0% found this document useful (0 votes)
76 views9 pages

CP Systems Installation RFQ for DHOK Sultan

The document is a request for quotation (RFQ) for the supply, installation, testing and commissioning of cathodic protection (CP) systems at a well in Dhok Sultan, Pakistan including an associated feedline and sales gas line. It provides project details such as the buyer organization, currency, publication and closing dates, and technical evaluation criteria. Attachments include guidelines, instructions, specifications, drawings, and a work plan for the project. Respondents are asked to comply with the full scope of work and mandatory requirements regarding supply of materials and experience with similar projects.

Uploaded by

AbuAbdullah Khan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
76 views9 pages

CP Systems Installation RFQ for DHOK Sultan

The document is a request for quotation (RFQ) for the supply, installation, testing and commissioning of cathodic protection (CP) systems at a well in Dhok Sultan, Pakistan including an associated feedline and sales gas line. It provides project details such as the buyer organization, currency, publication and closing dates, and technical evaluation criteria. Attachments include guidelines, instructions, specifications, drawings, and a work plan for the project. Respondents are asked to comply with the full scope of work and mandatory requirements regarding supply of materials and experience with similar projects.

Uploaded by

AbuAbdullah Khan
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

14:56 Pakistan Time

rfq_23649 - PD/P&C/PT/23469/2022 - Supply Installation, Testing and Commissioning of CP Systems at DHOK Sultan

including Feedline and Sales Gas Line

NAME & DESIGNATION DATE

Irfan Ali Sales Engineer 20/04/2023 [Link] - Time Zone: Pakistan Time

BUYER ORGANISATION BUYER NAME DIVISION DEPARTMENT

Pakistan Petroleum Limited Nasir Ali Mehdi Syed [SPO] Projects & Capex Procurement

Project Information

PROJECT PROJECT TITLE PROJECT


CODE REFERENCE

tender_25705 rfq_23649 - PD/P&C/PT/23469/2022 - Supply Installation, Testing and Tanveer Ahmed


Commissioning of CP Systems at DHOK Sultan including Feedline and Sales Gas Line. Khan / / Stock

Response Status

RESPONSE STATUS

No Response Prepared

Overview

CODE TITLE

rfq_23649 PD/P&C/PT/23469/2022 - Supply Installation, Testing and


Commissioning of CP Systems at DHOK Sultan including
Feedline and Sales Gas Line

DESCRIPTION

SUPPLY, INSTALLATION, TESTING & COMMISSIONING ALONGWITH DESIGN VERIFICATION OF IMPRESSED CURRENT CATHODIC
PROTECTION (CP) SYSTEMS AT WELL DHOK SULTAN X-1 INCLUDING ASSOCIATED FEEDERLINE AND SALES GAS LINE LOCATED
AT DHOK SULTAN FIELD

STATUS

Running

SUPPLIER ACCESS
Press Tender / PPRA

EVENT CURRENCY TEST RFQ

PKR No

Date & Time Information

OPTIONS FOR VIEWING RESPONSES

Sealed

PUBLICATION - DATE PUBLICATION - TIME

18/04/2023 [Link]

CLOSING - DATE CLOSING - TIME

08/05/2023 15:00

NUMBER OF HOURS BEFORE CLOSING TIME TO BLOCK


EXPRESSIONS OF INTEREST

Awarding Strategy

Supplier Response Ranking Best Technical Score

Scoring Method Absolute

Maximum Technical Score 130

Attachments

PATH DESCRIPTION FOLDER SIZE

root (8) 35,354 KB

Filename Downloadable Last Modification Description File Size


Date

Guidlines for [Link] Yes 22/12/2022 18,958


KB

Instructions TCs For Procurement Of Yes 22/12/2022 393 KB


[Link]

Instructions TCs For Procurement Of Yes 22/12/2022 662 KB


[Link]

ITB CP system for Well DS X-1 FL SGL Yes 18/04/2023 ITB 5,704 KB
[Link]

ITB CP system for Well DS X-1 FL [Link] Yes 19/04/2023 ITB CP system for Well DS 2,058 KB
X-1 FL SGL
ITB CP system for WellDSX_23649.docx Yes 14/04/2023 ITB CP system for Well 5,704 KB
DSX_23649

Supplier User Guide – Responding to Online Yes 22/12/2022 1,220 KB


Tenders_1.pdf

Supplier User Guide – Using the Messaging Yes 22/12/2022 658 KB


Tool_1.pdf

Technical Envelope

1.1 TERMS: ( Questions: 2 )

1.2 Questions related to Item Specifications: ( Questions: 1 )

1.3 Terms & Conditions ( Questions: 12 )

1.4 TECHNICAL EVALUATION CRITERIA ( Questions: 20 )

1.5 CONTRACTOR’s FINANCIAL EVALUATION CRITERIA ( Questions: 10 )

1.6 General Attachments

Technical Envelope: 1.1 TERMS:

QUESTION DESCRIPTION RESPONSE

1.1.1 DELIVERY: DELIVERY:

1.1.2 BID VALIDITY BID VALIDITY

Technical Envelope: 1.2 Questions related to Item Specifications:

QUESTION DESCRIPTION

1.2.1 NOTE Below is the list of required items. Respond if you are quoting for same specs or a
variant.

QUESTION DESCRIPTION RESPONSE

1.2.2 0010200618-00020-00010 Supply Installation and Comissioning of

Technical Envelope: 1.3 Terms & Conditions

QUESTION DESCRIPTION
1.3.1 Note to Scope of work consist of supply, installation and commissioning along with design verification of CP
Supplier systems for above mentioned structures as detailed below but not limited to:
• The design life of ICCP systems shall be 20 years for underground pipelines and well casing.
• All Material and Services required for installation, commissioning & testing along with design
verification of CP Systems will be provided by contractor.
• Contractor shall evaluate complete SOW and identify / provide all relevant / required material for
successful installation and commissioning of system.
• All related works required for successful installation, erection, commissioning and startup of system
is included in contractor’s scope.
• Testing & commissioning of complete system including performance tests to be carried out by
contractor.

1.3.2 Note to Please refer to Annexure-1 for Bill of Material / BOQ for details. Quantities and ratings mentioned
Supplier herein are minimum estimated. Contractor shall evaluate all required material and shall identify and
provide installation material as per site and design requirement. Any Material or Services, not
mentioned in PPL Specification but required for successful execution of project shall be identified at
bidding stage and provided by contractor. Quantities / BOM mentioned here is preliminary and for
reference only.

1.3.3 Note to Please refer to Annexure - 2 for available survey data and contractor to verify the data along with
Supplier identification for amendment in BOQ

1.3.4 Note to Please refer to Annexure - 1 for Bill of Material/ BOQ and Annexure - 3 for drawings for details.
Supplier

1.3.5 Note to A tentative work plan is appended herewith. Contractor is required to complete the project as per
Supplier work plan preferably. Please refer to Annexure - 4 for work plan. For any delay foreseen by
Contractor, PPL should be informed in written.

QUESTION DESCRIPTION RESPONSE

1.3.6 Mandatory 1. Bidder is to comply complete scope of work and all mandatory requirement(s) with
Question relevant supporting document(s), partially compliant bids shall not be acceptable.

1.3.7 Mandatory 2. Bidder is to comply following for supply of material:


Question a. All components of solar systems excluding Interconnecting cables and support
structures should be of reputed brands of European Union, UK or North American
countries or equivalent.
Interconnecting cables and support structures of solar panels will be of good quality
locally manufactured meeting the design requirements / recommendations as per solar
vendor of reputed brands of European Union, UK or North American countries or
equivalent.
b. Transformer rectifier, anodes, permacell, portable reference cells, splicing kits,
calcined coke breeze, junction boxes, shunts, rheostats should be of reputed brands of
European Union, UK or North American Countries or equivalent.

1.3.8 Mandatory 3. Bidder shall submit list of similar projects completed in Pakistan during last 10 - 20
Question years. Provide details such as Client Name, Date, Location, relevant Contract, Brief job
details, Technology, contact details with designation and email/telephone numbers etc. in
a tabulated form as under in Table A-1.

1.3.9 Mandatory 4. Bidder shall submit confirmation letter with bids mentioning availability of all
Question required equipment / tools for use at job site as per scope of work and requirement.

1.3.10 Mandatory 5. Bidder shall submit confirmation letter with bids to use calibrated measuring and
Question testing devices / instruments, where applicable.

1.3.11 Mandatory 6. Bidder shall evaluate scope and include any thing missing / not mentioned in scope
Question but required to complete job at no additional cost.

1.3.12 Mandatory 7. Exception(s) to scope of work and terms & conditions of this ITB document must be
Question submitted with technical bid and shall be closed/settled before opening of financial bid.
All queries should be cleared prior to bid submission. Exception in financial proposal
shall not be entertained.

1.3.13 Mandatory 8. Material Data Sheet, Specification, Brochures etc. against relevant BoQ items should
Question be provided along with the bid document.

1.3.14 Mandatory 9. Bidder team shall consist of competent personnel having relevant experience and
Question permanent employee of bidder since last 5 years (minimum). Detailed CVs of the key
personnel as mentioned in technical evaluation criteria shall be furnished with the
technical bid. Provide details of relevant manpower as mentioned in technical evaluation
criteria i.e. Qualification, Designation, Experience, Relevant Contracts / Projects / jobs,
Client Name, Date, Location etc. in a tabulated form in Table A-2 along with documentary
proof of employment, experience & education etc.
1.3.15 Mandatory 10. Bidder quoted material shall meet minimum requirements mentioned in this tender
Question document i.e. scope of work, BOQ etc. Quoted material may also be evaluated for proven
& successful track record of supply, installation, testing and performance in Pakistan.
Relevant documentary evidence such as contract document, purchase orders, invoices,
BOQ, completion / acceptance certificates, OEM / client contact details, performance
data, testing details, OEM authorization etc. shall also be submitted along with data in a
tabulated form as under in Table A-3. PPL reserves the right to ask bidder to obtain
response from client & OEM for satisfactory performance, successful manufacturing &
supply or PPL may also contact directly to respective client / OEM.

1.3.16 Mandatory 11. All certificates, documents, proof of work etc. should be in English language, if not,
Question they shall be accompanied with certified translation in English to be considered for the
evaluation. Any document without English translation and traceability documents, bidder
may be technically disqualified.

1.3.17 Mandatory 12. Bidder to confirm compliance with PPL’s QHSE Policy and standards procedures.
Question

Technical Envelope: 1.4 TECHNICAL EVALUATION CRITERIA

QUESTION DESCRIPTION RESPONSE

1.4.1 1. Company/ 1a) Bidder's experience & record of last 15 years for design, supply, installation
Organization and commissioning of CP systems for well casings, cross-country pipelines,
Information and storage tanks and / or plant piping for renowned clients in Oil & Gas E&P,
Details Refineries, Fertilizers, Power Plants, Cement Factory etc. in Pakistan, supported
with list of clients and project with dates.
Please select from option list:

1.4.2 1. Company/ 1b) Performance of the bidder in last 10 years completed jobs in Cathodic
Organization Protection Systems design and / or installation both for well casings and cross-
Information and country pipelines for renowned clients in Oil & Gas E&P in Pakistan (Certificates /
Details valid proof of satisfactory performance / Completion from organizations).
Please select from option list:

1.4.3 2. Bidder’s 2a) Team Lead CP:


Manpower Qualification & Experience (proof of projects with dates).
Experience Please select from option list:
Option A: Minimum Technical Masters Degree holder with CP experience (testing,
designing, installation, commissioning, trouble shooting, maintenance,
monitoring etc.) of at least 5 years’ along with specific experience of at least 5 CP
systems for well casings and pipelines.
Option B: Minimum B.E degree holder with CP experience (testing, designing,
installation, commissioning, trouble shooting, maintenance, monitoring etc.) of at
least 10 years’ along with specific experience of at least 15 CP systems for well
casings and pipelines.
Option C: Minimum DAE with CP experience (testing, designing, installation,
commissioning, trouble shooting, maintenance, monitoring etc.) of at least 15
years’ along with specific experience of at least 25 CP systems for well casings
and pipelines.
Option D: None of above / No record / No submission of documentary evidence

1.4.4 Qualification & Please attach above relevant documents. No submission of documentary
Experience (attach evidence will lead to disqualification.
proof)

1.4.5 Certification NACE CP-II / NACE Corrosion Technologist / MI-Corr or Higher


(Mandatory)

1.4.6 Certification Please attach above relevant documents. No submission of documentary


(attach proof) evidence will lead to disqualification.
1.4.7 2. Bidder’s 2b) Site Team Leader/ Supervisor
Manpower Qualification & Experience (proof of projects with dates).
Experience Please select from option list:
Option A: Minimum B.E degree holder with CP experience (testing, installation,
commissioning, trouble shooting, maintenance, monitoring etc.) of at least 5
years along with specific experience of at least 5 CP Systems in testing /
installation / commissioning for well casings and pipelines in Pakistan.
Option B: Minimum DAE degree holder with CP experience (testing, installation,
commissioning, trouble shooting, maintenance, monitoring etc.) of at least 10
years along with specific experience of at least 15 CP Systems in testing /
installation / commissioning for well casings and pipelines in Pakistan.
Option C: None of above / No record / No submission of documentary evidence.

1.4.8 Qualification & Please attach above relevant documents. No submission of documentary
Experience (attach evidence will lead to disqualification.
proof)

1.4.9 Certification NACE CP-II / MI-Corr


(Mandatory)

1.4.10 Certification Please attach above relevant documents. No submission of documentary


(attach proof) evidence will lead to disqualification.

1.4.11 Mandatory Bidder to confirm compliance with terms and conditions along with payment
Question terms stated in ITB / Tender document.
Bidder to submit confirmation on duly signed letter head.

1.4.12 Mandatory Bidder to provide copy of valid registration certificate from Pakistan
Question Engineering Council (PEC).

1.4.13 Mandatory Bidder to submit duly signed and stamped all pages of ITB / Tender document
Question along with Appendices, Annexures, Pre-bid Clarifications and Attachments
referred therewith. Signing and stamping shall mean validation and compliance to
all details included in the ITB / Tender Document.

1.4.14 Mandatory Bidder quoted material shall meet minimum requirements mentioned in this
Question tender document i.e. scope of work, BOQ etc.
Bidder to submit confirmation on duly signed letter head.

1.4.15 Mandatory False declaration, misrepresentations or omission of facts in the Bidder’s


Question response to this questionnaire would result in disqualification of contractor.
Bidder to confirm that all documents, particulars and all information given by the
bidder in the BID are true.
Bidder to submit confirmation on duly signed letter head.

1.4.16 Mandatory Bidders have to submit a sworn declaration, if the contractor/ bidder including
Question any of its shareholders, directors is/ has been under embargo/ sanction by the
Government of Pakistan. A sworn declaration (affidavit) confirming that the
contractor/ bidder is not ineligible as per the above shall be furnished to PPL.

1.4.17 Mandatory Bidder or their affiliates (Principals/ Partners, if any) found involved in corrupt,
Question fraudulent or collusive practices for procuring contracts would result in
disqualification.
A sworn affidavit confirming that the Contractor/Bidder is not ineligible as per
the above shall be furnished to PPL.

1.4.18 Mandatory Bidder or their affiliates (Principals/ Partners, if any) shall not be eligible if its
Question directors, employees or associated company or affiliated company is or have
been blacklisted by the Government / Semi-Government / Autonomous body
including PPL. A sworn affidavit confirming that the Contractor/Company is not
ineligible as per the above shall be furnished to PPL.

1.4.19 Mandatory Bidder including any of its shareholders, directors, employees, partners,
Question associated company or affiliated company shall share details if involved or has
been involved in the past in litigation with PPL. A sworn affidavit in this regard
shall be furnished to PPL.
1.4.20 Mandatory Bidder shall submit confirmation letter with bids mentioning availability of all
Question listed equipment / tools for use at job site. Bidder shall also submit confirmation
letter with bids to use calibrated measuring and testing devices / instruments
(where applicable), as mentioned below.
a. Anodes for temporary ground bed
b. Portable power source
c. Digital Multi Meter (Calibrated)
d. Half Cell (Copper/copper sulfate reference electrode) - (Calibrated)
e. Soil Resistivity Meters (Wenner 4-pin and Geonics)
f. Current Interrupter
g. DC Clamp-on Meter
h. Flange Insulation Tester
i. Standard Tool Kit
j. PPEs (Safety shoes, helmets, goggles, gloves etc.)

QUESTION DESCRIPTION

1.4.21 Note to Supplier Overall passing criteria for consideration is at least 75% score. Bidders securing less than 75%
will stand disqualified for further evaluation.

1.4.22 Note to Supplier Bidder will be disqualified if they became disqualify in any of the above requirement and
failing to meet mandatory requirements.

1.4.23 Note to Supplier Bidder should provide documentary evidence for all above requirements including CVs of
staff, proof of staff etc. on their Letterhead, Certification of Staff, procedures, etc.

1.4.24 Note to Supplier Fail to provide supporting documents shall be termed as ‘non-responsive’ and may lead to ‘
dis-qualification’ on technical basis.

Technical Envelope: 1.5 CONTRACTOR’s FINANCIAL EVALUATION CRITERIA

QUESTION DESCRIPTION RESPONSE

1.5.1 1 Financial Statements for last three years (2 marks per year)

1.5.2 1 Please provide necessary evidence as required above

1.5.3 2 Average annual turnover as per accounts for last three years

1.5.4 2 Please provide necessary evidence as required above

1.5.5 3 Acknowledgement of Income tax returns for last three years

1.5.6 3 Please provide necessary evidence as required above

1.5.7 4 Acknowledgement of Monthly sales tax returns for last six months (Federal for goods
supply / Relevant Provincial for services)

1.5.8 4 Please provide necessary evidence as required above

1.5.9 5 Average bank balance certificate for last six months

1.5.10 5 Please provide necessary evidence as required above

QUESTION DESCRIPTION

1.5.11 Note Non-compliance of any of the above mandatory requirement or securing less than 60% of the
maximum score against financial criteria will result in disqualification.

Bidders shall submit relevant documents against each point to obtain appropriate score.

Technical Envelope - Attachments

No Attachments
Commercial Envelope

2.1 Total Material Value with Surcharges ( Items 2 )

2.2 CONFIRM FOLLOWING AS PROVIDED IN THE BID ( Questions: 6 )

2.3 SUPPLY, INSTALLATION, TESTING & COMMISSI ( Items 1 , Columns: 2 )

2.4 General Attachments

Commercial Envelope: 2.1 Total Material Value with Surcharges

CODE DESCRIPTION UNIT OF QUANTITY UNIT PRICE MINIMUM MAXIMUM PRICE COMMENTS
MEASUREMENT (EXCLUSIVE UNIT UNIT PRICE
TAXES) PRICE

2.1.1 FOB /Packing LUMP SUM 1 0


Charges (If
any)

2.1.2 Freight (if any) LUMP SUM 1 0

SECTION SUB TOTAL 0

Commercial Envelope: 2.2 CONFIRM FOLLOWING AS PROVIDED IN THE BID

QUESTION DESCRIPTION RESPONSE

2.2.1 Delivery Period Delivery Period

2.2.2 Bid Validity Bid Validity (180 days)

2.2.3 Delivery Terms Delivery Terms

2.2.4 Country of Origin Country of Origin

2.2.5 Port of Shipment Port of Shipment

2.2.6 Payment Terms Payment Terms [LC / Advance / Net 30 days]

Commercial Envelope: 2.3 SUPPLY, INSTALLATION, TESTING & COMMISSI

CODE DESCRIPTION UNIT OF QUANTITY UNIT PRICE MINIMUM MAXIMUM PRICE COM
MEASUREMENT (EXCLUSIVE UNIT UNIT
TAXES) PRICE PRICE

2.3.1 0010200618-00020-00010 Supply AU 1 0


Installation
and
Comissioning
of
SECTION SUB TOTAL 0

CODE DESCRIPTION SALES / SERVICES TOTAL (INCLUSIVE SALES


TAX % TAX)

2.3.1 0010200618-00020-00010 Supply Installation and ---


Comissioning of

Currency: PKR

Total Price (excluding optional sections) 0

Commercial Envelope - Attachments

No Attachments

You might also like