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

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.

 

 

 

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 [1]

REVISED TENDER SUBMISSION DUE DATE & TIME:

11th  Nov’2019 at 15:00 Hrs.

Please visit our website www.lankaioc.com [2] 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:

 

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.

 

  1. 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:

           

  1. 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

 

  1. 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.

 

  1. 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.

 

  1. 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 [2] for further details on this tender.