Tender Notice - Ceylon Petroleum Corporation
Tender Notice - Ceylon Petroleum Corporation
Tender Notice - Ceylon Petroleum Corporation
Create successful ePaper yourself
Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.
<strong>Ceylon</strong> <strong>Petroleum</strong> <strong>Corporation</strong><br />
BID FOR THE SUPPLY OF 03 NOS. 35,000 LITERS<br />
CAPACITY AVIATION FUEL ROAD TANKERS,<br />
MOUNTED ON A VEHICLE CHASSIS OF AN<br />
INTERNATIONALLY REPUTED MAKE<br />
B/06/2013<br />
BID DOCUMENT<br />
INSTRUCTIONS TO BIDDERS<br />
CONDITIONS OF CONTRACT<br />
&<br />
TECHNICAL SPECIFICATIONS<br />
2013
PROCUREMENT NOTICE<br />
MINISTRY OF PETROLEUM INDUSTRIES<br />
CEYLON PETROLEUM CORPORATION<br />
Bid for the supply of 03 Nos. 35,000 Litres Capacity Aviation Fuel<br />
Road Tankers, Mounted on a vehicle chassis of an Internationally Reputed make<br />
B/06/2013<br />
The Chairman, Ministry Procurement Committee, Ministry of <strong>Petroleum</strong> Industries on behalf of<br />
the <strong>Ceylon</strong> <strong>Petroleum</strong> <strong>Corporation</strong> will receive sealed Bids from Reputed Road Tanker<br />
Manufacturer, or their Authorized officially appointed Agents abroad for the Supply of 03 Nos.<br />
35,000 Litre capacity Aviation Fuel Road Tankers, Mounted on Vehicle Chassis of an<br />
Internationally Reputed make up to 1400 hrs. on 22.05.2013.<br />
Bidding documents can be obtained between 0930 hrs. and 1430 hrs. up to 21.05.2013 from the<br />
office of Manager Supplies, <strong>Ceylon</strong> <strong>Petroleum</strong> <strong>Corporation</strong>, 01 st Floor, No. 609, Dr. Danister<br />
De Silva Mawatha, Colombo 09, Sri Lanka on a written request and payment of a nonrefundable<br />
fee of Rs. 2,000.00 + NBT + VAT (i.e. Rs. 2,285.00) per set.<br />
Bids will be opened at the Office of Manager Supplies, <strong>Ceylon</strong> <strong>Petroleum</strong> <strong>Corporation</strong>, at the<br />
above address, immediately after closing time of the Bids. Bidders or their authorized<br />
representatives will be permitted to be present at the time of opening of Bids.<br />
Bids may be sent by post under registered cover or may be deposited in the <strong>Tender</strong> Box kept in<br />
the Office of Manager Supplies, <strong>Ceylon</strong> <strong>Petroleum</strong> <strong>Corporation</strong>, 01 st Floor, No. 609, Dr.<br />
Danister De Silva Mawatha, Colombo 09, Sri Lanka.<br />
Bidding documents may be viewed from the website www.ceypetco.gov.lk<br />
Chairman,<br />
Ministry Procurement Committee,<br />
c/o Manager (Supplies),<br />
Supplies Function,<br />
<strong>Ceylon</strong> <strong>Petroleum</strong> <strong>Corporation</strong>,<br />
01 st Floor,<br />
No. 609, Dr. Danister De Silva Mawatha,<br />
Colombo 09,<br />
Sri Lanka.<br />
Tele : 0094-11-5666225, 5455330<br />
Fax : 0094-11-5455424
Invitation to <strong>Tender</strong><br />
Chairman, Ministry Procurement Committee (MPC), Ministry of <strong>Petroleum</strong> Industries on behalf of the <strong>Ceylon</strong><br />
<strong>Petroleum</strong> <strong>Corporation</strong> (CPC) of No.609, Dr. Danister de Silva Mawatha, Colombo 09, Sri Lanka, will receive<br />
sealed bids from reputed Aviation Fueling equipment manufacturers, or their authorized officially appointed Agents<br />
abroad, for the Design, Manufacture, Testing, Supply and Delivery of:<br />
03 Nos. 35,000 litres capacity Aviation Fuel Road Tanker<br />
As per Technical Specifications and annexed Schedules, complete in every respect and with all accessories ready for<br />
use.<br />
A commitment letter from the accredited local agent for the chassis manufacturer for services, maintenance and<br />
supply of spare parts for the next 10 years shall be forwarded along with the offer.<br />
Offers without the above commitment letter from the accredited local agent of the chassis manufacturer will be<br />
considered as non-responsive<br />
The CPC will open the Letter of Credit under the terms of Clause 2 of Conditions of Contract (Mode of payment).<br />
Cost of Insurance and Customs Duty at the Port of Colombo and other levies will be paid by the CPC, and should<br />
not be included in the <strong>Tender</strong> price.
CONTENTS<br />
1. INSTRUCTIONS TO BIDDERS (ITB) Page<br />
1.1 Introduction ........................................................................................................ 2<br />
1.2 Basis of Bid ........................................................................................................ 2<br />
1.3 Bid documents ................................................................................................... 3<br />
1.4 Documents to accompany the Bid ...................................................................... 3<br />
1.5 Sealing and marking of Bids .............................................................................. 5<br />
1.6 Period of Validity of Bids ................................................................................... 6<br />
1.7 Format and signing of Bids ................................................................................ 6<br />
1.8 Clarification of Bid Document ........................................................................... 6<br />
1.9 Deadline for Submission of Bids ........................................................................ 7<br />
1.10 Late Bids............................................................................................................. 7<br />
1.11 Modification, Substitution and Withdrawal of Bids ........................................... 7<br />
1.12 Closing of Bids ................................................................................................... 8<br />
1.13 Opening of Bids ................................................................................................. 8<br />
1.14 Agent to hold Power of Attorney ....................................................................... 9<br />
1.15 Bid Security ........................................................................................................ 9<br />
1.16 Schedule of Prices .............................................................................................. 10<br />
1.17 Preliminary Examination of Bids ....................................................................... 10<br />
1.18 Corrections of Errors…………………………………………….......................10<br />
1.19 Conversion of single currency ............................................................................ 11<br />
1.20 Evaluation of Bids .............................................................................................. 11<br />
1.21 Right to accept or reject any or all Bids ............................................................. 12<br />
1.22 Award Criteria .................................................................................................... 12<br />
2 CONDITIONS OF CONTRACT (COC)<br />
2.1 Performance Guarantee ....................................................................................... 14<br />
2.2 Pre-Shipment Inspection by Third Party & Witness by CPC Officials………... 14<br />
2.3 Technical Training for CPC Maintenance Staff....................................... … 15<br />
2.4 Warranty Conditions…………………………………………………………… 15<br />
2.5 Mode of Payment…………………………………………………………… 16<br />
2.6 Shipping documentation, Test Certificates, Approvals and<br />
Operating & Maintenance Manuals…………………………………………… 16<br />
2.7 Default by Successful Bidders…………………………………………………. 17<br />
2.8 Liquidated Damage……………………………………………………………. .17<br />
2.9 Patent Infringement………………………………………………… ………… .18<br />
2.10 Force Majeure .................................................................................................... 18<br />
2.11 Arbitration .......................................................................................................... 18<br />
3. TECHNICAL SPECIFICATIONS<br />
1 General ................................................................................................................. 20-26<br />
2 Chassis and Related Details ................................................................................. 27-34<br />
3 Construction/Manufacturing ................................................................................ 34-38<br />
4 Tank and Fitting …………………………………………………………………39-44<br />
5 Testing and Records ............................................................................................. 44-45<br />
6 External Painting .................................................................................................. 45-46<br />
7 Documentation & Drawings …………………………………………………… 46-51
ANNEXURES<br />
Schedule -A<br />
Annexure -A<br />
Annexure- B<br />
Annexure-C<br />
Annexure -D<br />
Annexure -E<br />
Annexure -F<br />
-Schedule of Prices<br />
- Form of Bid<br />
- Form of Bid Security<br />
- Form of Agreement<br />
- Form of Performance Guarantee<br />
- Compliance Deviation Sheet<br />
- Work Scope of the Third party Inspector