Archives
APPOINTMENT OF CARRYING (WAREHOUSING) & FORWARDING (TRANSPORTING) AGENT FOR LUBRICANTS & GREASE (CFA) AT COLOMBO
November 21, 2023 9:00 amNOTICE INVITING TENDER (NIT)
TENDER FOR APPOINTMENT OF CARRYING & FORWARDING AGENTS (CFA)
FOR LUBRICANTS & GREASE
LOCATION: COLOMBO, SRI LANKA
Details of the Tender:
1 | TENDER NO | LIOC/Lube/CFA/2024 | |
2 | Name of the work & Location | APPOINTMENT OF CARRYING (WAREHOUSING) & FORWARDING (TRANSPORTING) AGENT FOR LUBRICANTS & GREASE (CFA) AT COLOMBO | |
3 | Type of Tender | Public tender in two bids | |
4 | Start date & time for downloading /purchasing of tender by bidder | 09:00 HRS on 21st November 2023 | |
5 | Seek clarification start date & Time | 21st November 2023 at 09:00 HRS | |
6 | Seek clarification end date & Time | 5th January 2024 at 16:00 HRS | |
7 | Pre-bid meeting | 15:00 HRS on 12th December 2023 at Lanka IOC PLC Level 20, West Tower, World Trade Centre, Colombo – 01 | |
8 | Start Date & Time for submission tender by Bidder | 2nd January 2024 at 10:00 HRS | |
9 | End date & time for submission of tender by bidder | 9th January 2024 at 11:00 HRS | |
10 | Date & time of opening of bid | 9th January 2024 at 11:00 HRS or anytime thereafter. | |
11 | Cost of tender document | Bidders are required to download the tender documents free of cost from LIOC website (https://www.lankaioc.com) after registering into our tender site: (https://www.lankaioc.com/tenders/) using registered user ID
Rs. 5000/- (nonrefundable/nontransferable) DD in favor of Lanka IOC PLC for collecting physical documents
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. |
|
12 | Bid Bond (BB) | Rs. 665,000/=
( Rupees Six hundred and sixty five thousand only )
Bid Bond ( BB ) mentioned above shall be paid by way of Demand Draft / Bank Guarantee (as per prescribed format) in favor of Lanka IOC PLC. The original DD/BG shall be submitted along with the technical bid |
|
13 | Contact Person: | Swapan Haldar
Sr. Vice President – Lubes (M&P) Email: skhaldar@lankaioc.com Mobile: 0759278687 |
Lakmina Thilina AM – Lube Operations,Email: thilina@lankaioc.comMobile: 0759278051 |
14 | CONTRACT PERIOD | 1.1 CFA will enter into an agreement with LIOC for operating the CFA as per prescribed format.
1.2 The contract will be valid for 5 years from the date of commissioning of CFA and renewable for future periods on mutual consent. Renewal of the contract after the expiry of the original period of 5 years shall be at the sole discretion of LIOC. In the event of renewal of the contract, the period by which the contract is extended shall not exceed three years. The renewal of the contract, if any, shall be subject to mutual agreement on the terms and conditions applying to the renewal period, including the rates payable.
1.3 In case the contract is not renewed after five years on mutually agreed rates, terms & conditions, LIOC will have discretion to extend the contract up to six month period on the same rate, terms & conditions. |
|
15
|
Volume Handled – Lubricants and Grease | Expected monthly offtake of 275 KL per month expected volume of Product to be stored by CFA on behalf of LIOC: 600 KL.
The above figures are indicative and subject to change depending upon the requirement during the contract period. |
|
16 | Scope of Works | CFAs will be responsible for following day to day activities:
1. Receiving and scheduling orders for supply.2. Dispatching to Distributors, Institutional Customers and Channel partners.3. Generation of replenishment indents to the supplying locations (Blending Plants & Imports).4. Billing to customer and receipt/deposit of payment thereof and any other Invoicing documents as required by LIOC.5. Stores Management – Receipt, Storage, Handling and Issue.6. Inventory management – inventory status and accuracy.7. Compliance with local statutory requirements.8. Implementation of quality system as advised by IOC9. Refilling, rebranding, repacking of materials on requirement basics
10. Any other related job as directed by LIOC. |
|
17 | Offer validity | The offer would be valid and binding on the tenderer for 120 (One hundred and Twenty) days from due date of opening of Tender unless extended by mutual consent in writing. During the validity period, tenderer shall not be allowed either to withdraw or revise their offer. Breach of this provision shall entail forfeiture of the BB. | |
18 | Security Deposit | Successful tenderer must submit 100% product security (Approx. Rs.500 Mn LKR) before placement of LOA/agreement signing. Security deposit can be given in the form of 100% BG or 20% BG and 80% Collateral security. | |
19 | IMPORTANT INSTRUCTIONS | ||
Only Physical bids will be accepted.
Bidders shall sign & put their seal on all the documents to be submitted in favor of their credentials and submit the same along with their offer before the due date & time.
1. Late bids shall not be accepted. The bidders are advised not to wait till the last minute of submission date / time for submitting the bid documents and ensure submission of their bids well in advance of the closing date. LIOC does not undertake any responsibility if the bidders are unable to submit their bids due to any reason whatsoever or otherwise and no claims shall be entertained.
Conditional offers are liable for rejection.
Bidders must fill-up the undertakings in the tender document and put seal and signature. This document then should be submitted.
LIOC reserves the right to accept/reject any or all bids or to split the work amongst various tenderers or to award only part of the work or cancel the total bid process without assigning any reason whatsoever.
The bidder shall bear all costs associated with their bid including costs and expenses relating to the visits to the site etc and LIOC will in no case be liable for these costs regardless of the outcome of the bidding process.
2. Tenderer is advised to refrain from submitting any false, forged documents, the penalty for which shall be severe including holiday listing/blacklisting.
3. At the cost of repetition, we would like to emphasis that the quality of service and timely execution is of paramount importance and under no circumstances these shall be allowed to be diluted. The tenderer are advised to take note of the same.
4. Clarifications with respect to tender shall be obtained from LIOC during pre bid Meeting only. The clarification asked /given shall become a part of tender Conditions and the same shall be also submitted duly signed by the bidders along with bid of tender.
Any sort of canvassing by the tenderer shall result into outright rejection of their offer. |
NOTES:-
Parties/Firm purchasing/downloading the tender document) and registered user ID shall be considered as “tenderer” and the bid should be submitted by the same party since tender documents are not transferable. All tender documents should be stamped and signed by the tenderer or his legally constituted attorney. All tenderer should note that all future contract document/payment shall be made as per the tender document submitted along with the tender and no change shall be permitted without prior approval of the Company.
Sr. Vice President – Lubes (M&P)
Lanka IOC PLC, Level 20, West Tower,
World Trade Centre, Colombo – 01
Sri Lanka
Click Here to download Pre Bid Meeting Minutes
Sealed tender is invited for supply of 5 lit, 4 lit, 1 lit, 500 ML & 250 ML HDPE CONTAINERS WITH 45 mm OD HDPE SCREW CAPS INCLUDING 3D HOLOGRAPHIC INDUCTION SEALING WADS to LBP, Trincomalee.
September 15, 2020 10:00 amNOTICE INVITING TENDER
- Detail of the Tender: Sealed tender is invited for supply of 5 lit, 4 lit, 1 lit, 500 ML & 250 ML HDPE CONTAINERS WITH 45 mm OD HDPE SCREW CAPS INCLUDING 3D HOLOGRAPHIC INDUCTION SEALING WADS to LBP, Trincomalee.
- Tender Fee: A tender fee of LKR 2500/- non refundable by Demand draft (in favour of Lanka IOC PLC payable at Colombo) shall be applicable for physical collection and the tenders can also be downloaded from the web site www.lankaioc.com/tenders in free of charge by registering into the site.
- Bid Bond: The bid bond for LKR 200,000/- in the form of demand draft (drawn in favour of Lanka IOC PLC payable at Colombo) or Bank Guarantee (strictly as per the format enclosed) must be submitted strictly in the Technical Bid cover.
- Bids shall be submitted separately in two parts in sealed envelopes superscribed with the Tender Number for Techno Commercial Bid (Unpriced) and Price Bid. Tender documents shall be submitted only in the prescribed tender schedule form supplied by LIOC or downloaded from our website.
- Part-I: Techno-Commercial Bid (Unpriced) complete with technical and commercial details other than prices. The original instrument for EMD shall be enclosed with the Techno-Commercial Bid. (Envelope-A).
- Part-II: Price Bid complete with full price details only. Do not write deviations or conditions in Price Bid (Envelope-B).
- The two sealed envelopes containing part I & II of bids separately, should be enclosed in a common cover duly sealed and superscribed with Tender No. (Envelope-C) and should reach the below address by before closing time.
SVP – Lubes (M&P),
Lanka IOC PLC,
Level 20, West Tower,
World Trade Center,
Echelon Square,
Colombo -1.
- It shall be the bidders’ responsibility to ensure that the tender documents are dropped in the tender box. Tender documents not dropped in the box provided before the due date & time will be treated as late tenders and will be rejected out rightly.
- Details of the Tender
- Start date & time for downloading /purchasing of tender by bidder – 9:00 HRS on 15.09.2020
- Seek clarification start date & Time – 15.09.2020 at 10:00 HRS
- Seek clarification end date & Time – 05.10.2020 at 16:00 HRS
- Start Date & Time for submission tender by Bidder – 15.09.2020 at 10:00 HRS
- End date & time for submission of tender by bidder – 06.10.2020 at 15:00 HRS
- Date & time of opening of bid – 06.10.2020 at 15:00 HRS or anytime thereafter.
- Tender will be evaluated based on net delivered rate at LIOC, Trincomalee for containers. L1 party will be decided accordingly. The Company reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reasons. The Corporation is not bound to accept the lowest rate for any tender and reserves the right to accept one or more tenders in part.
- Number of parties to be enlisted – More than one vendor based on the TCC evaluation. 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.
- In case of unscheduled holiday on opening day of tender, the next working day will be treated as scheduled prescribed day of opening of tender. Time and venue will remain same.
- Tenders received after due date and stipulated time due to any reason whatsoever including postal / courier delay will not be considered.
- The Tender should be valid for a period of 90 (Ninety) days from due date of opening of Tender.
- Period of contract: The contract, if any, awarded against this tender will be valid for a PERIOD OF 2 YEARS RENEWABLE FOR A FURTHER PERIOD OF 1 YEAR AT THE DISCRETION OF LIOC WITH SAME TERMS AND CONDITIONS. Spill over quantity if any, will be drawn by the Company at their option.
Appointment of Clearing, Forwarding & Transport Agent (CFTA) for Import & Export of FCL/LCL Cargo for the two year period with provision to extend the same for third year
May 26, 2020 2:32 pmNOTICE INVITING TENDER (NIT)
Sub: Appointment of Clearing, Forwarding & Transport Agent (CFTA) for Import & Export of FCL/LCL Cargo for the two year period with provision to extend the same for third year
- Please send us your lowest quotation duly signed for the above as per the instruction given in the tender so as to reach this office before 00 Hrs on 16th June 2020 duly superscribing the tender No:, due date, and time. Tenders received late due to any reason including postal delays are liable for rejection.
- The tenderer shall fill in the quotation in the following proforma only and not in any other form. The following documents shall form part of the contract and the tenderer should study them thoroughly and submit complete documents duly signed and sealed.
- This tender document enclosed
- Terms & Conditions
- Scope of Work
- Part 1- Technical and Commercial Bid
Qualifying Criterion & Company Details
- Part 2- Price Bid
Guideline for price bid
- Annexure (Specimen Bid Bond & Performance Bond)
- Tender Fee: A tender fee of LKR 2500/- non refundable by Demand draft (in favour of Lanka IOC PLC payable at Colombo) shall be applicable for physical collection and the tenders can also be downloaded from the web site www.lankaioc.com/tenders in free of charge by registering into the site.
- Bid Bond (BB): The bid bond for LKR 260,000/- in the form of demand draft (drawn in favour of Lanka IOC PLC payable at Colombo) or Bank Guarantee (strictly as per the format enclosed) must be submitted strictly in the Technical Bid cover.
- Details of the Tender
Start date & time for downloading /purchasing of tender by bidder | 26.05.2020 at 09:00 HRS |
Seek clarification start date & Time | 26.05.2020 at 11:00 HRS |
Seek clarification end date & Time | 16.06.2020 at 11:00 HRS |
Start Date & Time for submission tender by Bidder | 09.06.2020 at 10:00 HRS |
End date & time for submission of tender by bidder | 16.06.2020 at 15:00 HRS |
Date & time of opening of bid | 16.06.2020 at 15:30 HRS or anytime thereafter. |
- Bids shall be submitted separately in two parts in sealed envelopes superscribed with the Tender Number for Techno Commercial Bid (Unpriced) and Price Bid. Tender documents shall be submitted only in the prescribed tender schedule form supplied by LIOC or downloaded from our website.
- Part-I: Techno-Commercial Bid (Unpriced) complete with technical and commercial details other than prices. The original instrument for EMD shall be enclosed with the Techno-Commercial Bid. (Envelope-A).
- Part-II: Price Bid complete with full price details only. Do not write deviations or conditions in Price Bid (Envelope-B).
- The two sealed envelopes containing part I & II of bids separately, should be enclosed in a common cover duly sealed and superscribed with Tender No. (Envelope-C) and should reach the below address by before closing time.
*SVP – Lubes (M&P),
Lanka IOC PLC, Level 20, West Tower,
World Trade Center, Echelon Square,
Colombo -1.
- The Price Bid of only those bidders shall be considered for opening who qualify in Technical Bid.
- CFTA will be responsible for following day to day activities:
- Coordination / Liaison with Sri Lanka Customs
- Coordination / Liaison with Import Controller, Sri Lanka
- Coordination / Liaison with Sri Lanka Ports Authority
- Coordination / Liaison with Shipping Agents
- Coordination / Liaison with Bank
- Coordination / Liaison with Insurance Company
- Clearing/Forwarding and Transportation of Consignment to CFA’s / LBP Trincomalee or any other nominated location within 30 Km from Colombo port on timely without any demurrage and detention.
- On behalf of LIOC payment of DO Charges, if required payment of liner demurrage as per prior approval of LIOC should pay to relevant authority on reimburse basics.
- Compliance with local statutory requirements
- Implementation and follow-ups of quality system as advised by LIOC
- Any other related job as directed by LIOC
- Minimum Qualifying Criterion & Company Details
The party must meet the following Qualifying Criterion:
- Registration with Sri Lanka Customs and Sri Lanka Port Authority
- Party should have annual financial turnover of SLR 26 Million during any of proceeding three completed financial years ending 31st March 2020 and should have successfully completed work of 2.6 Million or more in single contract/order in any of the last 03 financial years or the current year.
- Vehicle Details -The operator should have minimum 15 no of 20ft container carriers, 10 no of 40ft container carriers, 2 no of covered Lorries and 1 no of crew cab/small Lorry on their own name, lease or hire. Age of the Vehicles should be as per Govt. stipulation. Tenderer should be in a position to place any no. of carriers within short notice (one day) for clearing and transporting the materials as per requirements of LIOC mentioned in the tender.
- Providing 10 million bank guarantees as a security deposit.
Please ensure that tender documents are carefully gone through by you and returned to us duly signed along with your tender.
RATE CONTRACT FOR FABRICATING, SUPPLY AND INSTALLATION OF SERVO BRANDING -DEALER BOARDS AND SERVO BRANDING WALL PAINTING WORKS AND PROVISION OF LUBE RACKS FOR SERVO SHOPS/SERVICE STATIONS ETC.ACROSS THE ISLAND
July 19, 2019 9:00 amNOTICE INVITING TENDER
1 | TENDER NO. |
LIOC/ LUBE/ PT/ 01/ 19-20 |
2
|
NAME OF WORK | RATE CONTRACT FOR FABRICATING, SUPPLY AND INSTALLATION OF SERVO BRANDING -DEALER BOARDS AND SERVO BRANDING WALL PAINTING WORKS AND PROVISION OF LUBE RACKS FOR SERVO SHOPS/SERVICE STATIONS ETC.ACROSS THE ISLAND |
3 | ESTIMATED COST |
LKR 31.97 Mil inclusive of VAT during rate contract periodThe estimated cost is only directional and the successful bidders can not claim it as their right. The actual value of works can increase or decrease at the sole discretion of LIOC. |
4 | BID BOND |
LKR. 100,000/- |
4A | MODE OF SUBMISSION OF BID BOND |
A. By Demand draft 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 | 19/07/2019 at 0900 Hrs | |
b) CLOSES ON | 22/08/2019 at 1700 HRS. | |
6
|
DUE DATE AND TIME : | |
a) SUBMISSION OF TENDERS | On or before 23/08/2019 @ 1000 HRS | |
b) OPENING OF TENDERS
(Technical Bid Only) |
23/08/2019 @ 10.00 HRS | |
7 | TENDER FEE | LKR. 5,000/- (non refundable / non transferable) drawn in favour of Lanka IOC PLC payable at Colombo. Tender fee not applicable if downloaded from the www.lankaioc.com |
8 | VALIDITY OF TENDER | 120 days from Date of opening of Technical Bid |
9 | PRE BID MEETING | 31/07/2019 at 1100 Hrs |
10 | VERIFICATION OF ORIGINAL DOCUMENTS | 26/08/2019 & 27/08/2019 |
11 | NUMBER OF PARTIES TO BE ENLISTED | FIVE (05) parties
LIOC reserves the right to increase or decrease the number of parties to be empanelled at its discretion and none of the bidders shall have any claim whatsoever in such cases. |
12 | CONTRACTUAL PERIOD | 24 months from the date of acceptance of the tender by LIOC and extendable by further 3 months based on mutual consent |
13 | WORK COMPLETION TIME | as per details given in Call-up POs |
Sealed tenders in two bid system (a) Technical bid with commercial terms and (b) Price Bid are invited from reputed, established and financially sound parties RATE CONTRACT FOR FABRICATING, SUPPLY AND INSTALLATION OF SERVO BRANDING -DEALER BOARDS AND SERVO BRANDING WALL PAINTING WORKS AND PROVISION OF LUBE RACKS FOR SERVO SHOPS/SERVICE STATIONS ETC.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 |
1. | Similar works: Value of similar works covered by single order shall not be less than LKR 2.0 Million (without VAT) in any of the last 3 years ending 30/ 06/ 2019. |
2. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2019 ie. 2016-17, 2017-18 and 2018-19 shall be at least LKR 2.6 Million.
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. Note: In case the turnover for any of the above years is not furnished then, the turnover shall be taken as ZERO while computing average turnover. |
3. | Availability of Company Registration Certificate and VAT registration. 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 Fabricating /Supply & Installation of printed flexes or Vinyl stickers including supporting metallic frame works for Branding / Advertising works for commercial establishments and Branding / Advertising works with wall painting works for commercial establishments.
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.
- Proof of turn over shall be supported by copies of audited Profit and Loss account statements indicating therein Professional receipts.
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 rate contracts, works commenced prior to the qualifying period (3 years ending 30/06/2019) are completed during the qualifying period then, the cost of works completed in the qualifying period considering the cumulative value 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/- 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:
24 MONTHS from the date of acceptance of tender by LIOC. The contract can be extended for a period of 3 months at the terms and conditions of tender on mutual consent.
PROCEDURE FOR SELECTION OF CONTRACTOR:
- Pre-bid meeting: Pre-bid meeting shall not be applicable for this tender.
- Submission of Documents towards qualifying parameters:- Tenderer will be required to fill in and enclose documents in support of qualifying parameters together with relevant documents as given in the Statement of Credentials sheet attached. OFFER OF THOSE TENDERERS NOT ENCLOSING ALL RELEVANT DOCUMENTS TOWARDS QUALIFYING PARAMETERS ARE LIABLE FOR REJECTION
- Verification of Original Documents:- Tenderers are required to report on the specified dates mentioned in the tender along with all original documents, copies of which have been submitted with the Technical Bid towards qualification. No separate communication will be issued to tenderers in this regard. The Bids of the Tenderers who do not report for verification of original documents on date mentioned may be summarily rejected.
- Technical Qualification:- Tenderer will be considered as technically qualified based on meeting qualifying parameters and after verification of original documents towards the same as stipulated above. In the event, document submitted by the tenderer is found to be forged or incorrect, such tenderer shall be rejected and bid bond submitted shall be forfeited immediately. Such tenderer is also liable to be put on Holiday List by 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 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.
The lowest acceptable rate with or without negotiation & accepted by Lanka IOC ie. L1 rate shall be offered to the other qualified parties for matching. Qualified parties matching the L-1 rates shall be considered for award of contract and preference being given in the ascending order of the respective original quotations till the time the required nos. of parties are empanelled.
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 LUBE DEPARTMENT, LANKA LIOC PLC, LEVEL 20, WEST TOWER, WORLD TRADE CENTRE, ECHELON SQUARE, COLOMBO – 01 (SRI LANKA) before due date and time mentioned above.
SENIOR VICE PRESIDENT (LM & P)
TENDER FOR APPOINTMENT OF CONTRACTOR FOR ROAD TRANSPORTATION OF FINISHED LUBRICANTS AND INPUT MATERIALS IN BETWEEN LBP, TRINCOMALEE AND CFA COLOMBO/ISLAND WIDE CHANNEL PARTNERS
October 30, 2018 9:00 amNOTICE INVITING TENDER (NIT)
1 | TENDER NO | LIOC/LUBES/16/PT/2018 |
2 | Name of the work & Location | TENDER FOR APPOINTMENT OF CONTRACTOR FOR ROAD TRANSPORTATION OF FINISHED LUBRICANTS AND INPUT MATERIALS IN BETWEEN LBP, TRINCOMALEE AND CFA COLOMBO/ISLAND WIDE CHANNEL PARTNERS |
3 | Type of Tender | Public tender in two bids |
4 | Start date & time for downloading /purchasing of tender by bidder | 09:00 HRS on 30th October 2018 |
5a | Seek clarification start date & Time | 30th October 2018 at 09:00 HRS |
5b | Seek clarification end date & Time | 19th November 2018 at 11:00 HRS |
6 | Pre-bid meeting | 11:00 HRS on 9th November 2018 at Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01 |
7 | Start Date & Time for submission tender by Bidder | 30th October 2018 at 09:00 HRS |
8 | End date & time for submission of tender by bidder | 19th November 2018 at 11:00 HRS |
9 | Date & time of opening of bid | 19th November 2018 at 11:00 HRS or anytime thereafter. |
10 | Cost of tender document | Bidders are required to download the tender documents free of cost from LIOC website (https://www.lankaioc.com) after registering into our tender site: (https://www.lankaioc.com/tenders/) using registered user ID
Rs. 2500/- (non refundable / non transferable) for collecting physical documents paid by way of Demand Draft
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. |
11 | Estimated tender value | LKR 46 million (Forty six million) of two year contract period |
12 | Bid Bond (BB) | LKR 230,000
Bid Bond (BB) mentioned above shall be paid by way of Demand Draft / Bank Guarantee (as per prescribed format) in favor of Lanka IOC PLC. The original DD/BG shall be submitted |
13 | Contact Person: | Lakmina Thilina Executive Lube Operations,Email: thilina@lankaioc.comMobile: 075 927 8051 |
14 | CONTRACT PERIOD | 1.1 Transporter will enter into an agreement with LIOC for operating as per prescribed format.
1.2 The contract will be valid for 2 years from the date of commissioning and renewable for future period of 1 year on mutual consent at the same rate, terms and condition. |
15
|
Volume Handled and Vehicle requirement | Expected monthly transportation volume is 950 KL.
Therefore it is required minimum 5 number of vehicles per day which is minimum 15 number of different capacity fleet is required for the operation. The above figures are indicative and subject to change depending upon the requirement during the contract period. |
16 | Mode of Selection | 1.3 Evaluation of tenders:
Tender will be evaluated among the technically qualified partied on lowest net delivered rate. L1 party will be decided accordingly. The Company is not bound to accept the lowest rate for any tender and reserves the right to accept one or more tenders in part.
The Bidders are required to submit their bid strictly as per the price format enclosed as Section VI. The Bidder is required to quote for all the items for which quotes are being requested. In case a bidder does not quote for all item, Lanka IOC reserves the right to not to consider this bid for further evaluation and consideration.
Negotiations, if required may be carried out with the Bidder at the sole discretion of the company.
Lanka IOC reserves the right to accept any tender in whole or in part or reject any tender or all tenders or place order for any value below or above the tendered value without assigning any reason thereof. Company also reserves the right to split the policy between two or more bidder if necessary. The Company is not bound to accept the lowest rate for any tender. The decision of the Company in this connection will be final.
The successful tenderer will be initially issued a Letter of Intent (LOI) by LIOC. LOI Holder will have to make available all the required infrastructure facilities and fulfill all other conditions as mentioned in the LOI/tender within 30 days from the date of issuance of LOI, failing which LIOC shall have the right to resort to actions as deemed fit, including cancellation of LOI. LIOC at its sole discretion may extend the validity of the LOI depending upon the reasons for delay in fulfillment of the conditions precedent and development of required infrastructure facilities.
On successful completion of all the conditions precedent as mentioned in the LOI and development of required infrastructure facilities within the stipulated timeframe or extended timeframe, as the case may be, LIOC will issue a Letter of Appointment (LOA) to the LOI holder.
|
Pre-qualification criteria | a. Annual turnover should be at least to the extent of LKR 5.75 million during any of proceeding three completed financial years ending 31st March 2018.
b. Tenderer should not have made any loss during the last financial year.
c. If a Tenderer, being an individual, carries on business under different business names/concerns and applies in the name of anyone of such business names/concerns, then the Turnover and other financial ability of all such business names/concerns will be considered. Further partnership firm will be considered.
d. Tenderer should have at least three year’s experience prior to the date of advertisement in transportation in any one of the last five years preceding the date of advertisement and should have the ability to arrange for transportation for delivery of cargo.
e. In addition to above, the following conditions are also to be fulfilled by the tenderer:
Citizen(s) of Sri Lanka at least A level qualification, minimum 25 years of age on the tender closing date and not have been convicted in any court of law.
The tenderer should be registered in Sri Lanka for Partnership firm / Limited Companies / Co-Operatives.
f. The tenderers who have been terminated by LIOC on account of non performance/malpractices of any of channel like Petrol Shed/CFA/Distributor shall not be eligible for selection of the operation.
|
|
18 | Essential documents for uploading with Techno-commercial Bid | 1) Audited Accounts (Balance Sheet /Profit loss Account along with all annexure) for previous 3 years ending 31.03.2018.
2) Experience – Copy of work order covering period with value of the contract or equivalent documents.
3) Truck details: (a) For own truck – copies of vehicle registration certificate. (b) For lease Truck – consent letter from owner along with copies of vehicle registration certificate
4) Copies of at least any one of these documents should be submitted along with the tender (Passport/NIC certificate) where date of birth is mentioned. Applicable for Proprietary & Partnership Firms
5) Copy of letter stating that Tenderer has not been terminated from the contract of bitumen channel line SSA/SSI/SMS/CFA/Distributor/Petrol Shed by LIOC on account of non performance/malpractices.
6) Affidavit confirming that the tenderer has/have not been convicted under court of law |
19 | Other documents for uploading with Techno-commercial bid | 1) Certificate of Incorporation in case of Company
2) Partnership deed in case of Partnership firm 3) VAT & NBT registration or proof of application 4) Power of Attorney (Authorization for signing of tender documents, participating into the tender and participate in the negotiations |
20 | Date of verification of original documents | Will be informed after opening of Technical Bid. Additional documents may be asked to the tenderer to submit if required by LIOC except following documents:
Bid Bond, Price Bid, tender fee |
21 | Area of Operation | Transportation of products from LBP to CFA, Colombo and all customers on entire Island. |
22 | Scope of Works |
1) Transportation of finished products from the LBP/Trincomalee to various destinations within Sri Lanka2) Transportation of empty barrels, cartons, containers and other material from Colombo and other locations within Sri Lanka to LBP/Trincomalee3) Loading and unloading of material transported at the loading/ destination locations other than LBP Trincomalee and CFA Colombo4) Coordination / Liaison with LBP, CFA and all the channel partners5) Compliance with local statutory requirements6) Implementation of quality system as advised by LIOC7) Any other related job as directed by LIOC |
23 | Offer validity | The offer would be valid and binding on the tenderer for 90 (ninety) days from due date of opening of Tender unless extended by mutual consent in writing. During the validity period, tenderer shall not be allowed either to withdraw or revise their offer. Breach of this provision shall entail forfeiture of the BB. |
24 | Security Deposit | Successful tenderer has to submit security deposit equal to 10% work order value thru’ BG.
Goods in Transit insurance coverage are required from the selected party |
25 | IMPORTANT INSTRUCTIONS | |
Only Physical bids will be accepted.
Bidders shall sign & put their seal on all the documents to be submitted in favor of their credentials and submit the same along with their offer before the due date & time.
1. Late bids shall not be accepted. The bidders are advised not to wait till the last minute of submission date / time for submitting the bid documents and ensure submission of their bids well in advance of the closing date. LIOC does not undertake any responsibility if the bidders are unable to submit their bids due to any reason whatsoever or otherwise and no claims shall be entertained.
Conditional offers are liable for rejection.
Bidders must fill-up the undertakings in the tender document and put seal and signature. This document then should be submitted.
LIOC reserves the right to accept/reject any or all bids or to split the work amongst various tenderers or to award only part of the work or cancel the total bid process without assigning any reason whatsoever.
The bidder shall bear all costs associated with their bid including costs and expenses relating to the visits to the site etc and LIOC will in no case be liable for these costs regardless of the outcome of the bidding process. 2. 3. Tenderer is advised to refrain from submitting any false, forged documents, the penalty for which shall be severe including holiday listing/blacklisting.
4. At the cost of repetition, we would like to emphasis that the quality of service and timely execution is of paramount importance and under no circumstances these shall be allowed to be diluted. The tenderer are advised to take note of the same.
5. Clarifications with respect to tender shall be obtained from LIOC during pre bid Meeting only. The clarification asked /given shall become a part of tender Conditions and the same shall be also submitted duly signed by the bidders along with bid of tender.
6. Any sort of canvassing by the tenderer shall result into outright rejection of their offer. |
NOTES:-
Parties/Firm purchasing/downloading the tender document and registered user ID shall be considered as “tenderer” and the bid should be submitted by the same party since tender documents are not transferable. All tender documents should be stamped and signed by the tenderer or his legally constituted attorney. All tenderer should note that all future contract document/payment shall be made as per the tender document submitted along with the tender and no change shall be permitted without prior approval of the Company.
Sr. Vice President – Lubes (M&P)
Lanka IOC PLC, Level 20, West Tower,
World Trade Centre, Colombo – 01
Sri Lanka.
Supply of 20L, 5L, 4L, 1L, 500 ML & 250 ML Self Adhesive Labels to LBP, Trincomalee
December 21, 2017 9:26 amNOTICE INVITING TENDER
- Detail of the Tender: Sealed tender is invited for supply of 20L, 5L, 4L, 1L, 500 ML & 250 ML Self Adhesive Labels to LBP, Trincomalee.
- Tender Fee: A tender fee of LKR 2500 or USD 17 non refundable by cash/ Demand draft (in favour of Lanka IOC PLC payable at Colombo) shall be applicable for physical collection and the tenders can also be downloaded from the web site www.lankaioc.com/tenders in free of charge by registering into the site.
- Bid Bond: The bid bond for LKR 77,000 or USD 500 in the form of demand draft (drawn in favour of Lanka IOC PLC payable at Colombo) or Bank Guarantee (strictly as per the format enclosed) must be submitted strictly in the Technical Bid cover.
- Bids shall be submitted separately in two parts in sealed envelopes superscribed with the Tender Number for Techno Commercial Bid (Unpriced) and Price Bid. Tender documents shall be submitted only in the prescribed tender schedule form supplied by LIOC or downloaded from our website.
- Part-I: Techno-Commercial Bid (Unpriced) complete with technical and commercial details other than prices. The original instrument for EMD shall be enclosed with the Techno-Commercial Bid. (Envelope-A).
- Part-II: Price Bid complete with full price details only. Do not write deviations or conditions in Price Bid (Envelope-B).
- The two sealed envelopes containing part I & II of bids separately, should be enclosed in a common cover duly sealed and superscribed with Tender No. (Envelope-C) and should reach the below address by before closing time.
SVP – Lubes (M&P),
Lanka IOC PLC,
Level 20, West Tower,
World Trade Center,
Echelon Square,
Colombo -1.
- It shall be the bidders’ responsibility to ensure that the tender documents are dropped in the tender box. Tender documents not dropped in the box provided before the due date & time will be treated as late tenders and will be rejected out rightly.
- Details of the Tender
Start date & time for downloading /purchasing of tender by bidder | 09:00 HRS on 21.12.2017 |
Seek clarification start date & Time | 21.12.2017 at 09:00 HRS |
Seek clarification end date & Time | 09.01.2018 at 16:00 HRS |
Start Date & Time for submission tender by Bidder | 21.12.2017 at 10:00 HRS |
End date & time for submission of tender by bidder | 10.01.2018 at 15:00 HRS |
Date & time of opening of bid | 10.01.2018 at 15:00 HRS or anytime thereafter. |
- Tender will be evaluated based on net delivered rate at LIOC, Trincomalee for supply of Self Adhesive Labels. L1 party will be decided accordingly. The Company reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reasons. The Corporation is not bound to accept the lowest rate for any tender and reserves the right to accept one or more tenders in part.
- Number of parties to be enlisted – Two (02) parties
- 60:40 for L1 & L2 if L2 match the final L1 rate with/without negotiation.
- 80:20 for L1 & L2 if L2 party is not accepting the final L1 rate with/without negotiation.
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.
- In case of unscheduled holiday on opening day of tender, the next working day will be treated as scheduled prescribed day of opening of tender. Time and venue will remain same.
- Tenders received after due date and stipulated time due to any reason whatsoever including postal / courier delay will not be considered.
- The Tender should be valid for a period of 90 (Ninety) days from due date of opening of Tender.
- Period of contract: The contract, if any, awarded against this tender will be valid for a PERIOD OF 2 YEARS RENEWABLE FOR A FURTHER PERIOD OF 1 YEAR AT THE DISCRETION OF LIOC WITH SAME TERMS AND CONDITIONS. Spill over quantity if any, will be drawn by the Company at their option.
- Pre-qualification criteria:
SL | QUALIFYING PARAMETERS |
1. | Similar works:
Existing and registered Lanka IOC PLC/Indian Oil Corporation Ltd suppliers Value of similar works shall not be less than LKR 770,000 (without VAT) or USD 5,000 in any of the last 3 years ending 31/12/2017. |
2. | Other parties can participate into the tender and they are subjected to vendor evaluation process being carried out the company after opening of the tender if required. Technical clearance will be given based on document submitted along with the tender.
The parties who participate to the tender from outside Sri Lanka will be evaluating net delivery rate to LBP, Trincomalee. Therefore it is required to submit the offer with including local clearance and transportation to Trincomalee plant. If required additional information / further clarification will be obtain from the supplier prior to the evaluation. For ranking purpose tender opening date USD-LKR selling rate published by Central Bank of Sri Lanka will be consider. |
3. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2017 ie. 2014-15, 2015-16 and 2016-17 shall be at least LKR 7.7 Million or USD 50,000.
In absence of audited balance sheet for FY 2016-17, the bidder would be permitted to submit audited balance sheet for the 3 FY ie 2013-14, 2014-15 and 2015-16. 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. |
4. | The parties who participate from Sri Lanka is required to submit a VAT registration certification. Proof of submission of application for VAT registration may be considered as valid document. |
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.
- Proof of turn over shall be supported by copies of audited Profit and Loss account statements indicating therein Professional receipts.
TENDER DOCUMENT FOR SUPPLY OF 20L, 5L, 4L, 1L, 500 ML & 250 ML SELF ADHESIVE LABELS
January 16, 2017 8:08 amNOTICE INVITING TENDER
TENDER DOCUMENT FOR SUPPLY OF 20L, 5L, 4L, 1L, 500 ML & 250 ML SELF ADHESIVE LABELS
TENDER NO. : LIOC/LUBES/16G/PT/10/2016-17
- Detail of the Tender: Sealed tender is invited for supply of 20L, 5L, 4L, 1L, 500 ML & 250 ML Self Adhesive Labels to LBP, Trincomalee.
- Tender Fee: A tender fee of LKR 2500/- non refundable by cash/ Demand draft (in favour of Lanka IOC PLC payable at Colombo) shall be applicable for physical collection and the tenders can also be downloaded from the web site www.lankaioc.com/tenders in free of charge by registering into the site.
- Bid Bond: The bid bond for LKR 50,000/- in the form of demand draft (drawn in favour of Lanka IOC PLC payable at Colombo) or Bank Guarantee (strictly as per the format enclosed) must be submitted strictly in the Technical Bid cover.
- Bids shall be submitted separately in two parts in sealed envelopes superscribed with the Tender Number for Techno Commercial Bid (Unpriced) and Price Bid. Tender documents shall be submitted only in the prescribed tender schedule form supplied by LIOC or downloaded from our website.
- Part-I: Techno-Commercial Bid (Unpriced) complete with technical and commercial details other than prices. The original instrument for EMD shall be enclosed with the Techno-Commercial Bid. (Envelope-A).
- Part-II: Price Bid complete with full price details only. Do not write deviations or conditions in Price Bid (Envelope-B).
- The two sealed envelopes containing part I & II of bids separately, should be enclosed in a common cover duly sealed and superscribed with Tender No. (Envelope-C) and should reach the below address by before closing time.
SVP – Lubes (M&P),
Lanka IOC PLC,
Level 20, West Tower,
World Trade Center,
Echelon Square,
Colombo -1.
- It shall be the bidders’ responsibility to ensure that the tender documents are dropped in the tender box. Tender documents not dropped in the box provided before the due date & time will be treated as late tenders and will be rejected out rightly.
- Details of the Tender
Start date & time for downloading /purchasing of tender by bidder | 09:00 HRS on 16.01.2017 |
Seek clarification start date & Time | 16.01.2017 at 09:00 HRS |
Seek clarification end date & Time | 03.02.2017 at 16:00 HRS |
Start Date & Time for submission tender by Bidder | 01.02.2017 at 10:00 HRS |
End date & time for submission of tender by bidder | 06.02.2017 at 15:00 HRS |
Date & time of opening of bid | 06.02.2017 at 15:00 HRS or anytime thereafter. |
- Tender will be evaluated based on net delivered rate at LIOC, Trincomalee for supply of Self Adhesive Labels. L1 party will be decided accordingly. The Company reserves the right to accept any tender in whole or in part and reject any or all tenders without assigning any reasons. The Corporation is not bound to accept the lowest rate for any tender and reserves the right to accept one or more tenders in part.
- Number of parties to be enlisted – Two (02) 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.
- In case of unscheduled holiday on opening day of tender, the next working day will be treated as scheduled prescribed day of opening of tender. Time and venue will remain same.
- Tenders received after due date and stipulated time due to any reason whatsoever including postal / courier delay will not be considered.
- The Tender should be valid for a period of 90 (Ninety) days from due date of opening of Tender.
- Period of contract: The contract, if any, awarded against this tender will be valid for a PERIOD OF 1 YEAR RENEWABLE FOR A FURTHER PERIOD OF 1 YEAR AT THE DISCRETION OF LIOC WITH SAME TERMS AND CONDITIONS. Spill over quantity if any, will be drawn by the Company at their option.
- Pre-qualification criteria:
SL | QUALIFYING PARAMETERS |
1. | Similar works: Existing and registered Lanka IOC PLC/Chevron, Sri Lanka suppliers and Value of similar works covered by single order shall not be less than LKR 500,000 (without VAT) in any of the last 3 years ending 31/12/2016. |
2. | Other parties can participate into the tender and they are subjected to vendor evaluation process being carried out the company after opening of the tender if required. (Technical & Financial evaluation) |
3. | Average Annual Financial turnover during last 3 financial years ending 31st Mar’ 2016 ie. 2013-14, 2014-15 and 2015-16 shall be at least LKR 1.5 Million.
In absence of audited balance sheet for FY 2015-16, the bidder would be permitted to submit audited balance sheet for the 3 FY ie 2012-13, 2013-14 and 2014-15. 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. |
4. | Availability of VAT registration. Proof of submission of application for VAT registration may be considered as valid document. |
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.
- Proof of turn over shall be supported by copies of audited Profit and Loss account statements indicating therein Professional receipts.