakanth@lankaioc.com
|
Please visit our website www.lankaioc.com for further details on this tender. |
INVITATION FOR TENDERS
PROVISION OF BARREL FILLING MACHINE AT LUB BLENDING PLANT, LANKA IOC TERMINAL, TRINCOMALEE
CONTRACT NO: LIOC/ ENG/ PT/ 01/ 2018-19
1. SVP(E), Lanka IOC PLC now invites sealed Tenders from eligible and qualified Tenderers for Provision of Barrel Filling Machine at Lube Blending Plant, Lanka IOC terminal, Trincomalee and as described below.
The work consists of Design, Supply, Installation, Testing and Commissioning of New Barrel Filling Machine, with associated civil, mechanical, electrical installation and instrumentation works including pipeline connections with existing pipeline facility.
2. The Contract period is 12 weeks.
3. Tendering will be conducted through National Competitive Tendering Procedure under FIDIC Conditions of Contract for EPC/Turnkey Projects.
4. To be eligible for the contract award,
- Applicant shall not have been operating as a blacklisted organization in Sri Lanka.
- Applicant shall have a business registration in the field of Supply and Installation of Mechanical Fabrications in Sri Lanka. Documentary evidence to support this requirement shall be submitted with the Tender.
5. Consortium also permitted for tendering.
6. Minimum Qualifications requirements to qualify for contract award shall be,
- Average annual turnover value of works successfully performed in last five years shall be at least 52 Million Rupees.
- Successful completion of project/ projects fulfilling the following criteria for Design, Fabrication, Supply and Installation of Barrel Filling Machine with or without Associated Piping/ Electrical/ Mechanical/ Civil Works towards works in Petroleum or Chemical Process Industry through EPC Contract within last 5 years.
- At least 1 project of not less than LKR 10 million or;
- At least 2 projects of not less than LKR 7 million each or;
- At least 3 projects of not less than LKR 5 million
- Ability to provide the maintenance services by the tenderer himself or by an authorized agent nominated by the tenderer in Sri Lanka for the supplied system during its period in service.
7. Interested tenderers may obtain further information from the following persons and inspect the tender documents free of charge at the same addresses from 02.05.2018 until 29.05.2018 from 0900 hrs to 1700 hrs on working days.
Faizan Ahmad,
Sr.Vice President (Engineering), Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01, Sri Lanka. Tel: +94 75 927 8667 e-mail: faizan@lankaioc.com |
Sarawanakanth,
Assistant Manager (Engineering), Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01, Sri Lanka. Tel: +94 75 927 8034 e-mail: sarawanakanth@lankaioc.com |
8. A complete set of Tender Documents in the English language may be purchased by interested tenderers on the submission of a written application to Sr. Vice President (Engineering), Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01, Sri Lanka from 02.05.2018 to 29.05.2018 from 0900 hrs to 1700 hrs during working days upon payment of a non-refundable fee of LKR 5,000/-. The method of payment will be in Bank Draft only drawn in favour of Lanka IOC PLC.
A Pre-Tender meeting will be held at 1000 hrs on 21.05.2018 at Lanka IOC Oil Terminal, China bay, Trincomalee, Sri Lanka
Tender documents can also be downloaded from www.lankaioc.com during the sale period mentioned above. For parties who download the tender documents, tender fee of LKR 5000/- would not be applicable. The download shall be done only by the authorized representative of the company by providing company credentials as required by the Lanka IOC website.
9. Sealed Tenders shall be deposited in duplicate in the Tender Box made available at the office of the Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01, Sri Lanka or sent by registered post addressed to the Sr. Vice President (Engineering), Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01, Sri Lanka to reach him on or before 1030 hrs on 30.05.2018. Late Tenders will be rejected. Tenders will be opened soon after closing in the presence of the tenderer’s authorized representatives who choose to attend.
10. All Tenders shall be accompanied by a Tender-Security of One Hundred Thirty-One Thousand Four Hundred Thirty Sri Lankan Rupees (LKR 125,200.00) obtained from a bank operating in Sri Lanka approved by the Central Bank of Sri Lanka. This Tender Security shall be in the form of an unconditional, on demand bond and shall be valid up to 147 days after the Tender opening.
Sr. Vice President (Engineering),
Lanka IOC PLC,
Level 20, West Tower,
World Trade Centre,
Colombo – 01,
Sri Lanka.