You are on page 1of 37

REQUISITION NO.

3000871779

SPECIFIC INSTRUCTIONS TO BIDDERS (SIB)

TABLE OF CONTENTS

SECTION I - SPECIFIC INSTRUCTIONS TO BIDDERS

1. Introduction
2. Saudi Arabian Registration
3. Job Explanation Meeting
4. Questions During Bidding
5. Submission of Proposals
6. Conformity of Proposals
7. Bid Closing Date
8. Currencies of Bid and Payments
9. Validity of Proposals
10. Selection of Contractor
11. Guarantees
12. Conflict of Interest
13. Government Liaison
14. Disposition of Invitation for Proposal Documents
15. Bidder Withdrawal
16. Adhering to Government Safety and Security Regulations
17. Procurement of Materials Under Turnkey Contracts
18. Saudi Manufacturer Participation
19. Preference for Saudi Carriers
20. Saudi Arabian Standards Organization ICCP Certification
21. Saudi Arab Customs Duties
22. Confidentiality of Documents
23. Returning Bid Invitation Documents
24. Electronic Payments
25. In-Kingdom Total Value Add (IKTVA)

SIB-i
SPECIFIC INSTRUCTIONS TO BIDDERS R
SECTION II

SECTION II - Preparation of Unpriced Technical Proposals


1. Introduction
2. Technical Proposal Requirements

Attachments
I Required Technical Proposal Information
II Technical Proposal Transmittal Letters

SECTION III - Preparation of Commercial Proposals


1. Introduction
2. Attachment I – Commercial Proposal Transmittal Letters
3. Attachment II – Commercial Bid Forms

SECTION IV- Preparation of IKTVA Proposals


I Required IKTVA Proposal Information
II IKTVA Proposal Transmittal Letter

SIB-I-ii
REQUISITION NO.3000871779

SPECIFIC INSTRUCTIONS TO BIDDERS

SECTION I

1.0 INTRODUCTION

2.0 Bidders are required to adhere to the specific instructions listed below in addition to
the instructions provided in the GENERAL INSTRUCTION TO BIDDERS. Failure to
follow these instructions accurately may result in rejection of your proposals.

3.0 Bidders are requested to take special note of Paragraphs 17 and 19 of the GENERAL
INSTRUCTIONS TO BIDDERS regarding compliance with Saudization and GOSI
requirements, respectively.

4.0 COMPANY has released the General Instructions to Bidders, these Specific
Instructions to Bidders, and Pro forma Contract in their Electronic Contracting
Network (ECN) system. Bidders may not alter these electronic documents in any way
or attempt to remove any electronic protection/restriction that has been established by
COMPANY. In addition, it is the Bidder's responsibility to use a compatible computer
system (including software) and to immediately advise COMPANY, during the bidding
period, of any deficiencies found in the electronic documents provided by COMPANY.
Furthermore, in the event of disagreement between COMPANY and Bidder, before or
after Contract award, regarding the contents of the electronic documents provided by
COMPANY, Bidder agrees to accept the electronic documents held by COMPANY as
the controlling documents. All documentation distributed in ECN and any other form
such as USB Drives shall remain the property of COMPANY.

5.0 The Saudi Arabian Oil Company (COMPANY) plans to contract on a Lump Sum
Basis. This contract will be executed with the successful Bidder. As such,
COMPANY hereby solicits Technical and Commercial Proposals from selected
contractors referred to herein as "Bidders". Saudi Arabian Oil Company and Saudi
Aramco shall be referred to as "COMPANY" hereinafter.

6.0 The work, hereinafter referred to as "WORK", includes providing labor, materials, and
services for the material, equipment and spare parts procurement, manufacture,
inspection, expediting, integration, transportation, customs clearance,
installation/construction, inspection/testing, pre-commissioning, start-up and
commissioning as described in the pro forma Contract.

The Contract includes unit rates for changes in the scope of the WORK. The
change order rates will also apply to start-up and commissioning assistance.
These rates must be submitted with the Bid Documents.

7.0 Bidders are reminded that their decision to bid is at their own risk as COMPANY will
not reimburse Bidders for any cost or expenses in the event this WORK and/or
Project is deferred or canceled, or for any other reason.

SIB-I-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

8.0 SAUDI ARABIAN REGISTRATION

Bidders are hereby advised that COMPANY shall only enter into a contract for WORK to
be executed in the Kingdom of Saudi Arabia with a Bidder who is commercially
registered, or who has been ministerially licensed under the laws of Saudi Arabia at the
time of Commercial Proposal opening.

9.0 JOB EXPLANATION MEETING

In order to give prospective Bidders as much information as possible to assist them in


the preparation of their Proposals and to ensure that they all have the same information,
the following procedure shall be followed after the issuance of the complete Invitation for
Proposal (IFP) documents, which includes the following:

 General Instructions to Bidders


 Specific Instructions to Bidders
 Pro forma Contract
 Scope of Work & Proposal Drawings
 Relevant COMPANY Standards

9.1 The purpose of the Job Explanation Meeting is to review the scope of the WORK,
discuss the complete Invitation For Proposal (IFP) documents, answer Bidders
questions, and to discuss details of the Site Visit.

FAILURE TO ATTEND THE JOB EXPLANATION MEETING SHALL BE


CAUSE FOR DISQUALIFICATION.

COMPANY will audio record the Job Explanation Meeting for its permanent
records. COMPANY will not provide duplicate tapes or meeting minutes of any
kind.

9.2 A mandatory WORK Site Visit to the Project area will be conducted. In addition
to the mandatory WORK Site Visit, Bidders are encouraged to visit the WORK
Site(s), prior to Bid submission, to ascertain pertinent local conditions, such as
the accessibility and general character of the WORK Site, the character and
extent of the existing WORK within the WORK Site and adjacent thereto, and
perform any other evaluation or surveys of the WORK Site as necessary to be
able to submit complete Technical and Commercial Proposals, and if selected,
carry out the WORK. Any information obtained during such WORK Site Visits
shall not be deemed to change or supplement the basis set forth in this IFP
unless such information is formally issued as an Addendum to the IFP
documents.

FAILURE TO ATTEND THE SITE VISIT(S) SHALL BE CAUSE FOR


DISQUALIFICATION.

SIB-I-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

9.3 ALL COSTS OF PROPOSAL PREPARATION, INCLUDING ANY TRAVEL AND


VISAS THAT MIGHT BE REQUIRED, SHALL BE BORNE SOLELY BY THE
BIDDERS.

10.0 QUESTIONS DURING BIDDING

4.1 Questions concerning the preparation of proposals should be submitted in writing


through COMPANY's Electronic Contracting Network (ECN) no later than the
questions cutoff date posted in ECN. COMPANY will communicate responses to
all bidders through ECN. However, answers to Bidders' questions which are
specifically related to a Bidder's proposed method of performing the WORK, or to
unsolicited alternative proposals, or considered to include Bidder proprietary
information, shall be stated as such in Bidder's communication. COMPANY will
evaluate the proprietary nature of the questions, and if it is determined that the
question does involve information that is unique and confidential to the Bidder,
the question shall be treated as confidential and the answer shall only be given to
the inquiring Bidder. Otherwise, the inquiring Bidder will be advised that
COMPANY does not believe the question involves information that is confidential
to the Bidder and the Bidder will be requested to either agree to have the
question and its response released to all Bidders, or not receive an answer to the
question.

4.2 As part of the proposal evaluation process, COMPANY's Bid Review Team
(BRT) may require clarification from one or more of the Bidders. A request for
clarification should not be interpreted as a prelude to contract award nor should it
be perceived as an invitation for other Bidders to initiate discussions regarding
their proposals. Contract award is subject to the discretion of COMPANY.

11.0 SUBMISSION OF PROPOSALS

Further to the requirements of Paragraph 4 and 5 of the General Instructions to


Bidders, Bidders are required to submit Proposals in accordance with the following:

11.1 Bidders shall submit a Commercial Proposal in absolute conformance with the
terms and conditions of the subject Contract by completing the Pricing
Attachment I to Schedule "C", using the electronic format of the Commercial
Proposal provided by COMPANY in accordance with Paragraph 5.2 below.

11.2 Electronic Copy of Commercial Proposal

Bidders are required to complete the electronic form, provided by COMPANY in


ECN, in accordance with the requirements of Paragraph 5.3 of the General
Instructions to Bidders.

Bidders are also cautioned that the description of unit rate items provided
in the electronic form may be limited to a short text that does not cover the
full description of these items. Therefore, Bidders are requested to review
the full unit rate descriptions provided in the pricing attachment included
as part of the Pro forma Contract. All proposal related documentation
submitted to COMPANY shall become the property of COMPANY and will
not be returned to the Bidder.

SIB-I-3
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

All Bidders are required to submit Proposals in full accordance with the
provisions of this IFP Package.

11.3 Proposal Submittal

Technical, IKTVA and Commercial Proposals (electronic format and in hard


copy) shall be submitted in separate sealed packages, marked as follows, and
shall be deposited in the SAUDI ARAMCO, Contracting Department, Centeral
Bid Box located in Room A162, Ground Floor Wing "A", North Park II,
Buidling 3301, Dhahran, Saudi Arabia:

CONFIDENTIAL
COMMERCIAL PROPOSAL (or TECHNICAL PROPOSAL or IKTVA, as
applicable)
Bidder's Name:

Bidder's Commercial Registration Number:

Requisition Number: 3000871779


Contract Title: Upgrading Sec. Facilities at DH&NA

The Manager, Contracting Department


SAUDI ARAMCO
P.O. Box 1500
Dhahran, Saudi Arabia

Contract Representative: Mr. Abdulaziz AlBelushi

"BID ENCLOSED"

Commercial Proposals are to be submitted with an original hard copy, plus


one (1) duplicate hard copy, and one electronic copy on a USB Drive.
Technical Proposals are to be submitted in electronic format only (no hard
copies), with two (2) electronic copies on two (2) separate USB Drives. All
Technical and Commercial Proposals shall be deposited in the Central Bid
Box located at the following address:

SAUDI ARAMCO
Contracting Department
The Central Bid Box
Bldg. 3301 (North Park No 2)
Floor 1, Wing A, Room A-162
Dhahran 31311, Saudi Arabia,

SIB-I-4
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

11.4 No commercial information shall be contained in a Technical Proposal.

11.5 It is in the Bidder's interest that its proposals are clearly identifiable as
such. No responsibility will attach to COMPANY or any of COMPANY's
employees for the premature opening of, or the failure to open, a bid not properly
addressed and identified.

11.6 No other COMPANY Department is to receive a copy of any proposal nor shall
any COMPANY employee be made aware of its contents.

12.0 CONFORMITY OF PROPOSALS

12.1 Bidder's proposals (Technical and Commercial) shall be in strict accordance and
absolute conformity with all specifications and terms and conditions of the
Invitation for Proposals (IFP). This shall be referred to as the "Base Proposal."
No deviations (exceptions, modifications, substitutions) from the IFP documents
shall be incorporated in the Base Proposal. Bidder shall submit only one (1)
such Base Proposal. Failure to submit the Base Proposal in strict compliance
with all specifications and terms and conditions of the IFP documents may be
cause for disqualification, or rejection of a Bidder's Proposal at COMPANY's sole
discretion.

12.2 Each Bidder shall issue a statement confirming that the Bidder has
submitted its proposals strictly in accordance with the IFP documents
without exception. Bidders shall make this statement by issuing the text of the
Technical and Commercial Proposal Transmittal letters included as Attachment I
to Section II and Section III to these Specific Instructions to Bidders. The
transmittal letter for the Contract shall be signed by Bidder and shall be included
as part of each Bidder's Technical and Commercial Proposal documents. Failure
to include this statement shall be a basis for disqualification at COMPANY's sole
discretion without further consideration. COMPANY will not undertake any
responsibility to search out, find, or acknowledge qualifications contained in
Bidder's Proposal documents whether stated expressly or implied.

12.3 Bidder shall use the attached Sections II and III to this Specific Instructions to
Bidders, as well as Bidder's Technical and Commercial Proposal forms, without
change or modification to comply with the requirements of the IFP. Failure to
comply with this requirement shall be cause for rejection of Bidder's proposals.

12.4 Unsolicited alternative proposals may also be submitted. Any such alternative
proposals shall only be considered by COMPANY if the Base Technical and
Commercial Proposals are prepared in strict compliance and absolute conformity
with all aspects of the IFP documents. Bidders are encouraged to develop and
propose alternatives that will reduce the Contract Price or improve the Schedule
or the operating economy (efficiency) with no sacrifice in safety or operability of
the FACILITIES, or safety of personnel. When such alternatives are proposed,
they shall be submitted in separate sealed Technical and/or Commercial
Proposal envelopes, with an alternative proposal number indicated on the
envelope and on the related documents. The related alternative Technical
and/or Commercial Proposals shall have the same alternative proposal number.
Alternative Technical Proposals shall clearly describe the non-commercial

SIB-I-5
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

aspects of the alternative as compared to the Base Proposal. If exceptions and


clarifications are addressed in alternative proposals they shall be fully explained,
clearly defined, and justified.
Alternative Proposals shall be addressed and submitted in the same quantities
as noted in Paragraph 5.3 above.

12.5 It is the Bidder's responsibility to determine the impact on its Contract


performance or price due to Saudi Arabian Government regulations or changes
in the same, including, but not limited to, employment of Saudi nationals, visa
requirements for new expatriate employees, Iqama renewals for existing
expatriate employees, or any other costs associated with conducting business in
Saudi Arabia.

13.0 BID CLOSING DATE

13.1 The Bid Closing Date is the latest date Technical and Commercial Proposals
may be submitted.
All Proposals must be received at the addresses specified in Paragraph 5.3 by
15:30 hours local time in Dhahran on the Bid Closing Date. Proposals received
after the Bid Closing Date and time will not be accepted, and will be returned to
the Bidder unopened.

13.2 COMPANY shall not assume responsibility for delays due to late mail delivery
and therefore recommend that all Technical and Commercial Proposals be
forwarded by courier delivery service well in advance of the Bid Closing Date.

14.0 CURRENCIES OF BID AND PAYMENTS

14.1 Primary Bid


Bidders shall submit their Primary Commercial Proposal Bid, including the
Contract Price, Work Unit and Time Unit Rates, in Saudi Riyals.
14.2 Contract Payment (after Contract award)
Contract Payments will be in Saudi Riyals.

15.0 VALIDITY OF PROPOSALS

All proposals shall remain valid for a minimum period of one hundred twenty (120)
calendar days after the Bid Closing Date.

16.0 SELECTION OF CONTRACTOR

16.1 Technical and Commercial Proposals will be opened privately and Bidders will
not be present. Technical Proposals will be opened and evaluated first.
COMPANY will only open the Commercial Proposals of those Bidders whose
Technical Proposals are deemed satisfactory.

16.2 COMPANY reserves the right to reject any bid for any reason and award the
Contract to any party they choose. However, COMPANY will normally award the

SIB-I-6
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

Contract to the technically and financially qualified Bidder who offers the overall
least cost. COMPANY, in the evaluation of Commercial Proposals will take into
account the Lump Sum Price and the Unit Rates provided in Pricing Attachment I
to this Contract Schedule "C".

16.3 COMPANY reserves the right to delete or require reduction of any Unit Rates
which COMPANY considers excessive.

16.4 COMPANY may require discussions with Bidder(s) before final selection is made.
If, as a result of the discussions, a Bidder no longer wishes to stand by its
proposals, Bidder may withdraw them, but may not alter them, except to rectify,
with COMPANY's agreement, an obvious arithmetical or clerical error.

16.5 Bidders' Technical Proposals for "Key Personnel" and "Subcontractor(s)" will be
verified prior to Contract award. The Bidder shall be expected to provide the
"Key Personnel" and/or "Subcontractor(s)" proposed in the Technical Proposal,
unless COMPANY specifically approves substitutes in writing. Such approvals
will be entirely at the discretion of COMPANY which will not be unreasonably
withheld. Substitutes whether accepted or rejected, shall not change the Bidder's
Lump Sum Price or Critical Milestone Dates.

17.0 GUARANTEES

17.1 Based on the financial information which a Bidder previously submitted to


COMPANY a determination will be made whether the Bidder, if successful, shall
provide a Parent Company Performance Guarantee and/or arrange a Bank
Guarantee. Bidders shall note the statement in the Technical and Commercial
Proposal transmittal letters whereby Bidder's Parent Company agrees to provide,
within two weeks of a formal COMPANY request, an executed Parent Company
Performance Guarantee along with an outside legal opinion and a board
resolution authorizing the issuance of the Parent Company Guarantee. The
Parent Company Performance Guarantee, if requested, must be presented to
COMPANY prior to Contract execution, on letterhead of the Parent Company of
Bidder and in the form specified in Section IV of the Commercial Proposal
Section of these Specific Instructions to Bidders for the Performance Guarantee.
If a Bank Guarantee is requested, it must be executed on the letterhead of a
bank acceptable to COMPANY and in a form provided by COMPANY for the
Bank Guarantee.

17.2 If a Parent Company Performance Guarantee is requested, Bidder shall also


submit a board resolution authorizing the issuance of the Parent Company
Guarantee and a written legal opinion of outside legal counsel licensed to
practice law in the country or state where the parent company is legally
registered, which shall state that:

17.2.1 All necessary corporate formalities for execution of the Parent


Company Performance Guarantee have been complied with;

17.2.2 All formalities and obligations of the Parent Company to the


government (or country of governing law), or any agency of that government, relating to
the guarantee and its issuance have been complied with; and

SIB-I-7
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

17.2.3 In counsel's opinion, that the issuance of the Parent Company


Performance Guarantee that has been executed is a valid corporate
act by the Parent Company and that the guarantee is enforceable
under the laws of the country which laws govern the Guarantee.
The opinion and any supporting documents, such as a Board of
Director's resolution or foreign exchange approvals must be
completed in English and submitted to COMPANY prior to the
signing of any Contract.

17.3 Once COMPANY has determined that a Parent Company Performance


Guarantee is necessary, it will not waive this requirement. COMPANY will not
enter into any Contract with a Bidder that is required to provide a Parent
Company Performance Guarantee and/or Bank Guarantee, but fails to do so.

17.4 Any Parent Company Performance Guarantee and/or Bank Guarantee required
of a Bidder shall be provided at Bidder's sole expense.

18.0 CONFLICT OF INTEREST

All Bidders should familiarize themselves with the Conflict of Interest provisions which
are included in the Pro Forma Contracts. Any violation of these provisions prior to
Contract award will be cause for disqualification of Bidder's Proposals.

19.0 GOVERNMENT LIAISON

19.1 Bidders are advised that CONTRACTOR shall be expected to conduct


Government Liaison activities on its own behalf and for its personnel working in
Saudi Arabia. For purposes of illustration, such activities include, but are not
limited to, contacts with and reports to the Saudi Arab Government, its agencies
and officials, concerning such matters as:

19.1.1 Violation of laws or regulations by employees brought to Saudi


Arabia to engage in the performance of the WORK.

19.1.2 Arranging for passports, visas, authorizations, work and residence


permits and licenses required for entry to and departure from Saudi
Arabia for CONTRACTOR and CONTRACTOR's employees,
including Vendor Representatives and consultants.

19.1.3 Employee Relations and claims against CONTRACTOR under the


Saudi Arab Labor and Workmen Law, the Saudi Arab Social
Insurance Regulations or other applicable laws and regulations.

19.1.4 Debts and obligations of CONTRACTOR's employees.

19.1.5 Licensing, including motor vehicle and equipment operator licenses,


medical and other professional licenses, drug importation and
communications equipment licenses, required by CONTRACTOR in
order to perform the WORK.

SIB-I-8
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

19.1.6 Registrations, including vehicle and equipment required by


CONTRACTOR.

19.1.7 Land-use matters affecting CONTRACTOR's performance of the


WORK.

19.1.8 Arabic language translation services required by CONTRACTOR,


consistent with applicable Saudi Arab Government regulations, or
which CONTRACTOR may otherwise reasonably require.

19.1.9 Customs clearance for materials procured by CONTRACTOR for


the WORK.

19.2 Bidders shall maintain effective liaison with the appropriate Saudi Arab
Government officials and agencies, without assistance or support from
COMPANY.

20.0 DISPOSITION OF INVITATION FOR PROPOSAL DOCUMENTS

20.1 If, after receiving the IFP documents, a Bidder decides not to bid, Bidder shall
promptly notify the Contracting Representative and return all IFP documents
including addenda, no later than ten (10) days after Bidder notifies the
Contracting Representative of its decision, to the address shown in Paragraph
5.3 of this Specific Instructions to Bidders.

20.2 All unsuccessful Bidders are required to return all IFP documents no later than
ten (10) days after being so informed in writing. All IFP documents shall be
returned to COMPANY.

21.0 BIDDER WITHDRAWAL

COMPANY welcomes the participation of the selected Bidders on this project and on
future COMPANY projects. At the same time, COMPANY expects all Bidders who
express interest and attend the Job Explanation Meeting to be serious about their
commitment to the project on which they decide to bid. Unfortunately, a Bidder's
decision to withdraw after the Job Explanation Meeting places COMPANY at a
disadvantage, which becomes even more serious if such withdrawal occurs after the
Bidder submits a bid.

Therefore, COMPANY would like to caution that a Bidder's decision to withdraw after the
Bid Closing Date may result in significant consequences on the relationship between
COMPANY and such Bidder, including suspension from COMPANY bid slates for a
significant period of time at COMPANY's discretion.

COMPANY urges all Bidders to keep this in mind and ensure prior to bid submission that
your bid is free from significant mistakes that may later cause you to withdraw.

All withdrawals from the bidding process are to be done in ECN and bidder's reason of
withdrawing must be stated in the withdrawal request.

SIB-I-9
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

22.0 ADHERING TO GOVERNMENT SAFETY AND SECURITY REGULATIONS

COMPANY received a letter from the Projects and Engineering Division of General
Security (Ministry of Interior) in the Eastern Province indicating that some COMPANY
Contractors have not been adhering to traffic safety regulations and have also been
commencing work before obtaining the necessary Government permits. The Ministry
reminded that this would result in such Contractors being stopped from performing their
work and being subject to fines.

As a result, COMPANY wishes to draw all Contractors' attention to this matter and
remind everyone that it is each Contractor's responsibility to follow all applicable
Government and COMPANY rules and regulations. A contractor's failure to do so, and
any resulting delays, will constitute a breach of Contract with COMPANY in addition to
other consequences and disciplinary actions imposed by the Government.

23.0 PROCUREMENT OF MATERIALS

Procurement Policies

23.1 The requirements of Schedule "G" reflect policies which COMPANY steadfastly
maintains. These policies aim to:
a. actively promote the development of the local Saudi business community;
and
b. foster strong business relationships with Saudi suppliers to ensure both long
term purchasing economies and material quality; and
c. Encourage Saudi suppliers to establish and maintain inventories of materials
in the Kingdom so that COMPANY operations are not interrupted.
In order to advance its commercial interests including the development of local supply
capabilities, COMPANY strongly supports the growth of the Saudi infrastructure
particularly that of the Saudi manufacturing sector.

24.0 SAUDI MANUFACTURER PARTICIPATION

In accordance with Schedule "G", the CONTRACTOR shall contemporaneously solicit


quotes from both Saudi manufacturers and out-of-Kingdom suppliers for materials
identified in COMPANY's report and valued above $10,000.

25.0 PREFERENCE FOR SAUDI CARRIERS

COMPANY utilizes the National Shipping Company of Saudi Arabia (NSCSA) and the
United Arab Shipping Company (UASC) for ocean shipments, and the Saudi Arabia
Airlines (Saudia) for air shipments, or their agents and representatives, for shipping a
significant portion of its material. COMPANY encourages its contractors and suppliers to
also utilize the services of these Saudi companies when shipping material for
COMPANY projects whenever their services and their costs are competitive with other
alternatives.

SIB-I-10
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

26.0 SAUDI ARABIAN STANDARDS ORGANIZATION ICCP CERTIFICATION

For any material which Bidder proposes to import and which requires certification under
present Saudi Arabian Standards Organization (SASO) International Conformity
Certification Program (ICCP) regulations, a certificate of conformity will be required for
submittal to the Saudi Arab Customs authorities to allow clearance of the goods.

Questions regarding exact standards and procedures for ICCP certification should be
directed to the SASO appointed Program Manager:

SASO Program Manager (ICCP)


P.O. Box 3437
Riyadh 11471
Kingdom of Saudi Arabia
Tel. No. (966) (1) 452 0101
Fax. No. (966) (1) 456 9977

For a complete listing of all other regional offices and contacts, go to www.iccp.com.

27.0 SAUDI ARAB CUSTOMS DUTIES

Article 98 Paragraph 4 of the Rules for the Implementation of Saudi Arab Customs
Regulations provides for the import and re-export of tools and equipment on a
refundable deposit basis. To eliminate unnecessary expenditures, Bidders are not to
include in their bid(s) any costs to cover customs duties for CONTRACTOR-supplied
tools and equipment to be re-exported. With regard to Saudi Arab Customs on tools and
equipment to be re-exported, CONTRACTOR should:

27.1 Furnish Customs Authority with a list of the tools and equipment. Particulars and
quantities of the tools and equipment are to be listed in duplicate, one copy shall
be maintained by Customs Authority for reference upon re-export and the other
copy shall be given to CONTRACTOR. The tools and equipment must be
segregated and shipped separately on individual airway bill or bill of lading.

27.2 Indicate the approximate period during which the tools and equipment will be
temporarily used in the Kingdom.

27.3 Pay customs duties and additional charges on the tools and equipment as a
deposit, which will be retained for a period of six months. The CONTRACTOR is
expected to re-export the items before the end of the period of six months.

27.4 Contact Customs Authority within the six month period in the event
CONTRACTOR wishes to extend such period requesting extension of the period
with a justification for the extension, otherwise the deposit will be forfeited. The
period may not be extended for more than a year except under exceptional
circumstances, and only by order of the Ministry of Finance.

27.5 Deposits will be refunded only after confirming that the quantities and particulars
of the tools and equipment have been verified against the import lists and after
re-export is confirmed. Only the customs duties collected excluding additional
portage and port charges are refunded, on the basis that such tools and

SIB-I-11
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

equipment have been provided services of unloading on docks and


transportation. Irrevocable customs duties will be imposed on tools and
equipment which remain in the Kingdom and which CONTRACTOR intends to
sell locally. Such duties will be deducted from the refundable deposit on the
basis of charges assessed when the tools and equipment were imported.

28.0 CONFIDENTIALITY OF DOCUMENTS

In order for you to prepare your proposal for the subject Contract, it will be necessary for
COMPANY to provide you with certain information, including, but not limited to:
schedules, designs, drawings, calculations, specifications and standards. Due to the
sensitive nature of the documentation, you are required to designate a Saudi national
who shall be responsible for the management and control of this bid package. Such
information must be held confidentially and shall not be disclosed to any third parties
without the written permission of COMPANY.

29.0 RETURNING BID INVITATION DOCUMENTS

The bid package is being loaned to the Bidder in order for it to respond to the Invitation
for Proposal. If after receiving the bid package the Bidder decides not to submit a
proposal, or is notified that it has not been selected for contract award, then all copies of
the bid package shall be destroyed.

30.0 ELECTRONIC PAYMENTS

COMPANY wishes to emphasize that payment of CONTRACTOR invoices are made


electronically via wire transfer as indicated in the Invoicing & Payment provision in
Schedule "C" of the Contract. As required in said provision, CONTRACTOR shall
submit to COMPANY Treasury the related bank account information within ten (10) days
after the effective date of the Contract. Failure to do so will result in CONTRACTOR not
receiving payments.

25. In-Kingdom total Value Add (IKTVA)

Bidder shall submit an IKTVA proposal that will meet the minimum IKTVA target as set
forth in the Invitation for Proposal (Schedule "I", Attachment I) for the base duration of
this contract in accordance with the tables listed Section IV of this Specific Instructions
to Bidders. Any other forms will not be accepted.

 The IKTVA proposal shall be submitted in a separate envelope and shall include
an IKTVA Proposal Transmittal Letter.
 Bidders are not to include any commercial information in their IKTVA proposal
other than the proposed percentages.
 For each IKTVA category, Bidder shall propose the percentage of the
revenues generated from this contact that will be spent on IKTVA.
 IKTVA proposal shall be substantiated with evidences and any related supporting
documents that demonstrate the achievability of the proposed plan.

SIB-I-12
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

 This information will be incorporated into Schedule I (In-Kingdom Total Value


Add) of the contract and become a binding contractual commitment on the
Bidder.

END OF SECTION I

SIB-I-13
REQUISITION NO.3000871779

SPECIFIC INSTRUCTIONS TO BIDDERS

SECTION II

PREPARATION OF UNPRICED TECHNICAL PROPOSALS

1.0 INTRODUCTION
2.0 TECHNICAL PROPOSAL REQUIREMENTS
2.1 Technical Proposal Transmittal Letters
2.2 Provision of Required Information in Technical Proposal

SIB-II-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO.3000871779
SECTION II

1.0 INTRODUCTION

1.1 BIDDERS SHALL NOT QUOTE PRICES OR OTHER COMMERCIAL TERMS


OF ANY NATURE IN THE TECHNICAL PROPOSAL.

1.2 Bidders shall submit, as part of the unpriced Technical Proposals for each
Contract, all of the information required in Paragraph 2.0 of this Section II.

1.3 Information requested below shall be provided strictly and accurately in


accordance with the specific requirements described in Schedule "B" of the pro
forma Contracts.

1.4 Bidders shall provide all information requested by completely and explicitly
responding to the items specified below, including using the attached forms and
formats as instructed.

1.5 Responses to each item shall clearly and specifically reference the item(s) for
which the response is being given, and the responding Bidders’ names, or the
names of the applicable Bidders within the Bidding entity, must appear on each
page of all required forms submitted. Bidders shall include a cross-reference
table or index with the submittal, specifically identifying each item and its
corresponding response(s). Bidders shall number all volumes, sections,
paragraphs, sub-paragraphs and pages of responses to correspond as closely as
possible to the numbering in this IFP to facilitate evaluation of the Proposals.

1.6 Unless specifically requested, promotional literature, corporate brochures,


preprinted company fact sheets or any other extraneous information shall not be
submitted in lieu, or as an attachment to, the information requested herein.
Additional data may be submitted only if it will significantly enhance Bidders’
responses and if reference is made to the specific item(s) to which the response
applies; otherwise it will be disregarded.

SIB-I-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

2.0 TECHNICAL PROPOSAL REQUIREMENTS

Bidder's Technical Proposals shall present the following information based on the Scope
of WORK and all provisions included in the pro forma Contract Requisitions.

2.1 Provision of Required Information in Technical Proposal

Bidders shall provide full and complete responses to the required technical
proposal information as set forth in Attachment I, "Required Technical Proposal
Information". In order to facilitate clear and understandable responses, the
responses should be identified using the same element numbering provided in
the required information list.

2.2 Technical Proposal Transmittal Letters

Bidders shall complete and submit Attachment II for Technical Proposal


Transmittal Letters, with all the required information, without alteration, on
Bidder's own letterhead. The letter shall be signed, as appropriate, by authorized
officers of each party to a joint venture or consortium. Two (2) electronic copies
of the Technical Proposal, including the aforementioned transmittal letter, shall
be submitted on two (2) separate USB Drives.

SIB-II-Att I-3
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

SECTION II

ATTACHMENT I

REQUIRED TECHNICAL PROPOSAL INFORMATION

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
1. PROJECT EXECUTION
PLAN / WORK PLAN/
MOBILIZATION PLAN
(PEP)
1.1 Project Execution Proposed narrative work Provide a Project Execution Plan to address:
Narrative plan
1. Organization Structure/Chart
2. Sub-Contracting Strategy
3. Detailed Design Management Process
4. Material and Equipment Procurement Strategy
 Resources
 Personnel
 Critical and long lead-time materials and equipment
 Monitoring Procurement
5. Interface Management Plan
6. Project Control & Scheduling (including Progress Measurement
System).
7. Construction (including mobilization and demobilization)
 Resources
 Work Sequencing
 Mobilization (including sub-contractors)
 Site Security Plan
 High Level Pre-commissioning Strategy
Plans for providing utilities such as potable water for drinking, water for
utilities, construction, and hydrotesting, waste water and sewage disposal,
electricity.

SIB-II-Att I-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
2. PROPOSED WORK
SCHEDULE
2.1 Detailed CPM logic Bidders shall provide a Critical Path Method (CPM) engineering,
network procurement, and construction schedule and provide monitoring data
covering the duration of the Contract. The schedule shall be based on and
incorporate the critical milestone dates (including scheduled substantial
completion date).
The schedule shall be prepared using current industry accepted Primavera
software version unless prior written approval from COMPANY to use another
proprietary software.
The schedule shall include sufficient activities to ensure that the scope of
work is covered in the work schedule to the satisfaction of the COMPANY.
The schedule shall show weighted (by direct man-hour) physical progress
percentage for each activity, and by WBS level.
The procurement progress weightage for the schedule shall be as specified in
the contract. Procurement Section of schedule shall include a sub-section for
all critical and long lead items.
2.2 Order of performing the Provide details demonstrating the order in which the WORK shall be
WORK so as to achieve performed to achieve the Critical Milestone Dates set forth in Schedule "B" of
the Contract Critical the contract.
Milestone Dates
2.3 Milestone Events Identify significant milestone events and dates, other than those listed in the
proposed by Bidder contract, which will support achievement of the required Critical Milestone
Dates.
2.5 Manpower histogram Provide a manpower histogram showing construction craft requirements over
time.

SIB-I-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II - ATTACHMENT I

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
2.6 Scheduled WORK Provide schedule of engineering, procurement and construction WORK
completion completion and overall WORK completion by month with table of incremental
and cumulative percentages and, Mid-Point "S" curves for engineering,
procurement and construction WORK completion and overall WORK
completion.

The Mid-Point “S” curves shall be based on the early start and late finish
dates and calculation of the mid-point (average).

2.7 Procurement schedule


for major POs Provide a procurement schedule with placement and WORK Site delivery
dates for all major, critical and long lead equipment and materials. Include a
Mid-Point "S" curve for issuing all purchase requisitions, order placement, and
WORK Site delivery for all Purchase Orders (POs). Show as three (3)
separate curves displayed on one (1) chart.

The Mid-Point “S” curves shall be based on the early start and late finish
dates and calculation of the mid-point (average).

SIB-II-Att I-3
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
3. MANPOWER /
RESOURCES
3.1 Key Personnel Resumes of key Provide resumes for both contractor and major subcontractor key personnel
Information personnel, including candidates and alternates, including, as a minimum, the following information:
those of major
1. Candidate’s Name
subcontractors
2. Proposed Project Position
3. Candidate’s Employer (Company filling the proposed position)
4. Date candidate will be assigned to this Project
5. Confirmation of Candidate’s capability in written and spoken English
6. Candidate’s current job title
7. Number of years candidate has been in current job title and salary code
(month/ year-from/to)
8. Current work location
9. Educational qualifications (specify university and college degrees,
discipline emphasis, as applicable, and professional certifications held by
each candidate)
10. Professional work experience: list work experience for last ten (10) years
in descending order for each job title held for each candidate, as follows:
10.1 Prior to and since employment with Bidder (identify each), provide
the following:
10.1.1 Job title and dates in title
10.1.2 Project(s) name, client, brief description and dates of
project, start/finish of each project
Specifically identify any SAUDI ARAMCO/COMPANY project
experience.

SIB-I-4
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II - ATTACHMENT I

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
3.2 Overall Manpower Construction manpower Provide:
requirements and
1. Total number of proposed construction management and other
availability
supervisory personnel listed by discipline, current or proposed
availability dates, and any need to obtain additional such employees
and from what source.
2. Provide total number of proposed management, specialists,
technicians, craftsmen, and laborers listed by discipline for the
duration of the contract (including Holy Month of Ramadan).

3.3 Saudization Plan Provide proposed plan for meeting required contract Saudization levels as set
forth in Schedule S of the contract.
4. CONSTRUCTION
EQUIPMENT
4.1 List of major items of Provide a complete list of the major items of construction equipment proposed
construction equipment for use, and the following information for each type of equipment:
and proposed total
1. Equipment Type
duration on-site
2. Date (range) of Manufacture
3. Capacity
4. Number Owned (bidder or major subcontractor)
5. Number Rented
6. Number used at WORK site by month
7. Total duration (equipment weeks) on site
8. Current (prior to start of WORK) location of equipment

SIB-II-Att I-5
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
5. SUBCONTRACTING Extent of the Provide a description of those portions of the WORK, which bidder proposes
PLAN Construction WORK to to subcontract to other companies, together with the names, addresses and
be subcontracted qualifications of those companies.
Provide the following for each proposed subcontractor:
1. Subcontractor name and address
2. Commercial registration
3. Whether subcontractor is proposed as primary or alternate selection
4. Evidence of technical qualifications
5. Latest financial report
6. Current work load
7. Scope and type of WORK to be subcontracted
8. Percentage of total contract WORK
9. Subcontractor’s proposed execution plan for subcontracted WORK.
10. Proposed Key Personnel & Organization Chart.
11. Proposed Quality & Safety Plans.
12. Total available manpower and required equipment availability.
6. QUALITY PLAN Copy of Corporate Provide:
Quality Manual
Uncontrolled copy of Bidder's Corporate Quality Manual(s).

If the Quality Manual(s) have been recently approved by COMPANY under a


recent project, Bidder shall provide a copy of the letter either accepting or
rejecting the last submittal(s).

6.1 Names and resumes of Provide the names and resumes of nominated QA/QC Manager, QC
nominated Quality key Supervisors and Procurement QC Supervisor and inspectors.
personnel

SIB-I-6
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II - ATTACHMENT I

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
7. PROJECT
ORGANIZATION
CHARTS
7.1 Proposed project Provide project organization chart for the design and construction phases and
organization chart showing key personnel names and relationships for the following functions:
1. Project Manager
2. Engineering Manager
3. Corporate/Project Quality Manager
4. Materials Procurement
5. Construction Manager
6. Project Controls
7. Safety
7.2 Corporate organization Provide a corporate organization chart showing overall corporate
chart, including an organization, including Executive Sponsor (by name and location), and
Executive Sponsor functional and project groups (e.g., Project Manager). The chart shall show
the interrelationship between contractor organizations and any major
subcontractors.
Identify Project Manager Staff roles and responsibilities, including limit of
authority, lines of authority and communication within the corporate structure
to the functional group level, and how they relate to the designated Project
Team(s) for the WORK under the contract.
8. SAFETY / HSE / LOSS Corporate Health, Safety Provide copy of bidder's corporate HSE policy. In addition provide a narrative
PREVENTION PLAN and Environment (HSE) summary of bidder's Safety Program addressing the following:
Policy
1. Details of implementing and an incident-free work process;
2. Plans for conducting regular management safety audits or reviews;
3. Plan for conducting site HSE orientation;
4. Bidder's HSE statistics for the preceeding three (3) years, including
reportable injury rates, days away from work rates, number of fatalities
(reference to work-hours);
5. Any other HSE measures that bidder believes would help define its HSE
philosophy and commitment to the goal of being "Incident Free!"

SIB-II-Att I-7
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

Requisition Number: 3000871779


Specific Instruction to Bidders, Section II, Attachment I: Technical Submittal Required Information
CONTENT ELEMENT
NO. TOPIC / SUBTOPIC CATEGORY TEXT
DESCRIPTION
9. REMEDIATION PLAN Provide your remediation plan or satisfactory evidence of improvement for the
FOR SUPPLIER POOR Poor scores received under the Supplier Performance Evaluation categories
PERFORMANCE communicated through the IFP package (if any).

NOTE: If you haven’t received Poor performance score, please disregard this
EXHIBIT.

10. CURRENT WORKLOAD Provide a statement concerning the impact of this WORK on, or the impact on
this WORK by, any other current or projected work that is/will be in progress
at Bidders' offices, including their proposed subcontractor(s) during the time
period covered by this WORK.
Bidder shall:
1. List the ongoing projects (Contracts) together with their title, locations,
start date, completion date, value and proponents' name and current
phone number, comprising the Bidders’ current workload.
2. List those projects (Contracts) in the Kingdom, together with their title and
proponent, for which the Bidder has a current bid under review.
3. Provide total number of management and other supervisory personnel
listed by discipline, who are proposed for this Contract (OOK and IK).
Are they presently available? If you will have to obtain additional
employees, indicate from which source you intend to obtain them.

SIB-I-8
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779

SECTION II

ATTACHMENT II

TECHNICAL PROPOSAL TRANSMITTAL LETTER

(Bidder Shall Submit Without Alteration On Bidder's Letterhead)

DATE:

Manager
Contracting Department
Saudi Arabian Oil Company
P.O. Box 1500
Dhahran, Saudi Arabia

ATTENTION: Abdulaziz AlBelushi


Contracting Representative

SUBJECT: TECHNICAL PROPOSAL


Requisition No. 3000871779
Upgrading Sec. Facilities at DH&NA

REFERENCE: SAUDI ARAMCO


Invitation For Proposals (IFP) Letter,
Dated:

Gentlemen:

We have received, carefully examined and understand the referenced IFP documents
and the subsequent Bid communications and all Addenda (including No. 1. through No.
) issued thereto concerning the WORK involved in the design, engineering,
procurement, fabrication, and other related services for the subject Contract.

We have made all necessary inquiries concerning the WORK; have familiarized
ourselves with the above mentioned documents; and have satisfied ourselves as to the
nature and location and the general and local conditions to be encountered in the
performance of the WORK.

We agree to furnish all transportation, materials, supplies, equipment, labor and


supervision necessary to design, engineer and procure materials for the subject project
in full accordance with to Pro Forma Requisition No.3000871779 and documents
referenced therein, as modified by any Addenda.

Submitted, as directed in the Instructions To Bidders and in triplicate, for your


consideration is our Technical Proposal. The Commercial Proposal has been submitted

SIB-II Att II-1


SPECIFIC INSTRUCTIONS TO BIDDER REQUISITION NO. 3000871779
SECTION II

separately according to the Instructions to Bidders. We certify that no prices or other


commercial terms of any nature are contained in our Technical Proposal.

We offer to perform all WORK under the terms and conditions set forth in Pro Forma
Requisition No. 3000871779 for the Bid prices quoted in our Commercial Proposal,
which are firm for the duration of any Contract arising from this Proposal. This offer will
remain firm, valid and open to acceptance by COMPANY for a period of one hundred
eighty (120) days from the Bid Closing Date.

We hereby certify that our Base Technical, IKTVA and Commercial Proposals are fully
in accordance with the IFP documents and Addenda thereto without exception or
qualification. We are prepared to execute both Contracts without change in respect to
our Base Principal Currencies of Expenditure Proposal or alternative U.S. Dollar OOK
Proposal, and our Base Saudi Riyals or alternative U.S. Dollars, if applicable, IK
Proposals.

We further certify that we have carefully checked all of the words and figures shown in
the Technical and Commercial Proposals and other submissions forming part of our
Technical Proposal submitted herewith and that we have carefully reviewed the
accuracy of all statements in this Proposal and attachments hereto and that We are
solely responsible for all omissions on our part in preparing this Proposal.

(Note to Bidder: If an unsolicited Alternative Proposal(s) has been submitted, briefly


summarize the alternative(s) in a paragraph at this point in Bidder’s
response.)

If awarded the Contract, We agree to adhere to the Scheduled Completion Dates set
forth in Requisition No. 3000871779.

We are / are not (Bidder shall choose one) a subsidiary Company of a parent company.
(If applicable), The Parent Company is (as applicable to each contractor of the Bidding
Entity) .

Such Parent Company is willing to provide a Performance Guarantee in the format


provided in Section IV of these Instructions to Bidders within one (1) week of a formal
request from SAUDI ARAMCO to do so.

The Saudi Arabian Commercial Registration Number(s) for our IK affiliate(s)


__________________________________________________________________
is/are:

                     issued at                    on   

                     issued at                   on   

SIB-I-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II - ATTACHMENT II

We acknowledge COMPANY’s right to reject any and all Proposals, or any portion of
this Proposal, if deemed to be in COMPANY’s best interest, or the Proposal of any
Bidder not registered to do business in Saudi Arabia in the manner provided in Saudi
Arab Laws or Regulations, at the time of the opening of the Commercial Proposal.

The undersigned acknowledges receipt, understanding and full consideration of the


Invitation for Proposal documents and the Addenda issued thereto as follows:

(Bidder to list all addenda issued)

Addenda Nos.: Date:


Date:

Date:

Signed on behalf of Bidder by:

SIGNATORY: OFFICER OF COMPANY


NAME:
TITLE:
COMPANY NAME:
ADDRESS:
TELEPHONE NO.:
FACSIMILE NO.:
EMAIL ADDRESS: ___________________________

END OF SECTION II

SIB-II-Att II-3
REQUISITION NO. 3000871779

SPECIFIC INSTRUCTION TO BIDDERS

SECTION III

PREPARATION OF COMMERCIAL PROPOSALS

1.0 Introduction

Bidders are required to submit their Commercial Proposals per this Section III and to
comply with the procedures set forth in Section I of these Specific Instructions to Bidders
regarding currencies of bid. Bidder's Commercial Proposals shall contain the information
further described below in paragraphs 2.0 and 3.0.

2.0 Attachment I - Commercial Proposal Transmittal Letters

This attachment includes one Pro forma Commercial Proposal Transmittal Letter. The
letter shall be fully completed by Bidder with all the required information, without
alteration, on Bidder's own letterhead. This letter shall be signed, as appropriate, by
authorized officers of each Bidder and included with all copies of the Commercial
Proposals submitted by Bidder.

3.0 Attachment II - Commercial Bid Forms

Commercial Proposal Bid Forms shall comply with Paragraph 5 of General Instructions to
Bidders and shall be completed using Attachment I to Schedule "C". Commercial
Proposals shall be in Saudi Riyals.

END OF SECTION III OF SPECIFIC INSTRUCTION TO BIDDERS

SIB-III-1
REQUISITION NO. 3000871779

SPECIFIC INSTRUCTION TO BIDDERS


SECTION III, ATTACHMENT I

COMMERCIAL PROPOSAL TRANSMITTAL LETTER


(Bidders Shall Submit Without Alteration On Bidder's Letterhead)

DATE: _________________

The Manager, Contracting Department


SAUDI ARAMCO
P. O. Box 1500
Dhahran 31311, Saudi Arabia

ATTENTION: Abdulaziz AlBelushi, Contracts Representative

SUBJECT: COMMERCIAL PROPOSAL


Requisition No. 3000871779
Upgrading Sec. Facilities at DH&NA

REFERENCE: SAUDI ARAMCO


Invitation for Proposals (IFP) Released in ECN on __________.

Gentlemen:

We have received, examined and understand the referenced documents issued thereto,
concerning the WORK involved in the procurement, installation/construction, pre-commissioning
and completion activities and other related services for the subject Project.

We have made all necessary inquiries concerning the WORK; have familiarized ourselves with
the referenced IFP documents; and have satisfied ourselves as to the nature and location and
the general and local conditions to be encountered in the performance of the WORK.

We agree to furnish all transportation, materials (except for the COMPANY-supplied materials
described in Schedule "G" of the Pro forma Contracts), supplies, equipment, labor and
supervision necessary to design, procure, install/construct, Precommission and provide
Commissioning to Install new façade for the Saudi Aramco Oil Exhibit in full accordance with the
above stated requisition number and documents referenced therein, as modified by any
Addenda.

Submitted herewith in original and duplicate copy for your consideration is our Commercial
Proposal. Our Technical Proposal has been submitted separately in accordance with the
Specific Instructions to Bidders. We certify that no prices or other commercial terms of any
nature are contained in our Technical Proposal.

We offer to perform all work under the terms and conditions set forth in the IFP documents for
the prices quoted in our Commercial Proposal, which are firm for the duration of any Contracts
arising from this Invitation for Proposal.

This offer shall remain firm, valid and open to acceptance by COMPANY for a period of one
hundred twenty (120) days after the Bid Closing Date.

SIB-IV-Att I-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

We hereby certify that our Base Technical, IKTVA and Commercial Proposals are fully in
accordance with the IFP documents without exceptions. We are prepared to execute the
Contract without change in respect to our Base Proposal in Saudi Riyals and any unsolicited
proposals we submitted.

We are/are not (Bidder shall choose one) a subsidiary Company of a parent company. (If
applicable), The Parent Company is (as applicable to each contractor of the Bidding Entity)
. Such Parent
Company is willing to provide a Performance Guarantee in the format provided in the IFP letter
within one week of a formal request from COMPANY to do so.

Our Saudi Arabian Commercial Registration Number(s) is/are:

                     issued at                    on   


                     issued at                   on   

We acknowledge COMPANY's right to reject any and all proposals, or any portion of this
proposal, for any reason, and/or if, in the case of the IK Contract, the Bidder is not registered to
do business in Saudi Arabia, in the manner provided in Saudi Arab laws or regulations, at the
time of Commercial Bid Opening.

The undersigned acknowledges receipt, understanding and full consideration of the Invitation for
Proposal documents and the following Addenda issued thereto:

(Bidder shall list all addenda issued by COMPANY)

Addendum Nos.:                             Date:               


                            Date:               

Signed on behalf of IK Bidder by:

SIGNATORY: OFFICER OF COMPANY COMPANY NAME:

NAME: ADDRESS:
TITLE:
TELEPHONE NO.: E-MAIL:

END OF ATTACHMENT I TO SECTION III OF


SPECIFIC INSTRUCTION TO BIDDERS

SIB-I-2
REQUISITION NO. 3000871779

SPECIFIC INSTRUCTION TO BIDDERS


SECTION III, ATTACHMENT II

COMMERCIAL BID FORMS

It is mandatory that Bidders submit their Commercial Proposals for all portions of the applicable
Paragraphs and Attachments of Schedule "C" of the pro forma Contract by explicitly completing
without exception or alteration, the documents listed below using, where applicable, the
electronic copy provided by COMPANY during the bidding period, in accordance with Section III
to these Specific Instructions to Bidders. Additional pages, shall be recreated in the exact
format and content as the pages set forth in Schedule "C" of the pro forma Contract, as
necessary, to submit the Primary Commercial Proposal and the alternative proposal. The
Primary and any alternative Commercial Proposals must include the following:

1. Commercial Bid:
 Attachment I to Schedule "C", Contract Requisition No. 3000xxxx

2. Unsolicited Alternative proposal (if any)


 Schedule "C" - Alternative Proposal, Contract Requisition No. 3000xxxx

END OF ATTACHMENT II TO SECTION III OF


SPECIFIC INSTRUCTION TO BIDDERS

SIB-III-Att I-1
REQUISITION NO. 3000871779

SPECIFIC INSTRUCTION TO BIDDERS


SECTION IV
IN-KINGDOM TOTAL VALUE ADD (IKTVA) PROPOSAL

 Please refer to Schedule I (In-Kingdom Total Value Add) of the contract documents for
more details on examples of spend that may and may not be included in the IKTVA
spend categories.

Category A - Localized goods and services


Year Proposed Percentage *Detailed Plan
of PA/PO Revenues
1
2
3
4
5
6
7
8
9
10

Category B - Salaries paid to Saudis


Year Proposed Percentage of *Detailed Plan
PA/PO Revenues
1
2
3
4
5
6
7
8
9
10

Category C - Training and Development of Saudis


Year Proposed Percentage of *Detailed Plan
PA/PO Revenues
1
2
3
4

SIB-IV-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

6
7
8
9
10

Category D - Local Supplier Development


Year Proposed Percentage of *Detailed Plan
PA/PO Revenues
1
2
3
4
5
6
7
8
9
10

* The detailed plan shall be based on the PA/PO and shall provide the necessary
assurances that the supplier will meet the proposed percentage.
For more details, please visit the IKTVA website: https://www.iktva.sa/faq/

SIB-IV-2
REQUISITION NO. 3000871779

ATTACHMENT I

IKTVA PROPOSAL TRANSMITTAL LETTER – BASE BID or NON-MANDATORY


ALTERNATIVE (AS APPLICABLE)
(Bidders Shall Submit Without Alteration On Bidder's Letterhead)

DATE: _________________

The Manager, Contracting Department


SAUDI ARAMCO
P. O. Box 1500
Dhahran 31311, Saudi Arabia

ATTENTION: Abdulaziz AlBelushi


Contracts Representative

SUBJECT: IKTVA PROPOSAL


REQUISITION NO. 3000871779
Upgrading Sec. Facilities at DH&NA
REFERENCE: SAUDI ARABIAN OIL COMPANY
Invitation for Proposals (IFP) Letter, Dated __________.

Gentlemen:

We have received, examined and understand the referenced documents issued thereto,
concerning the WORK involved in the procurement, installation/construction, pre-commissioning
and completion activities and other related services for the subject Project.

We have made all necessary inquiries concerning the WORK; have familiarized ourselves with
the referenced IFP documents; and have satisfied ourselves as to the nature and location and
the general and local conditions to be encountered in the performance of the WORK.

We agree to furnish all transportation, materials (except for the COMPANY-supplied materials
described in Schedule "G" of the Pro forma Contracts), supplies, equipment, labor and
supervision necessary to design, procure, install/construct, Pre-commission and provide
Commissioning to Install new façade for the Saudi Aramco Oil Exhibit in full accordance with the
above stated requisition number and documents referenced therein, as modified by any
Addenda.

Submitted herewith in original and duplicate copy for your consideration is our Commercial
Proposal. Our Technical Proposal has been submitted separately in accordance with the
Specific Instructions to Bidders. We certify that no prices or other commercial terms of any
nature are contained in our Technical Proposal.

We offer to perform all work under the terms and conditions set forth in the IFP documents for
the prices quoted in our Commercial Proposal, which are firm for the duration of any Contracts
arising from this Invitation for Proposal.
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000871779
SECTION II

This offer shall remain firm, valid and open to acceptance by COMPANY for a period of one
hundred twenty (120) days after the Bid Closing Date.

We hereby certify that our Technical, IKTVA and Commercial Bids are fully in strict accordance
with the IFP documents for the referenced Contract Requisition without exceptions. We are
prepared to execute the Contract without change in respect to our Bid. If awarded the Contract,
we agree to adhere to the Scheduled Completion Date as set forth in Contract Requisition No.
3000xxxx.

We are/are not (Bidder shall choose one) a subsidiary Company of a parent company. (If
applicable), The Parent Company is (as applicable to each contractor of the Bidding Entity)
.
Such Parent Company is willing to provide a Performance Guarantee in the format provided in
the IFP letter within one week of a formal request from SAUDI ARAMCO to do so.

Our Saudi Arabian Commercial Registration Number(s) is/are:

issued at on
issued at on

We acknowledge SAUDI ARAMCO’s right to reject any and all proposals, or any portion of this
proposal, for any reason, and/or if, in the case that our affiliated Bidder for the IK Contract is not
registered to do business in Saudi Arabia, in the manner provided in Saudi Arab laws or
regulations, at the time of Commercial Bid Opening.

The undersigned acknowledges receipt, understanding and full consideration of the Invitation for
Proposal documents and the following Addenda issued thereto:

(Bidder shall list all addenda issued by SAUDI ARAMCO )

Addendum Nos.: Date:


Date:

SIGNATORY: OFFICER OF COMPANY SAUDI ARAMCO NAME:

NAME: ADDRESS:
TITLE:
TELEPHONE NO.: E-MAIL:

END OF ATTACHMENT I TO SECTION IV OF


SPECIFIC INSTRUCTION TO BIDDERS

SIB-IV-Att I-2

You might also like