Publicsummary - RFQ 18043

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 5

Date & Time of Print: 19/07/2021 14:42:58 - Time Zone: Pakistan Time

Buyer Organisation: Pakistan Petroleum Limited


Overview

Code rfq_18043
PD/P&SF/PT/18043/21 - Design, Manufacturing / Fabrication,
Title Supply, Installation & Commissioning Supervision of
Transformer
Description
Status Running

RFQ Settings

Online Response Required: Yes


Event Currency PKR
Allow Bidding Group Response No
Publication 13/07/2021 11:32:32
Closing 03/08/2021 15:00:00
Time Limit for Expressing Interest 03/08/2021 15:00:00
Awarding Strategy Best Technical Score

Attachments

Path Description Folder Size


root (3) 4,987 KB
Filename Downloadable Last Modification Date Description File Size
RFQ - Transformer (R5).pdf Yes 11/07/2021 3,110 KB
Supplier User Guide – Responding to Online Tenders_1.pdf Yes 23/06/2021 1,220 KB
Supplier User Guide – Using the Messaging Tool_1.pdf Yes 23/06/2021 658 KB

Envelopes

Qualification Envelope No
Technical Envelope Yes
Commercial Envelope Yes

Technical Envelope

General Attachments
Allowed

Questions related to Item Specifications:

Question Description
NOTE Below is the list of required items. Respond if you are quoting for same specs or a variant.
Question
Question Description Type
0010175531-00010-00010 Design, Manufacturing / Fabrication, Supply, Installation & Commissioning Option List
Supervision of Transformer for Gambat South.

MANDATORY EVALUATION CRITERIA

Question Description Question


Type
1) BIDDER Transformer manufacturing / assembly facility should possess capability to assemble and
COMPETENCE supply Step-Down Transformer of 6.6 MV / 0.4 LV, 2500 KVA or larger rating Option List

Supporting documentary evidence of Bidder's transformer manufacturing facility along with


1) BIDDER necessary details (i.e., resources, manufacturing capacity, etc.), where the quoted Attachment
COMPETENCE
transformers shall be manufactured and tested.

2.1) BIDDER'S BIDDER shall have experience of supplying and providing support / assistance during
EXPERIENCE installation and commissioning of at least three (3) numbers of similar (6.6 MV / 0.4 LV, Option List
2500 KVA) or larger rating Transformers in last ten (10) years in Pakistan.
Provide list of units supplied in the last ten (10) years including details like client, rating,
type, scope of work, etc.
2.1) BIDDER'S
EXPERIENCE Attachment
COMPANY has a right to request BIDDER to submit details of selected projects with relevant
client information such as unpriced POs / Contracts / Work Orders, etc. and satisfactory
completion evidence.
BIDDER shall have experience of supplying and providing support / assistance during
installation and commissioning of at least one (1) number of following types of transformer.
2.2) BIDDER'S
Option List
EXPERIENCE 1) Similar make as being quoted
2) Similar (6.6 MV) or higher rating transformer to any renowned Oil & Gas Exploration &
Production or Refinery or Petrochemical company in Pakistan.
Provide list of units supplied in the last ten (10) years including details like client, rating,
type, scope of work, etc.
2.2) BIDDER'S Attachment
EXPERIENCE COMPANY has a right to request BIDDER to submit details of selected projects with relevant
client information such as unpriced POs / Contracts / Work Orders, etc. and satisfactory
completion evidence.
3.1) CONFIRMATION Confirmation to provide all brand-new equipment designed, engineered, fabricated and Option List
/ COMPLIANCE packaged based on the requirements stated in the RFQ document.
4) Mandatory Confirmation on BIDDER's duly signed and stamped letter head. Attachment
Requirements
3.2) Mandatory Confirmation for delivery of complete supply of Transformers at Gambat Site (near
Requirements Shahdadpur city Sindh) latest by 26 weeks from date of placement of Purchase Order Option List
3.2) CONFIRMATION
/ COMPLIANCE Submit Level-1 project schedule Attachment
Confirmation to comply all applicable standards, codes and guidelines and good oil and gas
3.3) CONFIRMATION industry practices to be applied for the design of process, mechanical, piping, electrical, Option List
/ COMPLIANCE instrumentation, civil, QA QC, HSE for the package.
3.3) CONFIRMATION Confirmation on BIDDER's duly signed and stamped letter head
/ COMPLIANCE Attachment

3.4) CONFIRMATION Confirmation for the compliance with the contents of Disclosure Clause (attached in RFQ
document) and its execution with PPL should they be successful and enter into an agreement Option List
/ COMPLIANCE with the Company.
3.4) CONFIRMATION
/ COMPLIANCE Confirmation on BIDDER's duly signed and stamped letter head Attachment
3.5) CONFIRMATION Submission of Confidentiality Undertaking, as per RFQ document. Option List
/ COMPLIANCE
3.5) CONFIRMATION
/ COMPLIANCE Confirmation on BIDDER's duly signed and stamped letter head Attachment
3.6) CONFIRMATION Confirmation that the BIDDER has never indulged in corrupt, fraudulent or collusive practices Option List
/ COMPLIANCE for procuring contracts.
3.6) CONFIRMATION
/ COMPLIANCE Confirmation on BIDDER's duly signed and stamped letter head Attachment
BIDDER shall not be eligible if its directors, employees, partners, associated company or
3.7) CONFIRMATION affiliated company is or have been blacklisted by the Government / Semi-Government /
Option List
/ COMPLIANCE Autonomous body. A sworn affidavit confirming that the Contractor/Company is not
ineligible as per the above shall be furnished to PPL.
3.7) CONFIRMATION A sworn affidavit confirming the same shall be furnished to PPL. Attachment
/ COMPLIANCE
3.8) CONFIRMATION BIDDER shall confirm whether any of its shareholders, directors, employees, partners,
/ COMPLIANCE associated company or affiliated company is involved or has been involved in the past in Option List
litigation with PPL. A sworn affidavit confirming the above shall be furnished to PPL.
3.8) CONFIRMATION A sworn affidavit confirming that the Bidder is not ineligible as per referred clause shall be
/ COMPLIANCE furnished to PPL. Attachment

3.9) CONFIRMATION BIDDER to confirm to depute it's representative at Project Site, as per Company's
/ COMPLIANCE instructions, on per DIEM rates for supervision during installation, pre-commissioning, Option List
commissioning and performance testing,
3.9) CONFIRMATION Confirmation on BIDDER's duly signed and stamped letter head Attachment
/ COMPLIANCE
3.10) Bidder to provide confirmation of compliance of all the requirements as stipulated in Basis of
CONFIRMATION / Design & Engineering Package (BDEP) and Terms and Conditions of RFQ/ITB. Option List
COMPLIANCE
3.10)
CONFIRMATION / Confirmation on BIDDER's duly signed and stamped letter head Attachment
COMPLIANCE
Question Description
Applicant to fulfill 100 % mandatory requirements.
NOTE Non compliance to any of the mandatory requirement shall lead to disqualification of the and detailed
technical evaluation shall not be conducted.

Technical Evaluation Criteria

Question
Question Description Type
1) Strength of permanently employed i) One qualified Engineer [equivalent] with min 10 years’ experience of
installation/commissioning of Medium Voltage Transformer at Oil & Gas, Option List
manpower of the company Fertilizer, Cement, petrochemical etc. plants
ii) One technician with min 15 years of installations, operation,
1) Strength of permanently employed maintenance and troubleshooting experience of Medium Voltage Option List
manpower of the company
Transformers
1) Strength of permanently employed Attach documentary evidence Attachment
manpower of the company
2) List of equipment in operating
condition owned by the Company. i) Availability of Transformer Hipot Testing equipment Option List
Proof of ownership must be provided.
2) List of equipment in operating
condition owned by the Company. ii) Availability of Transformer Di-electric Testing equipment Option List
Proof of ownership must be provided.
2) List of equipment in operating
condition owned by the Company. iii) Availability of Transformer Turn Ratio Testing equipment Option List
Proof of ownership must be provided.
2) List of equipment in operating
condition owned by the Company. iv) PPEs (Safety shoes, helmets, goggles, gloves etc.) Option List
Proof of ownership must be provided.
2) List of equipment in operating
condition owned by the Company. v) Availability of Transformer Magger Testing equipment Option List
Proof of ownership must be provided.
2) List of equipment in operating
condition owned by the Company. vi) Availability of Standard Tool Kit for Transformer installation and testing Option List
Proof of ownership must be provided.
2) List of equipment in operating
condition owned by the Company. Attach documentary evidence Attachment
Proof of ownership must be provided.
Year wise list of works/contracts for Supply / Installation / Commissioning
3) Year wise list of works/contracts of Medium Voltage Transformer, including the value of the contracts, Option List
executed by the firm during the last 3 years or since establishment.
3) Year wise list of works/contracts Attach documentary evidence Attachment
3 Nos of Successfully completed jobs (Supply, installation, and
4) Successfully completed jobs commissioning) of MV Transformers with in last 10 years from reputable / Option List
oil & gas companies / petrochemical companies / Cement / Fertilizer
companies
4) Successfully completed jobs Attach documentary evidence Attachment
Question Description
NOTE Applicant who obtain minimum 60% points on Technical Evaluation Criteria will be
considered for further evaluation.

FINANCIAL STATUS OF THE FIRM

Question Description Question Type


1) FINANCIAL STATEMENTS Financial statements Option List
1) FINANCIAL STATEMENTS Please provide valid documentary evidence Attachment
2) Average Bank balance for the last six months Average Bank balance for the last six months stating
stating financial position of the bidder financial position of the bidder Option List
2) Average Bank balance for the last six months
stating financial position of the bidder Please provide valid documentary evidence Attachment
3) FIRM'S CURRENT RATIO Current Ratio for last 3 years Option List
1.3) FIRM'S CURRENT RATIO Please provide valid documentary evidence Attachment
1.4) FIRM'S DEBT/EQUITY RATIO Debt / Equity Ratio for last 3 years Option List
1.4) FIRM'S DEBT/EQUITY RATIO Please provide valid documentary evidence Attachment
1.5) AVERAGE TURNOVER Average turnover during latest 3 years: Option List
1.5) AVERAGE TURNOVER Please provide valid documentary evidence Attachment
Question Description
Notes: Applicant who obtain minimum 50% points on Financial Evaluation Criteria
will be considered for further evaluation.

NOTES

Question Description
- Boarding, lodging and accommodation will be provided by PPL
- Traveling to/ from site/ locations shall be arranged by Bidder at its own cost.
- Quoted rates must be inclusive of all other associated costs.
- Purchase order shall be placed to technically compliant and commercially lowest evaluated bidder/vendor.
- Definition of Bidder:
BIDDER must be an Original Equipment Manufacturer (OEM) of Transformer in Pakistan
OR
Notes Bidder must be an authorized agent of Transformer manufacturer outside Pakistan
- Consultant NTN No. and STRN details
- Contractor/ bidder shall be declared as disqualified for Non-Compliance against mandatory requirements
- Commercial Bid or Proposal of only those BIDDERs will be opened which have obtained following:

Mandatory Requirements: 100% complied

Technical Evaluation Criteria: 60% Marks

Financial Position of the bidder: 50% Marks
DQ = Disqualified

Additional Information

Question
Question Description Type
Bid Validity Please specify Bid Validity (120 days from the BID CLOSING Date
DATE)
Please specify Bid Bond Validity (150 days from Bid Closing
Bid Bond Validity Date) Date
Please attach scanned copy of Un-Priced Bid Scanned copy of Un-Priced Bid Bond Attachment
Bond

Commercial Envelope

General Attachments
Allowed

Design, Manufacturing / Fabrication/Supp

Last PO No / Unit of
Code Description Date / Item Quantity
Remarks Measurement
Designing, manufacturing / fabrication, assembling, inspection, testing,
A. packaging and supply of Transformers complete in all respects and in EA 2
accordance with the requirements of RFQ..
Supply of startup and commissioning spares (bidder to provide itemized
B. break up of rates) with spare margin, as per RFQ. EA 1

On site training to Company personnel for 2 Days (WHT, SST other


C. applicable local taxes to be paid by bidder / supplier) AU 1

Services requirement per diem rate for supervision during installation,


commissioning and performance testing.

- Vendor will be responsible for supervision during Installation,


commissioning and Performance Test of Transformers.
D. - Resources for installation & Manpower for commissioning assistance Days 20
shall be provided by COMPANY .
- Deployment schedule of VSM will be approved / authorized by
COMPANY.
- 20 Mandays duration is provided for bid evaluation, actual payments
will be processed according to a
Code Description
Note Sub total (A to D) including all applicable taxes to be paid by VENDOR / SUPPLIER
Sales /
Services Tax Total (Inclusive Sales Tax)
%

Section total included in total? Yes

OPTIONAL ITEMS

Last PO No / Date / Unit of


Code Description Item Remarks Measurement Quantity

E Price of 2 years operational spares. Bidder to provide item wise AU 1


rate list break up
Price of Special Tools for maintenance, operations and startup
F and Installation. Bidder to provide itemized break up of price. AU 1

G Pre-shipment Third party Inspections AU 1


Code Description
I. Sub total (F to H) including all applicable taxes to be paid by VENDOR / SUPPLIER
Sales /
Services Tax % Total Amount (Inclusive of Sales/Services tax)

Section total included in total? No

Notes

Question Description
1. Bid Prices shall be evaluated on the Price quoted for item E and on net cost basis i.e. exclusive of any cost recoverable
to the COMPANY.
2. Payment against item D shall be made on day rate basis against actual deployment at Project Site.
Above prices are inclusive of all “Federal and Provincial Taxes as admissible , levies, surcharges, duties, fee” including
but not limited to, income tax, withholding tax, stamp duty, toll taxes, federal / provincial sales tax as applicable,
3. excise & customs duties in supplier country, etc.Bidder has to ensure all tax liabilities and included the same at the
time of BID preparation.

4. Local manufacturer/ vendor may submit their quote on FOR basis (Delivery at Gambat Site, near Shahdadpur City,
Sindh Pakistan). Foreign manufacturer / vendor may submit their quote on CFR Karachi basis.
All contingent and incidental material and works must be included in the relevant item in this Price Table to ensure
5. completeness of the EQUIPMENT. The prices above are deemed to be full and final for the entire scope of work
inclusive of incidental and contingent Works
The payment terms, milestone payment schedule and bid price schedule are only for processing of milestone payment
6. and not for the completeness of scope of Work. Any item needed for completing the EQUIPMENT and not listed in RFQ
are to be provided by the BIDDER within the total LUMP SUM PRICE.
The rates quoted against item D shall be inclusive of all cost related to mob / demob. Lodging and boarding, local
traveling in Pakistan (similar to COMPANY's own employees) and security for the foreign nationals at project site will
be provided by COMPANY at no cost to Vendor.
7.
Any associated foreign travel / visa arrangements / hotel stay in Karachi of VSM personnel shall be borne by the
Bidder.
Domestic / local manufacturers to submit supporting documents mentioning local value additions, foreign exchange
8. components etc. as per the SRO 827(I)/2001 along with the BID to claim the benefit of SRO 827(I)/2001. The request
for price preference should be clearly mentioned in bold words.

9. It must be ensured that in each case of such preference, the total import requirements for producing the supplies
tendered for locally manufactured items have been duly indicated by Bidders.

Additional Information

Question Description Question Type


Bid Validity Please specify Bid Validity (120 days from the BID CLOSING DATE) Date
Bid Bond Validity Please specify Bid Bond Validity (150 days from Bid Closing Date) Date
Scanned copy of Bid Bond Please attach scanned copy of Bid Bond (Priced) Attachment

You might also like