- Lanka IOC PLC - https://www.lankaioc.com -

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.

NOTICE 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.

 

 

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.

 

 

11.1   (EMP I) Empanelment Category 1: Value of work up to LKR 1 Million

  1. Similar works: Parties should have completed similar works during the last 5 years ending 31/ 12/ 2018.

 

  1. Annual Turnover:

 

  1. VAT Registration & Business registration:
  1. Similar works: Parties should have completed similar works during the last 5 years ending 31/ 12/ 2018.

 

  1. Annual Turnover:

 

  1. VAT Registration & Business registration:

 

  1. Similar works: Parties should have completed similar works during the last 5 years ending 31/ 12/ 2018.

 

  1. Annual Turnover:

 

  1. VAT Registration & Business registration:

 

 

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:

  1. 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.
  2. 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.
  3. 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.

 

 

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

 

 

 

 

 

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.

 

 

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

 

 

 

 

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 [1]. 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.

 

  1. 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.

 

  1. 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.

 

  1. Tenderer shall report with all originals to our office on the date and time as specified above.

 

  1. 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.

 

  1. Applicants should be in a position to produce all the original documents and/or any other information as and when required by LIOC.

 

  1. 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.

 

  1. Incomplete Tenders are liable for rejection without any further communication to the parties and decision of Lanka IOC in this respect will be final.

 

  1. 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.

 

 

  1. Mere empanelment does not confer any right on any of the parties to receive invitation of tender enquiries from Lanka IOC, post empanelment.

 

 

  1. PERMANENT BID BOND:

 

 

 

  1. 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)