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

TENDER FOR APPOINTMENT OF CARRYING & FORWARDING AGENT (CFA) AND CLEARING & TRANSPORTATION AGENT FOR BITUMEN OPERATION AT COLOMBO, SRI LANKA

NOTICE INVITING TENDER (NIT)

 

 

TENDER FOR APPOINTMENT OF CARRYING & FORWARDING AGENT (CFA) AND CLEARING & TRANSPORTATION AGENT FOR BITUMEN OPERATION AT COLOMBO, SRI LANKA

 

Introduction:

 

 

 

 

LIOC invites tender through physical bidding system for Sri Lanka.

 

Details of the Tender:

 

1 TENDER NO LIOC/BIT/CFA/2017-18
2 Name of the work & Location TENDER FOR APPOINTMENT OF

I.                     CARRYING & FORWARDING AGENT (CFA)

II.                   CLEARING & TRANSPORTATION

FOR BITUMEN OPERATION AT COLOMBO, SRI LANKA

3 Type of Tender Public tender in two bids
4 Start date & time for downloading /purchasing of tender by bidder 09:00 HRS on 27th July 2017
5a Seek clarification start date & Time 27th July 2017 at 11:00 HRS
5b Seek clarification end  date & Time 17th August 2017 at 11:00 HRS
6 Pre-bid meeting 15:00 HRS on 03rd August 2017 at Lanka IOC PLC, Level 20, West Tower, World Trade Centre, Colombo – 01
7 Start Date & Time for submission tender by Bidder 04th August 2017 at 10:00 HRS
8 End date & time for submission of tender by bidder 17th August 2017 at 15:00 HRS
9 Date & time of opening of bid 17th August 2017 at 15:00 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. 5000/- (non refundable / non transferable)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.

11 Estimated tender value LKR 314 million (Three Hundred & Fourteen million) for CARRYING & FORWARDING AGENT (CFA) and

LKR 243 million (Two hundred & Forty three million) for CLEARING & TRANSPORTATION

of bitumen operation, Total LKR 557 million

12 Bid Bond (BB) LKR 627,661 for bidding of Carrying & Forwarding Agent (CFA)

LKR 485,589 for bidding of Clearing & Transportation

LKR 1,113,250 for bidding of both the operation

 

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: BB Patra

Sr. Vice President – Lubes (M&P)

Email: bbpatra@lankaioc.com

Mobile: 075 927 8687

Lakmina Thilina
Executive Lube Operations,Email: thilina@lankaioc.comMobile: 075 927 8051
14 CONTRACT PERIOD 1.1   CFA will enter into an agreement with LIOC for operating the CFA as per prescribed format.

 

1.2  For Carrying & Forwarding Agent (CFA)

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.

 

In case the contract is not renewed after five years on mutually agreed rates, terms & conditions, LIOC will have discretion to extend the contract for one year on the same rate, terms & conditions.

 

1.3  For Clearing & Transportation

The contract will be valid for 5 years from the date of commissioning of CFA and renewable for future period of 3 year 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 one year. 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.

 

15

 

Volume Handled – Bitumen Expected monthly off take of 4200 MT per month and expected volume of Product to be stored by CFA on behalf of LIOC: 5000 MT.

The above figures are indicative and subject to change depending upon the requirement during the contract period.

16 Mode of Selection 1.4  Evaluation of tenders:

 

A.      For Carrying & Forwarding Agent (CFA)

 

Techno-Commercial Bid (Unpriced) of the tenderers will be evaluated based on total marks scored against individual items mentioned in the “Techno-Commercial Bid Evaluation Sheet”.

 

Total marks obtained in Techno-Commercial Bid by the tenderers will be displayed on the office notice board before opening of Price Bids.

 

Price Bid of the tenderers who qualify in the Techno-Commercial Bid shall only be opened.

 

Tender will be finally evaluated on the basis of the score/ marks arrived using following formula for individual qualified parties in Techno-Commercial Bid:

 

 

Technical Score obtained          Lowest price quoted by any

by party                                       technically qualified Party

Total Score =————————— x 67% +         ——————————–x 33%

Highest Technical Score              Price quoted by Party

Obtained by any party

 

 

The tenderer scoring maximum score/mark in the evaluation as at 1.4 above shall be the lowest tenderer (L1). The lowest tender shall mean lowest acceptable rate quoted by the L1 party (with or without negotiations as the case may be) after following the Corporation’s rules on bid comparison. Subsequent ranking of the tenderers in the tender (L2, L3, L4 ……) will also be as per evaluation in the same manner. A panel list will be displayed after opening of price bid on the office notice board.

 

B.      For Clearing & Transportation

 

Tender will be evaluated among the technically qualified partied on lowest net delivered rate from Port to CFA. 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.

 

C.      Distribution of Business

 

The Bidders are required to submit their bid strictly as per the price format enclosed as Section VII. The Bidder is required to quote for both the items (A & B) 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.

 

The “Grand Total” (item A & B) will be considered for the purpose of determining the lowest bidder. The Bidder which quotes the minimum amount as per “Grand Total” will be considered as the L-1 Bidder. Negotiations, if required may be carried out with the L-1 Bidder at the sole discretion of the company. The company reserves the right to ask the L-1 bidder to match the lowest quotes received by another bidder for any specific item (A or B) as per Price Bid. In case L-1 Bidder is not able to match the lowest bid for any particular item (A or B), the company reserves the right to award the contract to that bidder which is lowest bidder with regard to that particular item (A or B).

 

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.  Such a step shall not form the basis for alteration of rates.  The Company is not bound to accept the lowest rate for any tender.  The decision of the Company in this connection will be final.

 

D.    Award of Contract

 

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 120 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.

 

In case, LOI of L1 candidate is cancelled, LIOC will have the sole discretion of issuing fresh LOI to the L2 candidate as per the empanelled list and so on till the last empanelled candidate is issued LOI provided they match the rate finalized with L1.

Pre-qualification criteria For Proprietary Concerns:

 

a.         Annual turnover should be at least to the extent of LKR 112 million during any of proceeding three completed financial years ending 31st March 2017 for party quoted for both the items. Party quoted only for one item, then Turnover requirements would be as

LKR 63 mn only for CFA &

LKR 49 mn for only clearing and transport contract

 

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.

 

d.         Tenderer should have at least one year’s experience prior to the date of advertisement in handling CFA operations/Warehouse management in any one of the last five years preceding the date of advertisement and should have the ability to arrange for transportation for clear the 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.

 

f.           The tenderers who have been terminated by LIOC on account of non performance/malpractices of any of channel like Petrol Shed /SSI/SMS/ CFA/Distributor shall not be eligible for selection of CFA.

 

For Partnership Firms:

 

a.        Annual turnover should be at least to the extent of LKR 112 million during any of proceeding three completed financial years ending 31st March 2017 for party quoted for both the items. Party quoted only for one item, then Turnover requirements would be as

LKR 63 mn only for CFA &

LKR 49 mn for only clearing and transport contract

 

b.        The tenderer should not have made any loss during last financial year.

 

c.        Turnover of the tenderer (partnership firm) will be considered.

 

d.        Tenderer should have at least one year’s experience prior to the date of advertisement in handling CFA operations/ Warehouse management in any one of the last five years preceding the date of advertisement and should have the ability to arrange for transportation for clear the cargo.

 

e.        The tenderer (Partnership firm) should be registered in Sri Lanka.

 

f.          In addition to above, the following conditions are also to be fulfilled by all the partners individually of the proposed CFA:

Citizen(s) of Sri Lanka, at least A level qualifications, minimum 25 years of age on the tender closing date and not have been convicted in any court of law.

 

g.         The tenderers who have been terminated by LIOC on account of non performance/malpractices of any of bitumen channel like Petrol Shed/Distributor/ SSA/SSI/ SMS/CFA shall not be eligible for selection of CFA.

 

For Limited Companies/Co-Operatives:

 

a.      Annual turnover should be at least to the extent of LKR 112 million during any of proceeding three completed financial years ending 31st March 2017 for party quoted for both the items. Party quoted only for one item, then Turnover requirements would be as

LKR 63 mn only for CFA &

LKR 49 mn for only clearing and transport contract

 

  1. The tenderer should not have made any loss during last financial year.

 

  1. Tenderer should have at least one year’s experience prior to the date of advertisement in handling CFA operations/ Warehouse management in any one of the last five years preceding the date of advertisement and should have the ability to arrange for transportation for clear the cargo.

 

  1. The tenderer should be registered in Sri Lanka.

 

  1. The tenderer who has been terminated by LIOC on account of non performance/malpractices of any of bitumen channel line Petrol Shed/SSA/SSI/SMS/ CFA/ Distributor shall not be eligible for selection of CFA.

 

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 31.03.2017. Income Tax return for previous 3 years ending 31.03.2017

 

2)      Copy of a letter from the banker of the tenderer stating the current limit of the tenderer.

 

3)      Copy of the documents/instrument submitted as own capital.

 

4)      Experience – Copy of

(a) CFA agreement covering period or equivalent documents

(b) Work order covering period with value of the contract or equivalent documents.

 

5)      Truck / forklift details:

(a) For lease Truck for transportation & forklift for loading / unloading – Consent letter from owner along with copies of vehicle registration certificate

(b) For own truck/ forklift; copies of vehicle registration certificate.

 

6)      Copies of at least any one of these documents should be submitted along with the offer (Passport/NIC certificate) where date of birth is mentioned. Applicable for Proprietary & Partnership Firms

 

7)      Copy of the Pass certificate, minimum A level certificate where qualification is mentioned. Applicable for Proprietary & Partnership Firms

 

8)      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.

 

9)      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) Registration with Sri Lanka Customs and Sri Lanka Port Authority for clearing & handling of cargo.

5) Power of Attorney (Authorization for signing of tender documents, participating into the tender and participate in the interview

20 Date of verification of original documents & interview 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 As advised by LIOC (All customers on entire Island and receipt of product from at Colombo Port). Godown must be located within 30 KM from the Port of Colombo (one way).
22 Scope of Works A.     Carrying & Forwarding Agent (CFA) 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 and Transportation of Consignment

Compliance with local statutory requirements

Implementation of quality system as advised by LIOC

Any other related job as directed by LIOC

 

B.         Clearing & Transportation will be responsible for following day to day activities:

Stores Management – Receipt, Storage, Handling and Issue

Inventory management – inventory status and accuracy

Receiving and scheduling orders for supply

Dispatching products to Channel partners

Billing to customer and receipt of payment thereof, deposit of payment to the bank and any other Invoicing documents as required by LIOC

Compliance with local statutory requirements

Implementation of quality system as advised by LIOC

Any other related job as directed by LIOC

23 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.
24 Security Deposit 1.     Carrying & Forwarding Agent (CFA)

Successful tenderer has to submit 100% product security (LKR 325 mn) before placement of LOA/agreement signing. Security deposit can be given in the form of minimum 20% BG (65 mn) and balance thru’ Corporate guaranty (260 mn).

 

2.     Clearing & Transportation

Successful tenderer has to submit LKR 10 mn before placement of LOA/agreement signing. Security deposit can be given in the form of 100% BG.

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.

 

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.