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

SURFACE PREPARATION AND REPAINTING OF TANK ROOF TOP, STAIR CASE AND GUIDE RAILS OF PRODUCT TANKS AT LIOC TERMINAL TRINCOMALEE.

NOTICE INVITING TENDER (PRESS NOTICE)

 

NOTICE INVITING TENDER

 

Tender no: LIOC/ ENG/ PT/ 05/ 2016– 17

 

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):

 

27/ 02/ 2017              To        26/ 03/ 2017

From 0900 Hrs                        Up to 1700 Hrs

 
SURFACE PREPARATION AND REPAINTING OF TANK ROOF TOP, STAIR CASE AND GUIDE RAILS OF PRODUCT TANKS AT LIOC TERMINAL TRINCOMALEE.

 

COST OF TENDER: LKR 2,500/- (NON REFUNDABLE)

[BY DEMAND DRAFT ONLY (DRAWN IN FAVOUR OF LANKA IOC PLC PAYABLE AT COLOMBO)]

CONTACT PERSON:

ASSISTANT MANAGER (ENGG)

TEL: 011 2475720

Email: sarawanakanth@lankaioc.com [1]

DUE DATE AND TIME FOR SUBMISSION OF TENDERS:

                    27/ 03/ 2017 @ 1030 HRS

Please visit our website www.lankaioc.com [2] for further details on this tender.  

 

 

 

 

 

 

 

 

 

 

 

 

 

NOTICE INVITING TENDER

1 TENDER NO.

LIOC/ ENG/ PT/ 05/ 2015-16

2

 

NAME OF WORK

SURFACE PREPARATION AND REPAINTING OF TANK ROOF TOP, STAIR CASE AND GUIDE RAILS OF PRODUCT TANKS (TANKS NO. 1, 2, 4, 12, 13, 15 & 16) AT LIOC TERMINAL TRINCOMALEE.

3 PLACE OF WORK

LIOC TERMINAL TRINCOMALEE

4 ESTIMATED COST

LKR 9.52 Mil plus VAT

5 Tender Fee

LKR. 2500/- (non refundable / non transferable) Demand draft drawn in favour of Lanka IOC PLC payable at Colombo.

6 BID BOND

LKR. 113,000/-

6A MODE OF SUBMISSION OF BID BOND

A.    By Demand draft in favour of Lanka IOC PLC payable at Colombo

B.    By Bank Guarantee in favour of Lanka IOC PLC issued by any MNC/reputed Bank in Sri lanka.

7

 

Sale Of Tenders (between 0900 Hrs to 1700 Hrs on working days)
a) Starts On 27/ 02/ 2017 @ 0900 HRS
b) Closes On 26/ 03/ 2017 @ 1700 HRS
8 PRE BID MEETING Pre-bid meeting to be held at LANKA IOC PLC, TRINCOMALEE OIL TERMINAL, CHAINA BAY, TRINCOMALEE On 20/ 03/ 2017 @ 1000 HRS.
9

 

DUE DATE AND TIME  :
a)   SUBMISSION OF TENDERS 27/ 03/ 2017 @ 1030 HRS
b)    OPENING OF TENDERS

(Technical  Bid Only)

27/ 03/ 2017 @ 1030 HRS
10 VALIDITY OF TENDER 120 DAYS
11 NUMBER OF PARTIES TO BE SELECTED 1 NO
12 WORK COMPLETION TIME 14 WEEKS

     

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 SURFACE PREPARATION AND REPAINTING OF TANK ROOF TOP, STAIR CASE AND GUIDE RAILS OF PRODUCT TANKS (TANKS NO. 1, 2, 4, 12, 13, 15 & 16) AT LIOC 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 4.52 Mil OR

2.    2 similar work orders each of value not less than LKR 5.65 Mil OR

3.    Single similar work order of value not less than LKR 9.04 Million in any of the last 5 years ending 31/ 01/ 2017.

2. 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 3.39 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 “pipeline painting or steel tank painting for petroleum/ chemical industries for pipeline dia of atleast 150mm NB/ tank capacity 25 kl”.

 

Work Orders for painting of pipelines or tanks including fabrication/erection/ laying of pipelines would also be acceptable.

 

Note:

 

  1. 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.
  2. In case of works taken up prior to the qualifying period (5 years ending 31/ 01/ 2017) 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 2,500/- 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. 113,000/- 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:

 

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.

 

 

  1. VICE PRESIDENT (ENGG)