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

SUPPLY OF 12” CARBON STEEL ERW PIPE SCHEDULE 40 AS PER API 5L GRADE B PSL 1 ON CIF COLOMBO BASIS

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 Of 12” Carbon Steel ERW Pipe Schedule 40 as per API 5l Grade B PSL 1 on CIF Colombo Basis”.

 

Notice Inviting Tender:

 

Name of Work  Supply Of 12” Carbon Steel ERW Pipe Schedule 40 as per API 5l Grade B PSL 1 on CIF Colombo Basis
Location of Work  Lanka IOC Terminal, China-bay, Trincomalee, Sri Lanka
Mode of Tender   Global Tender 

(Part I – Techno-Commercial Bid and Part II – Price Bid) 

Tender No. LIOC/ENG/GT/05/2025-26
Commencement of Sale of Tender / Downloading of Tender  15th  Oct’2025 @ 1500 hrs
Closure of Sale of Tender/ Downloading of Tender  11th   Nov’2025 @ 1500 hrs
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 [1]. Please ensure that you have got yourselves registered in the name in which the Bid is intended to be submitted. 

Pre –Bid Meeting  22nd Oct’2025 @ 10:00 hrs at Lanka IOC HO COLOMBO.

Bidders requested to send their quarries through emails before 9th Sept’2025 @ 11:00 hrs to,

Exec. (Eng)

Email:  buwaneka@lankaioc.com

Due Date and Time for Submission of Tender 11th   Nov’2025 @ 1500 hrs 

The intending bidders 

are required to submit their offer in the Tender Box at the following address before the due date and time:

VP (Engineering)

Lanka IOC PLC

Level 20, West Tower, World Trade Center,

Echelon Square, Colombo 01, Sri Lanka.

Due Date & time of opening of Part-I

(i.e. Techno-Commercial Bid)

11th   Nov’2025 @ 15:30 hrs
Date of opening of Part II i.e.

Price bid

Shall be informed separately
Work Completion Time  14 weeks for Supply
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 327,400 /- along with the Technical Bid by way of Demand Draft/ Banker’s Cheque in favour of Lanka IOC PLC and payable at Colombo.

Please note that Bid Bond must not be enclosed with the envelope containing Price Bid. Bids received without proper instrument of Bid Bond/ Earnest Money or in a manner different as above may render the tender liable for rejection. 

For Foreign Bidder:

The bidders are required to deposit EMD/Bid Security of  USD 1,100/- By way of TT Transfer in favour of Lanka IOC PLC directly into the designated bank mentioned below and enclose a copy of the Swift Message.

Lanka IOC PLC FCBU account no. 25273008920219 held with State Bank of India, Colombo (SWIFT CODE: – SBINLKLXFCB) through their account no.000146528 with HSBC, USA, New York (SWIFT CODE: MRMDUS33).

Alternatively, Demand Draft drawn on Lanka IOC PLC payable at Colombo can be submitted along with the Technical Bid. 

Bid bond will return to respective bidders after the finalization of contract/ on expiry of tender validity.

Pre-Qualification Criteria
  1. Experience: Bidder should have supplied and installed the tendered items or supply of similar pipes to any industries/any other user during the past five years ending Sept. 2025. Values shall be as per following. (In Sri Lankan Rupee or equivalent Foreign currency).
  1. 3 similar work orders each of value not less than LKR 13.1 Mil OR
  2. 2 similar work orders each of value not less than LKR 16.4 Mil OR
  3. Single similar work order of value not less than LKR 26.2 Million in any of the last 5 years ending 31/08/2025 (In Sri Lankan Rupee or equivalent foreign currency). 
  1. Annual Turnover: Audited balance sheet and Profit & Loss account for the last 3 (three) financial years. Average annual financial turn over during shall be at least  LKR 9.8 Million or equivalent Foreign currency.
  • 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 in line with   requirement in ANNEXURE-III.

Note:
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”.

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.
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 

 



 

The lowest acceptable rate with or without negotiation & accepted by Lanka IOC shall be considered for award of work.

 

The lowest acceptable rate will be evaluated based on the landed cost. Any taxes claimable by LIOC will be excluded from the landed cost, as they constitute a tax benefit and do not impact the actual financial outflow for the subject works.

 

 

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.

 

(Sandeep Gupta)

 V P (ENGG)