Home
public tender 3998t - Ceylon Petroleum Corporation
Contents
1. Any change of address of the bidder should be promptly notified to the Materials Manager Ceylon Petroleum Corporation Materials Department Refinery Division Sapugaskanda Kelaniya Sri Lanka 15 MODE OF PAYMENT 15 1 Mode of payment will be by 100 Non transferable Letter of Credit The following information is very essential for us to obtain the necessary Import Licence and for establishment of Letter of Credit without delay Hence you are kindly requested to incorporate same in your Proforma Invoice 15 1 1 15 1 2 15 1 3 15 1 4 15 1 5 15 1 6 Pro forma Invoice Number Date Supplier s Address amp Contact details such as Fax No E mail amp Tel Number Country of Origin of the goods Country of Shipment of goods The Harmonized System HS Number or Numbers for each item of goods State mode of shipment i e whether by Airfreight or Sea freight Name and address of the bank for negotiation of L C 15 2 AGENT S COMMISSION In the Schedule of Prices the Bidder shall indicate the Agent s Commission in Sri Lankan Rupees Agency Commission shall be paid after receipt of goods at CPC warehouse and satisfactory completion of the order 16 SHIPMENT AND DELIVERY a Immediately after the consignment is shipped the supplier shall send to Ceylon Petroleum Corporation an Email Fax stating the name of the Vessel with quantities shipped Also within 03 days from the date of the Bill of Lading 04 copies of each of t
2. Procurement Committee until 1430 hours on 17 July 2013 and will be opened immediately thereafter at the Refinery Conference Room MATERIALS MANAGER CEYLON PETROLEUM CORPORATION REFINERY DIVISION SAPUGASKANDA KELANIYA SRI LANKA Tel 0094 11 2400110 Email ref materialsQ ceypetco gov Ik 19 Ge cene eue o9 Cm DS cng amp 6xoo ado Bra woo Ega eod 3998T PONA PIONA q Dera Qc PONA PIONA GAS CHROMATOGRAPHIC SYSTEM exeGe Cm AAS ond Hoo DO Soe ws Do woeo agadasic xelo 9 ge amp GeQdimeSaieqn meoSe xs DGQGOS ames SG ASchaeaasiooas oH SedaosHh BH DIS QEG ED GERD wWMdsicmss ow AAS Go SOOM oc cao HowiBnusicans oe SE Oss mcedeS oped BEE Soad e ES OED BES aaae amp PONA PIONA aG OdgpneEa edQOcws euw99 oem Ge DAH oc SE o AI ouo 368009 esda masos GE oss geas twOses m8 Oz 20 000 00 mea sada eas exe Geom aqoceges HEH MEQ emea 67 250 w Gee 2013 GG 12 Ew 1500 Om exc ed wDboXxe EMOAEE qe 609 coe amp ueoO c BECO OOH cavea 09 dacos BHI Cm DS ee HSaD aDcOS eQe mvae Se qo u oO QES we oqo SE c DIA eged emeedea on 80890 www ceypetco gov lk ce II JAIS eeoow 668 DOE GOSHAS OM em cce FOCE ED OM eto Ge ogo ceHdocSaiey moSexes DIISI ames 88e 2013 69 17 Em 1430 exo ese DOODSHM FHO ODO esa BOoeec dosao MEIWSE Saa DE x99 COS MEOMDO Cm DHS GHG ASOD Hod Bdane bua Coe DOES eG DEB o6 e Oll 2 400 110 8 9 ref materials Q ceypetco gov lk 20
3. Submission of Bid Sealing Marking Closing amp Receipt of Bids Minimum Validity Period of Bids Opening of Bids Letter of Authorization Business Registration Schedule of Prices Correction of Errors Evaluation of Bids Power to Accept or Reject Offers Notice of Acceptance Mode of Payment Shipment amp Delivery Default by Successful Bidder Assurance on Delivery Warranty Packing Force Majeure Bidder s Standard Conditions of Sale Arbitration Declaration Any Other Information Abbreviations Annexes DAUB Scope of Supply amp Specifications Schedule of Prices Declaration of Bidder Format of Manufacturer s Authorization E Form of Compliance Deviation Sheet 1 F Form of Compliance Deviation Sheet 2 PUBLIC TENDER 3998T 10 12 13 14 15 17 18 PUBLIC TENDER 3998T INSTRUCTIONS TO BIDDERS 01 INTRODUCTION The Chairman Departmental Standing Procurement Committee on behalf of the Ceylon Petroleum Corporation Refinery Division Sapugaskanda Kelaniya Sri Lanka will receive sealed Bids from manufacturers or their authorized export agents abroad or accredited local agents for the supply of PONA PIONA Gas Chromatographic System conforming to the Terms amp Technical Specifications indicated in Annex A and Terms amp Conditions given under this Instructions to Bidders 02 BIDDING DOCUMENT FEE amp BID DEPOSIT Bidding Documents c
4. 6 MINIMUM VALIDITY PERIOD OF BIDS a All bids shall necessarily be valid for acceptance for a minimum period of 63 days from the closing date of the Tender b All prices indicated in the schedule of prices shall be firm and shall not be subject to any price variation within the validity period of offer specified in a above c On acceptance of the offer within the period of 63 days the validity of offer should be extended for purposes of opening Letter of Credit and other required documentation Bids that do not comply with the above requirements will be rejected PUBLIC TENDER 3998T 07 a CLOSING amp OPENING OF BIDS Bids will be closed at 1430 hours on 17 July 2013 amp will be opened immediately thereafter at the Refinery Conference Room Bidder s or their duly authorized representative s may be present at the opening of bids The officer who opens the Bids will read out the total price as indicated in the schedule of prices Pro forma to those who are present Technical Data Specifications or similar particulars will not be divulged b LATE BIDS Any Bid received after the deadline for submission of Bid will be rejected and returned unopened to the Bidder 08 LETTER OF AUTHORIZATION a b c d e Offers from agents representing Principals abroad will not be considered unless they hold the Letter Of Authorization from the Principals empowering the agents to offer on their behalf to enter in
5. D 6733 using the gas Chromatograph quoted 2 1 2 The software should have Line Up tool for automated signal alignment to improve peak identification 2 1 3 The software should have predefined setting per sample type for reliable peak identification 2 1 4 Peak identification should be using Kovats Index principal with Color coded peaks 2 2 The Analysis results shall be given as below 2 2 1 2 2 2 2 2 3 2 2 4 2 2 5 2 2 6 2 2 7 Component concentration table Total weight 96 Mole and volume 96 by group type Paraffins ISO Paraffins Aromatics Naphthenes Olefins Total weight 9o Mole 96 and volume by carbon number with average molecular weight and specific gravity Summary of group types by carbon number Calculated research octane number RON Detailed hydrocarbon composition listing Classification and reporting components in chromatographic order specifying peak area weight Mole and volume and the shift from the expected retention index Calculated weight 96 Hydrogen 2 3 PONA PIONA software shall be complete with following features 2 3 1 2 3 2 2 3 3 2 3 4 2 3 5 2 3 6 Chromatogram with colored peak identification on screen peak identification Display the sample chromatogram on the screen with names of the identified components Defining the user access levels for security purpose Export of reports to either CSV or PDF file Reviewing all the reports on screen Co elution Assigni
6. F PONA PIONA GAS CHROMATOGRAPHIC SYSTEM We hereby tender for the supply of PONA PIONA Gas Chromatographic System in conformity with the specifications as stated in the Instructions to Bidders Having perused the Instructions to Bidders for the supply of PONA PIONA Gas Chromatographic System and the Schedule of Prices referred to therein I We hereby agree to comply with the Conditions of the said Tender I We undertake to conform to all the Terms amp Conditions in the said Tender and the Schedule of Prices within the time specified I We am are fully aware that the acceptance of any Tender will be at the sole discretion of the Departmental Standing Procurement Committee Ceylon Petroleum Corporation Signature of Bidder Date ess Company Stamp 14 PUBLIC TENDER 3998T ANNEX D Format of Manufacturer s Authorization The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated This letter of authorization should be on the letterhead of the Manufacturer and should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer Date nsns dE in stets Tender NO 1 o nnt pericu aea E EEENEK To Chairman Departmental Standing Procurement Committee WHEREAS WV Cos E insert complete name of Manufacturer who are official manufacturers Of 4 eee nean u nan unuuunuuu uuu u uua insert type of goods manufactu
7. LEXEZXEZIZEXZEZILIZIILEZEIZEZLEIZIEZELIEELELELZEIEELELEILEIILIEEEELEEEEEEZEELELEELEELEEEEEEEEEELELE SON CEYLON PETROLEUM CORPORATION Established by Parliamentary Act Number 28 Of 1961 REFINERY DIVISION PUBLIC TENDER 3998 T BIDDING DOCUMENT SUPPLY OF PONA PIONA GAS CHROMATOGRAPHIC SYSTEM CHAIRMAN DSPC CEYLON PETROLEUM CORPORATION REFINERY DIVISION MATERIALS DEPARTMENT SAPUGASKANDA KELANIYA SRI LANKA Telephone 0094 11 2400110 Fax 0094 11 2400434 2400436 5528919 E Mail ref materials ceypetco gov Ik cD 1 L LIXZIZEXZZXZEXZEZXZEXZEEZEEZEILEZEZIZIELZEEEEZEEXEEEEEEXEEEEEZEEEZREEREEEXEEEEEEEXZEXZEEKEEZEEZEZERXEEEXEZXZEEXEJ F ah ah ah ah ah ah ah a ah ah ah ah ah ah ah a ah ah ah ah ah ah ah ah ah ah ah a ah a ah ah ah ah ak ah ah ah ah ah ah ah ah ah ah ah ak ah ah ah ah ah ah ah ah ahe ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ak ah ah ah ahe ah ah ah ah ah ah ah ah ah ah ah ahe ah ah ah ahe ah ah ah ah ah ak ah ah LE RE EE ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah a ah ah ah ah a ah ah ah ah ah ah a a ah ah ah a ah ah ah Gk ahe ah a ah ah ah ah a ah a ah ah ah ah a ah a ah ah a ah ah ah ah a ah ah ah ah ah ah a ah ah ah ah ah ah a ah ah ah ah ah ah ah ah ah ah ah ah ah ah ah a ah ah a CONTENTS INSTRUCTIONS TO BIDDERS Introduction Bidding Document Fee amp Bid deposit Documents amp Details to Accompany Bid
8. SEALING MARKING amp RECEIPT OF BIDS Bids shall be submitted in Duplicate as per annexed schedule of Prices The original amp duplicate copy of the Bid shall be placed in separate envelopes marked ORIGINAL amp DUPLICATE Envelopes shall be enclosed in one securely sealed cover which shall be marked TENDER NO 3998T FOR THE SUPPLY OF PONA PIONA GAS CHROMATOGRAPHIC SYSTEM CLOSING DATE 17 JULY 2013 on the top left hand corner amp the Bidder s name amp address on the bottom left hand corner Bids sealed enclosed marked and addressed as aforesaid shall be sent under Registered Cover to reach the Chairman DSPC Ceylon Petroleum Corporation Refinery Division Materials Department Sapugaskanda Kelaniya Sri Lanka not later than 1430 hours on 17 July 2013 If the Bidders choose not to send their Bids under Registered Cover they could deposit such Bids in the Tender Box provided for this purpose at the Office of Deputy Finance Manager Refinery Finance Department Refinery Sapugaskanda Kelaniya Sri Lanka Important e E mail offers are not entertained e Ifa bidder decides to send the bid through fax at bidders own discretion then only the Fax No 0094 11 2400436 amp 2400102 should be used Bids sent to any other fax number will not be entertained However only the clarifications data sheets product literature amp other communications can be made through email address refmaterials sltnet lk 0
9. an be obtained up to 12 July 2013 Any Bidder calling for Bidding Documents shall pay a non refundable Bidding Document fee of Rs 250 and a refundable deposit of Rs 20 000 per set to the Cashier CPC Head office No 609 Dr Danister de Silva Mawatha Colombo 09 Deposits of the unsuccessful Bidders will be refunded only after the tender was awarded to the successful Bidder amp the successful bidder s deposit will be released after completion of the order 03 DOCUMENTS amp DETAILS TO ACCOMPANY BID All Bids shall contain adequate particulars in respect of the items offered A Failure to furnish the following documents and details along with the Bid will result in the bid being rejected 01 Name amp the profile of the Manufacturer and Country of origin 02 Certificate from Manufacturer that the equipment offered are in good condition amp conforming to the specifications 03 Letter of Authorization Vide Clause 08 Annex D 04 A copy of the receipt obtained for payment of Rs 20 250 00 Not relevant for foreign registered suppliers invited by CPC to bid directly 05 Schedule of Prices Annex B duly completed and signed 06 If offered in foreign currency a pro forma invoice signed from the foreign principal B Failure to furnish the following documents and details along with the Bid may result in the bid being rejected 01 Documentary proof for recent supplies made to customers in similar magnitud
10. d 25 ANY OTHER INFORMATION 25 1 Any other information or clarification required could be obtained from the Materials Manager Ceylon Petroleum Corporation Refinery Division P O Box 11 Kelaniya Sri Lanka not later than 12 days before the closing date of tender given in clause No 05 Telephone 0094 11 2400110 Fax 0094 11 2400434 5528919 E mail refmaterials sltnet lk 25 2 Where the Bidders have not sought any clarifications information such Bidders shall be deemed to have accepted the Bidding Document in full CPC reserves the right to issue amendments to the Bidding document if and when deemed necessary up to 08 days before the closing date of Tender given in Clause 05 and such amendments will be notified to all Bidders who have collected the Bidding documents 26 ABBREVIATIONS DSPC Departmental Standing Procurement Committee CPC Ceylon Petroleum Corporation FOB Free on Board C amp F Cost and Freight L C Letter of Credit ICLP Institute for the Development of Commercial Law amp Practice PUBLIC TENDER 3998T ANNEX A SCOPE OF SUPPLY amp SPECIFICATIONS Item to be Supplied Qty Unit Description 01 No PONA PIONA Gas Chromatographic System for the determination of Hydrocarbon composition of Naphtha and Gasoline as per ASTM D 6730 and D 6733 As per the following Specifications amp General Conditions SPECIFICATIONS 1 GAS CHROMATOGRAPH 1 1 Column Oven temperature Multi St
11. e 02 Declaration of Bidder Annex C 03 Form of Compliance Deviation Sheet Annex E Any other deviation to be clearly indicated in Annex G in an attachment 04 Copy of Business Registration per Clause 09 All documents shall be in English Language Note Manufacturers Suppliers those who are interested in getting registered with CPC for supply of material equipment needed for Petroleum Refining Industry may send their request along with company profile user profile and their scope of supply to the Materials Manager to consider for registration for future supplies Every Bidder will be required to initial and submit each page of the Bidding Document including drawings relevant catalogues and other details along with the quotation 3 PUBLIC TENDER 3998T 04 SUBMISSION OF BID If the bid is being submitted directly by the Principals they should indicate whether they are represented in Sri Lanka by an Agent A local firm acting as Agent for more than one Principal Bidder should get each of his Principal Bidders he represents to tender on separate sets of Bidding Documents purchased from the Ceylon Petroleum Corporation for such purpose Note Alternative Bids Options Multiple bids from same manufacturer can be submitted on separate refundable deposits made for each bid Alternative bids amp higher value bids will be rejected respectively unless such bids have been covered by a separate bid deposit 05
12. ep Programming from 0 C to 450 C Programming In 0 1 C min or less rate increments Liquid carbon dioxide cryogenic system 1 2 Injector Heated Flash Vaporizing injector to provide a variable split injection of 100 1 200 1 amp 300 1 1 3 Detector Hydrogen flame ionization detector FID designed for optimum response with capillary column with required gas controls and electronics FID system should have EPC EFC control gas flow FID should automatically ignite and re ignite when flame goes out FID shall meet or exceed the following specifications Operation Temperature From 100 C to 450 C Minimum detect ability 2 0 pg C s Linearity S10 1 4 Sample Injection System Automatic liquid sample injection 1 5 Columns Chromatographic columns as per ASTM D 6370 amp D 6733 1 6 Flow Control System Electronic flow control system should be able to set the presser to minimum accuracy of 0 001 psi 1 7 The analyzer should be fully tested and calibrated at the factory for analysis of Reformer feed Reformate Isomerate Alkylate and Gasoline and should come with the factory test reports and application Guarantee 10 PUBLIC TENDER 3998T 2 PONA PIONA SOFTWARE 2 1 1 This system should consist of MS Windows based works station necessary PONA PIONA DHA Chromatography management software interface cards amp all necessary hardware Branded PC and printer to run the PONA PIONA DHA analysis complying with ASTM D 6730 amp
13. evaluate bids with freight obtained from Ceylon Shipping Corporation and place orders either on C amp F basis or FOB basis and to arrange freight through Ceylon Shipping Corporation or any other freight forwarder All offers received will be examined to determine the eligibility of bidder s responded and substantial responsiveness of bids received Substantially responsive bid is one which conforms to the terms conditions and specifications of the Tender document Incomplete bids will be rejected The price quoted in foreign currency will be converted to Sri Lankan Rupees at the selling exchange rate determined by the Central Bank of Sri Lanka prevailing on the date of opening of Bids Arithmetical error in the Bidding Document will be corrected Only the bids determined to be substantially responsive will be evaluated and compared Award will be made to the lowest responsive evaluated bid 13 POWER TO ACCEPT OR REJECT OFFERS a The Departmental Standing Procurement Committee will not be bound to make the award to the Bidder submitting the lowest offer b The Departmental Standing Procurement Committee reserves the right to reject any or all Bids or any part thereof without adducing any reasons PUBLIC TENDER 3998T 14 NOTICE OF ACCEPTANCE Acceptance of bid will be communicated by fax E mail and confirmed in writing by registered post to the successful bidder to the address given by him soon after the receipt of DSPC decision
14. he following shipping documents shall be sent by courier addressed to the Materials Manager Ceylon Petroleum Corporation Refinery Division Materials Department Sapugaskanda Kelaniya Sri Lanka b i ii iii iv Clean on Board freight prepaid freight to pay as per award Bills of Lading in favour of Sri Lankan Bank nominated by CPC showing destination as Colombo and notifying party as Ceylon Petroleum Corporation Manually signed invoices in quadruplicate showing FOB Local Agent s Commission if any freight and C amp F Colombo Packing List in quadruplicate Certificate of Manufacturer stating that the items shipped were manufactured by them and indicating Country of Origin PUBLIC TENDER 3998T v Certificate of Quality in detail issued by a recognized Institute such as ISO accredited by the Government of the Country of Origin to issue such Certificates 17 DEFAULT BY SUCCESSFUL BIDDER a If for any reason in the opinion of the Ceylon Petroleum Corporation the successful Bidder becomes incapable or unable to supply PONA PIONA Gas Chromatographic System offered in his Bid within the specified delivery period the Ceylon Petroleum Corporation shall have the right to obtain the goods from other sources without being liable in any manner whatsoever to the successful Bidder b If the successful Bidder defaults in the supply or otherwise commits a breach of any of the provisions in the Contract with the Ce
15. ionization detector FID designed for optimum response with capillary column with required gas controls and electronics FID shall meet or exceed the following specifications Operating temperature from 100 C to 450 C Minimum detectability lt 2 0 pg C second Linearity gt 107 Chromatographic columns as per ASTM D 6730 and D 6733 E shall be quoted separately Electronic flow control system with minimum accuracy of 0 001 psi 2 1 2 PONA PIONA SOFTWARE This system should consist of MS Window based works station necessary PONA PIONA DHA Chromatography management software interface cards and all necessary hardware Branded PC and Printer to run the PONA PIONA DHA analysis complying with ASTM D 6730 and D 6733 using the Gas Chromatograph quoted The software shall have Line Up tool for automated signal alignment to improve peak identification The software shall have predefined setting per sample type for reliable peak identification Peak identification shall be using Kovats Index principle with Colour coded peaks Component concentration table Total Weight 9o Mole 96 and Volume by group type Paraffins ISO Paraffins Aromatics Naphthenes Olefins 2 21212 Total Weight Mole Volume by carbon number with average molecular weight and specific gravity Detailed hydrocarbon composition listing 17 PUBLIC TENDER 3998T Classification and rep
16. ment Terms amp Other Requirements 6 Agreed with Shipment amp Delivery conditions per Clause No 16 es Letter of Authorization Annex D x Specifications amp Other Conditions as Annex A d Agreed with Delivery Period per Clause No 18 d Literature Catalogues amp Other Technical Data Given 11 Country of Origin Port of Shipment amp the HS Code Given 12 Name amp Address of Local Agent if any amp Agency Commission Given 13 If Relevant VAT Registration No Given Deviations from Specifications terms amp conditions if 14 any indicated Documentary proof for recent supplies made to 15 customers in similar magnitude Given 16 Declaration per Clause No 24 Given 17 Copy of Business registration per Clause 09 Spare parts for two years maintenance quoted 18 separately List of complete spare parts with their current prices 19 provided 20 Other Deviation if any Signature of the Bidder Company Stamp 16 PUBLIC TENDER 3998T ANNEX F Compliance Deviation Sheet 2 Specifications and Other Conditions Please mark Y if complied with the tender requirement or mark X if there is any deviation and indicate the deviation in the cage provided Specification Condition Deviatio ns if any Gas Chromatograph Multi step Column Oven temperature programming from 0 C to 450 C in 0 1 C min or less rate increments and liquid carbon dioxide cryogenic system Hydrogen flame
17. ng their offers in detail together with the Pro forma Invoice b Prospective Bidders are requested to submit their bids in any internationally accepted currency c All agents Commission shall be disclosed in Sri Lankan Rupees in the appropriate row of the schedule of prices d Bids not on the prescribed form and not in the manner required will be rejected 5 PUBLIC TENDER 3998T e Bidders shall provide in the prescribed form of schedule of price marked Annex B the name and address of his agents if any in Sri Lanka 11 CORRECTION OF ERRORS a Where there is a discrepancy between the amount in figures and in words the amount in words will govern and b Where there is a discrepancy between the unit rate and the line item total resulting from multiplying the unit rate by the quantity 1 The unit rate as quoted will govern 2 Unless in the opinion of the Procurement Committee TEC there is an obviously gross misplacement of the decimal point in the unit rate in which case the line item total as quoted will govern and the unit rate will be corrected c The amount stated in the Bidding Document adjusted in accordance with the above procedure with the concurrence of the bidder shall be considered as binding upon the Tender If the bidder does not accept the corrected amount of bid his bid will be rejected 12 EVALUATION OF BIDS Bids will be evaluated on C amp F basis However CPC reserves the right to
18. ng two or more components to the same integrated peak and specifying the co elution ratio Grouping Reporting several integrated peaks as a single component 3 CERTIFIED REFERENCE STANDARDS FOR PONA PIONA DHA All certified reference standards n Paraffin Mix Column Evaluation Mix Peak Identification Std Gravimetric Std to check the integrity of system and quality control samples for Reformate feed Isomerate Alkylate Reformate and Gasoline required as per ASTM D6730 amp D 6733 should be quoted separately 4 AVAILABLE POWER SUPPLY 230V 1096 50Hz 1ph 11 PUBLIC TENDER 3998T 5 OPERATING CONDITIONS 5 2 Under normal conditions maximum humidity 95RH 5 3 Under laboratory conditions AC maximum Humidity 65RH 5 4 Temperature 25 35 C 6 GENERAL CONDITIONS 6 2 Product literature and catalogues to be sent along with the offer 6 3 Operating manual and service manual to be provided in duplicate in English Language 6 4 Warranty certificate is required for a minimum of one year from the date of installation amp commissioning 6 5 Complete list of spares with their current prices to be submitted along with the bid 6 6 Spare parts for two years operation and maintenance to be quoted separately 6 7 Equipment should be presently in use and not be prototype and spares shall be made available for a minimum period of 5 years 6 8 Installation and commissioning of the equipment should be done by the supplier and the cost sh
19. orting components in chromatographic order specifying peak area weight volume mole 96 and the shift from the expected retention index Coloured peak identification On screen peak identification Displaying the sample chromatogram on the screen with names of the identified components Reviewing all the reports on screen Co elution Assigning two or more components to the same component All certified reference standards n Paraffin Mix Column Evaluation Mix Peak Identification Std Gravimetric Std to check the integrity of system and quality control samples for Reformate feed Isomerate Alkylate Reformate and Gasoline required as per ASTM D6730 amp D 6733 should be quoted separately AVAILABLE POWER SUPPLY 230v 10 50Hz 1ph OPERATING CONDITIONS Under laboratory conditions AC maximum Humidity 65RH 5 3 Temperature 25 35 C i 6 Other Conditions pho 6 1 Product literature and catalogues to be sent along with the E OI SANA AN mR A ER RR 6 2 Operating manual and service manual to be provided in T duplicate in English Language ef ele 6 3 Warranty certificate is required for a minimum of one year E from the date of installation amp commissioning 6 4 Spare parts for two years operation and maintenance to be RR quoted separately aaa 6 5 Equipment should be presently in use and not be prototypes and spares shall be made available for a minimum pe
20. ould be indicated separately A comprehensive on site training shall be given to Laboratory staff 6 9 Service facilities available in Sri Lanka where the equipment service could be provided to be indicated C C CD 3998T 12 SCHEDULE OF PRICES PUBLIC TENDER 3998T ANNEX B SUPPLY OF PONA PIONA GAS CHROMATOGRAPHIC SYSTEM Item Qty Unit Description FOB Price Nox Reguired Currency P PONA PIONA Gas Chromatographic 01 01 No System for the Determination of i Hydrocarbon Composition of Naphtha and Gasoline as per ASTM D 6730 and D 6733 Amount Currency Less Discount if any Total FOB Excluding Local Agency Commission if any Freight charges Total C amp F cost In numerical In words Cost of Spares for two year operation amp maintenance Cost of Installation If any Without Taxes With VAT NBT if applicable Local Agency In numerical Commission I 7 if any Rs E H S Code s Offer Validity Name of Manufacturer Country of Origin Port of Shipment Delivery Period Name amp Address of Local Agent if any Signature of Bidder Principal Supplier 13 Company Stamp PUBLIC TENDER 3998T ANNEX C DECLARATION OF BIDDER Chairman Departmental Standing Procurement Committee Ceylon Petroleum Corporation Dear Sir TENDER FOR SUPPLY O
21. red having factories at 2er tte eter n eri dh pubes suture NUM ce du eR MCA SU LE DUE insert full address of Manufacturer s factories do hereby authorize 154 mtl teerc ta Mrs a o peat bate pct t es ez a e dU insert complete name of Bidder to submit a bid the purpose of which is to provide the following Goods manufactured by US deidan egesta te Ed tra eQon Y vete aee bebe Kena addet dad Insert name and or brief description of the Goods and to subsequently negotiate and sign the Contract We hereby confirm goods offered are in good condition amp conforming to the specifications as mentioned in Annex A Signature of authorized representative of the Manufacturer Company Address sss Company Stamp Title Duly authorized to sign this Authorization on behalf of insert complete name of Bidder Date oninia 15 COMPLIANCE DEVIATIONS SHEET 1 PUBLIC TENDER 3998T ANNEX E Please mark v if complied with the tender requirement or mark X if there is any deviation and indicate the deviation in the cage provided Specification Condition Complied Deviations if any 1 Document Fee amp Bid deposit Paid for each Principal Bidder 2 FOB Freight separately Given 3 Offer Validity 63 Days 4 Schedule of Prices Annex B Duly Filled Stamped Signed amp Forwarded gt Agreed with Pay
22. riod of v EE D o NR 6 6 Installation and commissioning of the equipment should be done by the supplier and the cost should be indicated separately A comprehensive on site training shall be given MEDIE to Laboratory staff d 6 7 Service facilities available in Sri Lanka or nearest to Sri Lanka where the equipment services could be provided to be indicated Signature of the Bidder Company Stamp 18 INVITATION FOR BIDS CEYLON PETROLEUM CORPORATION REFINERY DIVISION PUBLIC TENDER 3998T SUPPLY OF PONA PIONA GAS CHROMATOGRAPHIC SYSTEM The Chairman Departmental Standing Procurement Committee Ceylon Petroleum Corporation Refinery Division Sapugaskanda Kelaniya Sri Lanka will receive sealed Bids from reputed manufacturers their authorized export agents abroad or their authorized local agents Manufacturer s or Export Agent s for the supply of PONA PIONA Gas Chromatographic System Any Bidder submitting a bid shall pay a refundable deposit of Rs 20 000 00 and a nonrefundable document fee of Rs 250 00 to the cashier CPC Head Office No 609 Dr Danister de Silva Mawatha Colombo 09 before 1500 hours on any working day up to 12 July 2013 Bidding document which comprises the conditions of the Tender and the specifications is available on website www ceypetco gov Ik Alternatively Bidding documents could also be obtained from the under mentioned Bids will be received by the Chairman Departmental Standing
23. the date of shipment 20 PACKING Packing should be seaworthy and suitable to protect the goods from adverse weather conditions and shocks during the voyage handling amp storage 21 FORCE MAJEURE Except as regards an act of God war strike invasion Civil War rebellion Tsunami revolution insurrection military power earth quake plagues the Bidder shall undertake all risks and liabilities of whatsoever kind arising out of incidentals or connected with the supply PUBLIC TENDER 3998T 22 BIDDER S STANDARD CONDITIONS OF SALE Bidder s standard conditions of sale usually printed on the reverse side of the Pro forma Invoice or in a separate format will not be accepted The Conditions of Tender of CPC will prevail 23 ARBITRATION 23 1 All the disputes arising out of this agreement will be settled in accordance with the provisions of the Arbitration Act No 11 of 1995 Sri Lanka 23 2 All proceedings and hearings by the Arbitrator shall be held in Sri Lanka Arbitration will be conducted under the rules of the ICLP Arbitration Center and the Arbitration Act No 11 of 1995 Sri Lanka 24 DECLARATION Bidders should declare that they have read the Conditions and that they make the offer in compliance with and subject to all the Conditions thereof and agree to execute the contract perform the services in accordance with the said Conditions in the manner therein set out A Form of Declaration of Bidder Annex C is attache
24. to a valid agreement on behalf of the Principals to fulfill all the terms and conditions of the contract in the event of the bid being awarded The agent signing the Bidding Document on behalf of the Principal shall state the Principal s name address telephone and fax numbers amp e mail if any Nomination of Agents after the Bid has been submitted will not be valid In the event that the Principal is not the Manufacturer the Principal should furnish documentary proof of his arrangements with the Manufacturer Principal means the seller with whom CPC enters into an agreement as per the tender In case of an order L C is opened amp purchase order is placed with the principal 09 BUSINESS REGISTRATION Local Agents in Sri Lanka submitting the Bid should register with the Registrar of Companies and shall produce a copy of the valid Certificate of Registration issued by the Registrar of Companies together with the offer amp a copy of the respective company registration of principal bidders also shall be forwarded along with the bid 10 SCHEDULE OF PRICES a Bids shall be in the form of a Pro forma Invoice in two 02 copies indicating Country of Origin Port of Shipment H S Code Terms of Payment and Delivery Period Rates quoted shall be computed on the basis of C amp F Colombo showing FOB Value and freight charges separately Bidders are also required to duly sign and return the Schedule of prices marked Annex B indicati
25. ylon Petroleum Corporation for the supply of PONA PIONA Gas Chromatographic System conforming with the Specifications he shall be liable to pay to the Ceylon Petroleum Corporation all losses damages and expenses incurred by the Ceylon Petroleum Corporation in consequence of such default of breach 18 ASSURANCE ON DELIVERY The successful Bidder will be called upon to supply to the Ceylon Petroleum Corporation the supply of PONA PIONA Gas Chromatographic System conforming to specifications and strictly abide by the agreed delivery dates which should be within 120 days from the date of establishment of the Letter of Credit Shorter delivery periods are most welcome However Bidders shall indicate the period within which the item could be dispatched from the date of confirmation of the Order 19 WARRANTY 19 1 Supplier should give a manufacturer s warranty for all the equipment Supplied by him for a minimum period of 12 months from the date of installation Warranty Conditions shall be clearly indicated in the quotation 19 2 Any defect found during this warranty period should be attended to by the supplier at his own cost labour amp spare parts and any defective parts should be replaced with new parts free of charge 19 3 All equipment and machinery offered should be brand new and proven models and no Prototype models should be offered 19 4 All material offered should have a minimum of 14 months shelf life if relevant from
Download Pdf Manuals
Related Search
Related Contents
Kawasaki Diagnostic Software Version 3 KDS v.3 Instruction Manual Nokia C2-05 2" 98.5g Black, Blue Sony PSP-N1001 Handheld Game System User Manual platecrane ex - Hudson Robotics Service Downloads Area user instruction manual self-contained vacuum anchor system Manual del Usuario GeoInfo Mobile User Manual v2x términos de referencia invitación publica 09-2015 Copyright © All rights reserved.
Failed to retrieve file