Download as doc, pdf, or txt
Download as doc, pdf, or txt
You are on page 1of 15

JOB No. DOC. No. REV.

DATE   SHEET 1 of 15
PREP’D
CHK’D
APP’D

INVITATION TO BID (ITB)

PART VIII
EVALUATION CRITERIA

ENGINEERING, PROCUREMENT & CONSTRUCTION


DRY GAS TREATING AND OUT SIDE BATTERY LIMIT
FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 2 of 15

CONTENTS

1 TENDER EVALUATION...........................................................................................................3

2 ADMINISTRATION AND TECHNICAL EVALUATION CRITERIA..........................................3


2.1 EXPERIENCES......................................................................................................... 4
2.1.1 Contractor’s Experiences....................................................................................4
2.1.2 Key Personnel’s Experiences.............................................................................4
2.2 PROJECT SCHEDULE.............................................................................................4
2.2.1 Project Master Schedule.....................................................................................5
2.2.2 Project Overall Schedule....................................................................................5
2.2.3 Construction Schedule........................................................................................5
2.3 PROJECT EXECUTION PLAN..................................................................................5
2.3.1 Management Plan...............................................................................................5
2.3.2 Project Organization Chart..................................................................................5
2.3.3 Engineering Plan.................................................................................................6
2.3.4 Procurement Plan...............................................................................................6
2.3.5 Construction Plan................................................................................................6
2.3.6 Project Control Plan............................................................................................7
2.3.7 QA/QC Plan........................................................................................................7
2.3.8 HSE Plan............................................................................................................ 8
2.3.9 Training Plan.......................................................................................................8
2.4 PROJECT EXECUTION METHODOLOGY AND TOOL............................................8
2.4.1 Overall Project Management System..................................................................8
2.4.2 Procurement Management System.....................................................................9
2.4.3 Construction Management Methodology.............................................................9
2.4.4 Document Handling and Control System............................................................9
2.4.5 Engineering Software and Tools.........................................................................9
2.5 NETWORK SYSTEM...............................................................................................10
2.5.1 Global Procurement and QC Network...............................................................10
2.5.2 Communication Network...................................................................................10
2.6 CONSTRUCTION PROCEDURE FOR TURN AROUND (TA) 2013........................10
2.6.1 Investigation of Difficulties and Proposed Solutions..........................................10
2.6.2 Inland Transportation Plan................................................................................11
2.6.3 Construction Equipment Mobilization Plan........................................................11
2.6.4 Sequence Chart and Description of Construction Activities..............................11
2.6.5 Lifting Plan and Method....................................................................................12
2.6.6 Constructability Study.......................................................................................12
3 COMMERCIAL EVALUATION CRITERIA.............................................................................12

APPENDIX VIIIA – DETAIL TECHNICAL EVALUATION CRITERIA AND ILLUSTRATION OF


SCORING SYSTEM.......................................................................................................................14

aPPENDIX viiiB – BID EVALUATION SYSTEM...........................................................................15

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 3 of 15

1 TENDER EVALUATION
In order to achieve an equitable award decision PERTAMINA will evaluate the
BIDDERS Bid Proposals in two district and separate evaluation. First, evaluation for the
Administration and Technical Bid Proposals and second, evaluation for the Commercial
Bid Proposals.
The administration evaluation will use "Pass or Fail Method”, while the Technical
Evaluation will use “Passing Grade (85%)”. Technical Evaluation would be applied to
BIDDER that has passed Administration Evaluation.
Since this is the revamp project where shutdown period will directly affect to the
refinery economic balance, the reliability of BIDDER would be the most important
evaluation factor to PERTAMINA. Therefore, as an addition to Technical Evaluation,
PERTAMINA would apply additional evaluations to evaluate the reliability of BIDDERS.
The additional evaluations consist with Interview and Survey as specified below.
In addition to the result of both Administration & Technical Evaluation PERTAMINA will:
1. Conduct interview with key personnel of BIDDERS. The interview is subjected,
as a minimum, confirm and clarify about:
a. BIDDER’s confirmation that he could achieve Mechanical Completion
(Construction, TA and Precommissioning) schedule and Operational
Acceptance (Commissioning, Start-up and Performance Test) schedule.
b. BIDDER’s plan or strategy to achieve above schedule
c. Resume of key personnel. PERTAMINA would assess qualifications for
each key personnel.
d. All review points in Technical Evaluation.
2. As necessary, PERTAMINA will conduct survey to validate Technical Proposal
data that has been provided by BIDDER. Survey point that will be conducted,
as minimum will include but not limited to:
a. Past projects, on-going projects that BIDDER have.
b. Performance in other PERTAMINA’s refinery project.
c. Home office facilities that support the Revamping FCCU Project

These two additional evaluation criteria above will affect scoring point in passing grade
method.
Thereafter, PERTAMINA will select the Lowest Bid Price BIDDER during Commercial
Evaluation.
Bid evaluation system can be found at APPENDIX VIIIB.
2 ADMINISTRATION AND TECHNICAL EVALUATION CRITERIA
The administration evaluation will use "Pass or Fail Method”. Meanwhile the technical
evaluation will use “Passing Grade (85%) Method” with Weighting Factor (WF) as
summarized below:

Weighting
No Evaluation Criteria
Factor
1 Experiences 20%
2 Project Schedule 15%
3 Project Execution Plan 15%

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 4 of 15

Weighting
No Evaluation Criteria
Factor
4 Project Execution Methodology and Tool 15%
5 Network System 5%
6 Construction Procedure 30%

Total 100%

More detail of Weighting Factor for Technical Evaluation can be found on APPENDIX
VIIIA of This ITB part.
Only BIDDERS that have total value for Technical Evaluation of 85 (eighty five) points
or equivalent to 85 % (eighty percent), or above will meet the minimum passing grade
and will be awarded as "Pass the Administration and Technical Evaluation". This will
automatically qualify them to continue to the Commercial Proposal Evaluation.
The following suggests a methodology of awarding points for each subject how points
should be awarded.
Score Criteria:
Score Criteria
1 Very Good 100
2 Good 90
3 Adequate 75
4 Less 50
5 None 0

2.1 EXPERIENCES
It will be reviewed that BIDDER has provided summary of relevant experiences as a
Company or Consortium and relevant experiences of key personnel that would be
employed to execute the Project.

2.1.1 Contractor’s Experiences


It will be reviewed that the BIDDER has provided a summary and description of
relevant project experiences as a Company or Consortium. BIDDER shall indicate
project values of each attached project experiences.

2.1.2 Key Personnel’s Experiences


Resumes of the individuals that BIDDER nominates for each of the key positions on
the Project Organization Chart will be reviewed and to ensure that each key personnel
have qualifications required for this project. Nominee’s general experience and
experience with revamp projects will also be taken into account. It will be reviewed that
the BIDDER has provided a tabulation showing the anticipated length of assignment of
all senior personnel both in the home office(s) and the site to confirm that such
personnel are available.

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 5 of 15

2.2 PROJECT SCHEDULE


It will be reviewed that BIDDER has provided Project Schedules as required to
complete his technical proposal. Detail review points for these project schedules as
follows:

2.2.1 Project Master Schedule


It will be reviewed that BIDDER has provided Project Master Schedule which has
definition as mentioned in APPENDIX VII-A. Comprehensiveness, logic sequences,
logic durations, starting and completion dates, milestones, consistencies for each work
activities will be reviewed.

2.2.2 Project Overall Schedule


It will be reviewed that BIDDER has provided Project Overall Schedule which has
definition as mentioned in APPENDIX VII-A. Comprehensiveness, logic sequences,
logic durations, starting and completion dates, milestones, consistencies for each work
activities and consistencies with Project Master Schedule will be reviewed.

2.2.3 Construction Schedule


It will be reviewed that BIDDER has provided Construction Schedule which has
definition as mentioned in APPENDIX VII-A. The Construction Schedule shall cover all
construction work activities before TA 2014 and construction work during TA 2014.
Comprehensiveness, logic sequences, logic durations, starting and completion dates,
milestones, consistencies for each work activities and consistencies with Project
Master Schedule and Project Overall Schedule will be reviewed.
2.3 PROJECT EXECUTION PLAN
It will be reviewed that the BIDDER has provided a description of his plans to execute
the Work, the office where the various portions of the Work will be executed, and a
description of how the Work will be coordinated and managed, and how
standardisation between offices shall be achieved, including use of the same
procedures. It will be also reviewed that BIDDER’S draft coordination procedure for
communication within BIDDER’S organization and with PERTAMINA has been
provided and complies with the Project's requirements.

2.3.1 Management Plan


It will be reviewed that BIDDER has provided the following review points:
1. If BIDDER is in the form of a partnership, joint venture or consortium, the
structure of its organization and shall detail the scope of work of each
participant will be reviewed.
2. List of nominated vendor and subcontractor.
3. Procedures and quality between offices (Project Office, Site Office,
PERTAMINA office, Subcontractor office, Vendor Office). The description shall
contain sufficient details to provide a comprehensive understanding the
proposed procedures and the relationships between the various disciplines,
including the application of a suitable Quality Assurance system.
4. Sort of the Project Procedures to be developed and implemented during the
project.

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 6 of 15

2.3.2 Project Organization Chart


It will be reviewed that BIDDER has provided Project Organization Chart showing the
organization and lines of authority and communication that are proposed for the
execution of the Work. The chart shall include engineering, procurement and
construction, and shall show the safety, quality assurance, training, and environmental
protection functions. A full explanation of the lines of authority and communication shall
be provided. BIDDER shall provide the estimated number of Engineers and Technical
Personnel to be mobilized. The team required for performing TA activities shall be
separated. The chart shall show interface with Contractor's Project Steering
Committee, PERTAMINA, Licensor, Vendor, Subcontractor, etc.

2.3.3 Engineering Plan


It will be reviewed that BIDDER has provided the following review points:
1. BIDDER's plan for developing engineering deliverables, incorporating
engineering values for saving capital cost shall be described in detail. The
BIDDER’s engineering principles or strategy in the basic design and detail
design to ensure that construction work would be done easily.
2. List of Engineering software and hardware.
3. Location of engineering work execution.
4. Basis and reference documents to execute engineering work.
5. Engineering organization chart, role and responsibilities of each key person and
method to perform well coordination.
6. Man-power mobilization plan for all engineering team members.
7. Interface communication with Licensor, PERTAMINA, Vendors and Site
personnel.
8. Engineering schedule and the key milestones.
9. Methodology to be employed to control changes in the engineering design
work.
10. Technical review activities required to execute the project.
11. Engineering design audit plan.
12. Licensor involvement in engineering design review.

2.3.4 Procurement Plan


It will be reviewed that BIDDER has provided the following review points:
1. Description of the proposed services for Procurement work.
2. Procedure for handling Long Lead Items.
3. Procedure for reporting.
4. Procedure for material control during procurement stage.
5. Procedure for expediting.
6. Procedure for Inspection during procurement stage.
7. Procedure for equipment and material transportation.
8. Methodology for obtaining customs clearance.
9. Procedure for packing and preservation of equipment and material.

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 7 of 15

2.3.5 Construction Plan


It will be reviewed that BIDDER has provided the following review points:
1. Work coordination and interface communication between all parties.
2. Portions of construction works to be subcontracted and provide description of
subcontracting formation.
3. Construction manpower plan.
4. List of major construction equipment
5. Temporary facility plan and Utilities plan.
6. Description sort of the construction works that would be carried out before TA
2014 and during TA 2014.
7. Site Administration and Site Security Program.
8. Methodology to manage on-site queries and vendor equipment non-
conformance.
9. Procedure for preparing applications for all permits and licenses required for the
Plant and the work, and submission of applications to obtain approval from
PERTAMINA and the relevant Government authorities.
10. Procedure for site material control.

2.3.6 Project Control Plan


It will be reviewed that BIDDER has provided the following review points:
1. Description of planning and scheduling services.
2. Methodology for measuring, monitoring and controlling project progress.
3. Description of how the fast track construction schedule during TA period will be
achieved.
4. Definition of Work Breakdown Structure (WBS)
5. Procedure for reporting
6. A set of project S-Curves (separately for Overall curve, Engineering,
Procurement, Construction before TA, Construction during TA)
7. A set of manpower histogram and curve indicating total man power required for
executing the project (separately for Overall curve, Engineering, Procurement,
Construction before TA, Construction during TA). The histogram shall indicate
how many person will support PERTAMINA during commissioning until
OPERATIONAL ACCEPTANCE (1 Month from MECHANICAL COMPLETION).

2.3.7 QA/QC Plan


It will be reviewed that BIDDER has provided the following review points:
1. A QA/QC plan that is based on ISO 9001 or other such equivalent standard.
2. Description of detail Inspection, Testing and Quality Control procedures
showing the extent to which, and the manner in which BIDDER will initiate
quality assurance programs and perform quality control testing.
3. Detail QA/QC requirements to be assigned to each major piece of equipment or
material and the scheduling of this work, including BIDDER's estimation of the

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 8 of 15

number of pre-inspection meetings, shop visits and the total inspection man-
hours for the project, at both Indonesian and offshore locations.
4. List of equipments and materials that are subjected to be inspected by MIGAS
and other Indonesian Governmental Agency inspections.

2.3.8 HSE Plan


It will be reviewed that BIDDER has provided the following review points:
1. Health, Safety and Environment (HSE) Policy and Procedures focusing on this
project.
2. Description of how BIDDER will conduct formal safety review during the
execution of engineering design.
3. HSE procedures for Construction and Pre-commissioning/commissioning work.
4. Description of how environmental legislation and regulations requirements will
be incorporated in the plant design.
5. HSE plan which is provided in the APPENDIX IIM.

2.3.9 Training Plan


It will be reviewed that BIDDER has provided the following review points:
1. Description of training services.
2. Methodology to fit the training with PERTAMINA requirements.
3. Description of where the trainers will be employed from and details of trainer
qualifications.
4. Detail training materials and subjects
5. Training schedule and arrangement.
6. Training Organization Chart.
7. Methodology of how field On-Job Training (OJT) will be held during pre-
commissioning, commissioning and start-up without disrupting project work
activities.

2.4 PROJECT EXECUTION METHODOLOGY AND TOOL


It will be reviewed that BIDDER would implement computer systems or software and
methodologies to manage the project in very effective and efficient way to avoid data
inconsistencies and human error during execution of the project.

2.4.1 Overall Project Management System


For this Project, PERTAMINA would like to make very optimal use of project
management computer system or software for processing data that would support and
help all project activities including project control activities, engineering activities,
procurement activities, construction activities and document handling & control
activities. PERTAMINA's intention is that CONTRACTOR could execute the project in a
very effective and efficient way avoiding human error and in-consistent data flowing
from each discipline to other disciplines during the project. BIDDER must give detail

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 9 of 15

description of his overall computer system to be implemented in the EPC project.


BIDDER shall illustrate diagram or chart that show the interfacing of each systems.

2.4.2 Procurement Management System


BIDDER’s Procurement Management System that would be implemented to the
Project will be reviewed. PERTAMINA’s bid committee will review the following points:
1. Inquiry and Bid Evaluation System
2. Vendor Cost Tabulation System
3. Procurement Status Tracking and Control System
4. Material Status Tracking and Control System

2.4.3 Construction Management Methodology


BIDDER’s Construction Management Methodology to control construction work that
would be implemented to the Project will be reviewed. PERTAMINA’s bid committee
will review the following points:
1. Physical Progress Reporting
2. Daily Man-Power Reporting
3. Piping Material Control
4. Welding Inspection Control
5. Field Piping Test Package Control
6. Instrument Loop Test Control
7. Piping Fabricated Spool Piece Inventory Control
8. Field Document Tracking and Control

2.4.4 Document Handling and Control System


It will be reviewed that BIDDER would implement computer system or software for
handling and controlling documentations during the project execution. PERTAMINA’s
bid committee will review the following points:
1. Document list generation
2. Contractor document tracking status at each milestone
3. Engineering document progress calculation
4. Contractor and vendor document transmittal editing
5. Contractor document status report generation
6. Vendor documents registration
7. Vendor document tracking status at each milestone
8. Vendor document status report generation

2.4.5 Engineering Software and Tools


BIDDER’s list of Software and Tools to be used during engineering design will be
reviewed. To confirm that BIDDER has enough experiences, BIDDER is supposed to

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 10 of 15

prepare list of previous or in-going projects using such software and tools. BIDDER
shall is requested to attach certificate released from HKI (Hak Kekayaan Intelektual) to
confirm that such software has been successfully audited by authorized governmental
agency. BIDDER shall provide sample report to convince that he has implemented the
listed software.
2.5 NETWORK SYSTEM
PERTAMINA’s bid committee will review BIDDER’s network system dealing with
Procurement & QC and Communication.

2.5.1 Global Procurement and QC Network


PERTAMINA has studied that major procurement cost for this project comes from
purchasing of equipments and material from overseas vendors.
BIDDER shall demonstrate how he will use his procurement network channel at all
across the world to handle procurement and inspection of imported equipments and
materials that would be procured from offshore vendors. BIDDER must give detail
descriptions how his Global Procurement and QC Network would help him to solve all
problems that might occur (for example high demand in the world of particular goods,
progress delay in manufacturing, non-conformance after inspection, Custom
Clearance, etc) during every Procurement and Inspection stages.

2.5.2 Communication Network


For this Project, PERTAMINA would like to make very optimal use of modern
communication technology including electronic mail for information, creation, reception,
distribution, storage, retrieval and control within and between PERTAMINA and
Contractor's respective Project Office.
As communication system is concerned, PERTAMINA’s bid committee will review
detail list, IT Topology Network and description of how BIDDER’s communication
network system would be used for executing the project.
It will be reviewed that BIDDER has provided the following review points:
1. Intercommunication system between Contractor Home Office and Site Offices,
subcontractors and vendor office, etc.
2. Communications system with PERTAMINA, both Home Office and Site Office.

2.6 CONSTRUCTION PROCEDURE FOR TURN AROUND (TA) 2013


PERTAMINA has admitted that Construction work during TA period is the most
complex and critical portion of EPC revamping work, therefore PERTAMINA gives
major portion in scoring the criteria as follows:

2.6.1 Investigation of Difficulties and Proposed Solutions


It will be reviewed that BIDDER has anticipated difficulties that would hamper or
obstruct construction and pre-commissioning activities during plant Turn Around period.
PERTAMINA’s bid committee will review comprehensiveness of difficulties that are
identified by BIDDER. BIDDER’s plan or solution to solve or minimize or mitigate the
difficulties will also be reviewed. As a minimum BIDDER shall include and highlight the
difficulties and solutions for the following points:
1. Improper coordination between CONTRACTOR and PERTAMINA's TA team,
all Sub-contractors, and Third Parties (Licensor, PERTAMINA's PJIT, MIGAS,
DIMET, DEPNAKER, etc).
DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 11 of 15

2. Very short time of TA period (only 43 Mechanical Days).


3. Obstruction of mobilization and movement of construction equipments and
heavy equipments within the existing plant.
4. Difficulties in equipment moving arrangement during lifting due to accessibility
matter.
5. Damage of existing operating facilities due to construction work of the project.
6. Occurrence of fatal hazard or accident to human, equipments, construction
equipments, existing facilities and environmental.
7. Mechanical integrity of whole facilities

2.6.2 Inland Transportation Plan


BIDDER’s arrangement or plan to transport heavy equipments from discharge points to
lay down area or warehouse area or erection points in the existing plant facilities will be
reviewed. As a minimum, the review points will include:
1. Coordination between CONTRACTOR and Forwarder Company, Sub-
Contractor, PERTAMINA's TA team.
2. Transportation routes
3. List of transportation vehicles and the specifications
4. List of construction equipments and their specifications for loading and
discharging
5. Ilustration of movements when equipments pass obstructed area (ilustration in
3D dimension is preferable). Location and photos of obstructed area shall be
clearly shown.
6. Preservation plan to protect roads or other infrastructure in the operating plant.

2.6.3 Construction Equipment Mobilization Plan


It will be reviewed that BIDDER has prepared Equipment Mobilization Plan, which is as
a minimum, the review point will include:
1. Construction equipments list (Crane, Genset, Excavator, Bore Machine,
Transformer, Compressor, Pump, Welding Machine, Concrete Mixer, Trailer,
Painting Machine, Stamper, Forklift, Truck Cargo, etc), their
capacity/specification, year of release, ownership status and current location.
2. Schedule of equipments mobilization and use

2.6.4 Sequence Chart and Description of Construction Activities


BIDDER’s capability to elaborate all construction activities and the sequences that
would be carried out during construction work will be reviewed. As a minimum, the
review points of work description and sequence will include:
1. Modification of foundation & structure, internal & external of Reactor &
Regenerator.
2. Modification & installation of Flue Gas System.
3. Modification of primary Fractionator
4. Demolition & new installation of Main Air Blower (MAB) Driver & Wet Gas
Compressor (WGC) including the Drivers.

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 12 of 15

5. Some modification & new installation works of equipment on Fractionation


section, Light End section, pump pad area 21 and Stabilizer section.
6. Some demolition works of existing equipment & piping
7. Modification & installation of existing column internal trays & the tray support.
8. Some modification and installation of equipment on Propylene section, DEA
section, Merox unit and pump pad area 22.
9. New installation & modification work of piping, electrical, and instrument.
10. New installation work in Dry Gas Treater (DGT) Unit and new CAB.

2.6.5 Lifting Plan and Method


BIDDER’s Lifting Plan for major dismantling and lifting work for demolished and new
installation equipments that would be carried out during TA 2013 will be. As a
minimum, the lifting plan shall include:
1. Work coordination between CONTRACTOR and PERTAMINA's TA team,
Rigging Company, Sub-Contractors and Third Parties.
2. Work preparation before dismantling and lifting equipments.
3. Dismantling and lifting work schedule, including crane mobilization schedule
4. Crane specification
5. Crane assembly and disassembly point
6. Calculation of crane capacity and selection of boom length
7. Movement illustration of crane and equipment during lifting process (from
erection point to installed point). The movement illustration shall be prepared in
3D model.
8. As a minimum, the lifting plan and method shall include activities as follows:
a. Modification of Flue Gas System and Orifice Chamber
b. Modification of Reactor-Regenerator
c. Modification of Primary Fractionator
d. Trays Replacement
e. Installation for new equipment, i.e. WGC, CAB, TSS, FGC.

2.6.6 Constructability Study


It will be reviewed that BIDDER has verified and completed Constructability Study that
has been provided by PERTAMINA in the FEED document package. As a minimum,
the review points of Constructability Study will include:
1. Construction Execution Strategy for FAST TRACK Schedule
2. Critical Construction Activities Work Description
3. Critical Work Assessment
4. Work Method and Installation Sequence
5. Heavy Lift Transport Requirements

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
`
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 13 of 15

3 COMMERCIAL EVALUATION CRITERIA


In the Commercial Proposal Evaluation, it is expected that the BIDDER with the lowest
valid "All-in" price, as evaluated by PERTAMINA, will be awarded the EPC Contract.
The Commercial Proposal Evaluation shall only be conducted when there is at least 1
(one) BIDDER Pass the Administration and Technical Evaluation.
It must be understood that it is mandatory for BIDDERs to supply all of the information
and documents required by PERTAMINA strictly in the format and content indicated in
ITB PART II – REQUIREMENTS FOR PROPOSALS. PERTAMINA will confirm the
accuracy and validity of all information and documentation supplied and any unclear
information and documentation are subject to clarification.
In addition to evaluating CONTRACTOR's Bid Proposal documentation, PERTAMINA
may call and conduct interviews with BIDDER’S key personnel to make commercial
clarification.
BIDDER’S Commercial Proposals will be ranked using comparisons to both pre-
established PERTAMINA criteria and competitively against the other Commercial
Proposals received from other BIDDERs.
PERTAMINA has the right to select the successful CONTRACTOR base on the
evaluation of the Bid Proposals as originally received and following the results of the
clarification meetings and interviews with each BIDDER, PERTAMINA has the right to
reject any proposal due to unsatisfactory or non-responsive, and to award or not to
award a Contract to a BIDDER other than the Lowest Bid Price BIDDERS.
The BIDDER submitting the successful Bid Proposal will be announced by
PERTAMINA to all BIDDERS.
BIDDERS having complaints to the Bid Winner and/or the method of conducting the
tender may submit a written complaint as guided in ITB PART I – INSTRUCTION TO
BIDDER.

DRY GAS TREATING AND OUT SIDE BATTERY LIMIT FCC UNIT PROJECT
PT. PERTAMINA (PERSERO) RU-III PLAJU
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 14 of 15

APPENDIX VIIIA – DETAIL TECHNICAL EVALUATION CRITERIA AND ILLUSTRATION OF SCORING SYSTEM

REVAMPING FCCU PROJECT


PT. PERTAMINA (PERSERO) RU-III PLAJU
ITB PART VIII
TECHNICAL EVALUATION CRITERIA
Page 15 of 15

APPENDIX VIIIB – BID EVALUATION SYSTEM

REVAMPING FCCU PROJECT


PT. PERTAMINA (PERSERO) RU-III PLAJU

You might also like