You are on page 1of 6

TENDER SECRETARIAT

PETRONAS CARIGALI IRAQ HOLDING B.V.


LEVEL 7, PRECINCT 3,
DUBAI INTERNATIONAL FINANCIAL CENTRE,
PO BOX 506594, DUBAI UAE

To : Belad Mabain Alnahrain Co. From : Tender Secretariat 02

Attn. : To Whom It May Concern Fax No. : -

Fax No. : - Reference No. : PCIHBV/2015/P&E/930/TC3

Pages : 6 (Including cover page) Date : 17 August 2015

TENDER : PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST


TITLE CONCRETE SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI
IRAQ HOLDING B.V. GARRAF OPERATION
TENDER NO. : PCIHBV/2015/P&E/930
SUBJECT : TECHNICAL CLARIFICATION NO. 3

This clarification is to assist us in evaluating your bid which was submitted to PETRONAS CARIGALI IRAQ
HOLDING B.V. on 23 July 2015.

We wish to reiterate that failure to respond in a clear and specific manner to each of the questions may
result in the rejection of your proposal.

BIDDER shall submit the information requested in two (2) separate envelopes as follows:-

1.0 Technical Envelope


Shall be sealed and marked: Confidential - Technical Response to Clarification No: 3 for the
PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST CONCRETE
SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI IRAQ HOLDING B.V.
GARRAF OPERATION. BIDDER shall indicate clearly whether there will be a cost impact but
BIDDER shall not include any indication of effect on price. Inclusion of commercial information
in technical envelope will result in BIDDER lification. Response by email (ten-
der_iraq02@petronas.com.my) must reach PCIHBV not later than 19 August 2015 (Wednes-
day) (before 4.00pm Dubai Time) and shall be followed by the Technical Envelope (original).

In the event BIDDER do not indicate any cost impact or BIDDER leaves blank in cost impact col-
umn of this technical clarification against any clarification and/or confirmation requested by
PCIHBV, then the cost impact towards such clarification and/or confirmation shall be deemed
included under BIDDER

2.0 Commercial Envelope (if any)


Shall be sealed and marked: Confidential - Commercial Response to Clarification No: 3 for the
PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST CONCRETE
SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI IRAQ HOLDING B.V.
GARRAF OPERATION.

The price impact, if applicable, shall be shown separately in the Commercial Envelope ONLY.
Response by telefax/email is NOT acceptable.

3.0 Method of Responses


3.1 BIDDER
clarifications.
3.2 BIDDER may include attachments to the format to elaborate on their technical respons-
es.
1 of 6
3.3 Any cost impact (if any) resulting from the above clarifications shall be submitted per
Item 2.0 above. However, all attachments to BIDDER in be
submitted together with the cost impact for ease of reference.
3.4 BIDDER shall provide native file of BIDDER clarification sheet in replying the response.

4.0 Delivery of Responses


4.1 One (1) original and one (1) copy of the Technical and Commercial responses shall be
delivered to the following address;

PETRONAS CARIGALI IRAQ HOLDING B.V.


Level 7, Building 3 Office #705
Dubai International Financial Centre
PO Box 506594
Dubai UAE
Email: tender_iraq02@petronas.com.my
Tel No.: +971 4 440 8500/1
Attention: Sourcing Executive (Tender Iraq 02)

TENDER TITLE : PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF


PRE-CAST CONCRETE SECURITY WALLS AROUND GIFT AREA
FOR PETRONAS CARIGALI IRAQ HOLDING B.V. GARRAF
OPERATION
TENDER NO. : PCIHBV/2015/P&E/930

4.2 The Technical and Commercial Envelopes (if any) shall be submitted to the above
address not later than 24 August 2015 (Monday) (before 4.00pm Dubai Time)

Warning :
Inclusion of commercial information in technical envelope will result in
BIDDER disqualification.

Please note that no reminder will be sent. Failure to submit the above requirement by the deadline
shall be deemed non-responsive.

Regards,

TENDER SECRETARIAT 02

ACKNOWLEDGEMENT OF RECEIPT: TECHNICAL CLARIFICATION NO. 3

To: Tender Secretariat

We, ____________________________ hereby acknowledge receipt and noted the contents of

Technical Clarification No. 3 for Tender No.: PCIHBV/2015/P&E/930.

Signature : _______________________

Name : _______________________

Date : _______________________

Company Stamp : _______________________

Note: Please send this acknowledgement of receipt to tender_iraq02@petronas.com.my within two (2)
days from date of this letter.

2 of 6
PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST CONCRETE SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI IRAQ HOLDING B.V. GARRAF OPERATION
TENDER NO: PCIHBV/2015/P&E/930

TECHNICAL CLARIFICATION NO. 3

Cost
Clarification Impact
No Discipline ITB Reference Subject Bidder Proposal PCIHBV Requirement / Comment Attachment
Batch response (Yes /
No)
TECHNICAL CLARIFICATION NO:1 DATED 17 August 15

1 CONTRACT 3 Section V - Requirement for Company's Expe- Bidder is yet to provide the information required in Bidder shall submit the required supporting document as
Technical Proposal, Part I - rience in Provid- PCIHBV's TC#1 per the requirement stated in Section V - Requirement for
Technical Proposal Forms ing Similar Scope Technical Proposal, Part I - Technical Proposal Forms
(General), Item no. 4.0 Com- Bidder's Tabulation of Experience in providing similar (General), Item no. 4.0 Company's Experience in provid-
pany's Experience in Providing scope was provided. However, as required in Section V ing similar Scope.
Similar Scope - Requirement for Technical Proposal, Part I - Technical
Proposal Forms (General), Item no. 4.0 Company's Bidder shall Tabulate its experience as per the Table
Bidder's response to TC#1 Company Experience in providing similar scope of the shown in the above section.
ITB Bidder is required to provide supporting document Bidder shall submit all supporting Documents as per well
as a proof of Experience such as Letter of Award, Com- explained in the above Section (Section V - Requirement
pletion Certificate. the LOA should clearly state the of Technical Proposal Forms (General, Item no. 4.0)
Contract Value, Scope, Award date of Contract...etc.
2 Project Management 3 Section V - Requirement for Project Execution Bidder's proposal does not include Project Execution Bidder shall prepare and Submit PEP addressing all the re-
Technical Proposal, Part II - Plan (PEP) Plan neither in their original proposal nor in their re- quirement stated in Section V - Requirement for Technical
Technical Proposal Forms sponse to PCIHBV's TC#1 Proposal, Part II - Technical Proposal Forms (Specific), 1.8
(Specific), 1.8 Project Execution Project Execution Plan and shall be in line with Exhibit I -
Plan SOW of the ITB.

Bidder's response to PCIHBV's Bidder shall also confirm that the security wall shall be
TC#1 pre-cast in Sections and Bidder shall describe the follow-
ing:
1- -cast sections and loca-
tion of fabrication yard
2- Plan on how many sections Bidder will be capable in
fabricating daily and the number of molds Bidder will be
able to secure.
3- -wall type at B-2 side
4-
gistics.
3 Project Management 3 Section V - Requirement for List of On Going List of ongoing and Future expected projects is missing Bidder to Tabulate the list of On Going and Future Project
Technical Proposal, Part II - and Future Pro- from Bidder's submission Loading in accordance with Section V - Requirement for
Technical Proposal Forms jects Loading for Technical Proposal Part - II Section 1.9 of the ITB.
(Specific), Item no. 1.9 ON Bidder
GOING AND FUTURE
PROJECT LOADING
4 CONTRACT 3 Section V - Requirement for Statement of Statement of Compliance is missing from Bidder's Orig- Bidder shall submit a Statement of Compliance as per the
Technical Proposal, Part II - Compliance inal Proposal as well as Bidder's Response to TC#1 Sample attached in Section V - Requirement for Technical
Technical Proposal Forms Proposal, Part II - Technical Proposal Forms (Specific),
(Specific), Item no.1.13 Item no.1.13 STATEMENT OF COMPLIANCE of the ITB.
STATEMENT OF COMPLIANCE

Bidder's Response to TC#1

* BIDDER shall indicate clearly whether there will be a cost impact but BIDDER shall not include any indication of effect on price in the Technical Envelope. Inclusion of commercial information in technical envelope will result in BIDDER’s disqualification. The price impact, if applicable, shall be
shown separately in the Commercial Envelope ONLY.

Page 3 of 6
PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST CONCRETE SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI IRAQ HOLDING B.V. GARRAF OPERATION
TENDER NO: PCIHBV/2015/P&E/930

TECHNICAL CLARIFICATION NO. 3

Cost
Clarification Impact
No Discipline ITB Reference Subject Bidder Proposal PCIHBV Requirement / Comment Attachment
Batch response (Yes /
No)
5 Project Management 3 Section V - Requirement for Project Organiza- Bidder had indicated 2 candidates for Project Manager Bidder to re-propose a candidate that meet PCIHBV's re-
Technical Proposal, Part II - tion Chart Position in the response to TC#1 namely (Eng. Ali quirement
Technical Proposal Forms Mohson Jawad) and (Eng. Ferit Uzun).
(Specific), 1.5 Experience Project Manager
Both candidates' CVs are missing from Bidder's submis-
Bidder's response to PCIHBV's sion.
TC#1
Bidder to only indicate ONE (1) Candidate for Project
Manager Position.

Bidder to note the requirements for project manager


position are as follows:
1- Must hold a degree in Civil Engineering.
2- Must have a minimum of 5 years of relevant experi-
ence with a minimum of 2 years as project manager in
construction projects
6 Project Management 3 Section V - Requirement for Project Organiza- Bidder did not indicate or propose personnel for Con- Bidder to re-propose a candidate that meet PCIHBV's re-
Technical Proposal, Part II - tion Chart struction / Site Manager Position. quirement
Technical Proposal Forms
(Specific), 1.5 Experience Construction / Bidder to only indicate ONE (1) Candidate for Construc-
Site Manager tion / Site Manager Position and attach CV.
Bidder's response to PCIHBV's
TC#1 Bidder to note the requirements for project manager
position are as follows:
1- Must hold a degree in Civil Engineering.
2- Must have a minimum of 5 years of relevant experi-
ence with a minimum of 2 years as construction man-
ager.

7 Project Management 3 Section V - Requirement for Project Organiza- Bidder did not indicate or propose personnel for HSE Bidder to re-propose a candidate that meet PCIHBV's re-
Technical Proposal, Part II - tion Chart Officer Position. quirement
Technical Proposal Forms
(Specific), 1.5 Experience HSE Officer Bidder to only indicate ONE (1) Candidate for HSE Of-
ficer Position and attach CV.
Bidder's response to PCIHBV's
TC#1 Bidder to note the requirements for project manager
position are as follows:
- Must have a minimum of 5 years of relevant experi-
ence as HSE Officer in construction project.
8 Project Management 3 Section V - Requirement for Project Organiza- Bidder did not indicate or propose personnel for CIVIL / Bidder to re-propose a candidate that meet PCIHBV's re-
Technical Proposal, Part II - tion Chart QA/QC Engineer Position. quirement
Technical Proposal Forms
(Specific), 1.5 Experience Civil / QA/QC Bidder to only indicate ONE (1) Candidate for CIVIL /
Engineer QA/QC Engineer Position and attach CV.
Bidder's response to PCIHBV's
TC#1 Bidder to note the requirements for project manager
position are as follows:
1- Must hold a degree in Civil Engineering.
2- Must have a minimum of 4 years of relevant experi-
ence in construction projects.

* BIDDER shall indicate clearly whether there will be a cost impact but BIDDER shall not include any indication of effect on price in the Technical Envelope. Inclusion of commercial information in technical envelope will result in BIDDER’s disqualification. The price impact, if applicable, shall be
shown separately in the Commercial Envelope ONLY.

Page 4 of 6
PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST CONCRETE SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI IRAQ HOLDING B.V. GARRAF OPERATION
TENDER NO: PCIHBV/2015/P&E/930

TECHNICAL CLARIFICATION NO. 3

Cost
Clarification Impact
No Discipline ITB Reference Subject Bidder Proposal PCIHBV Requirement / Comment Attachment
Batch response (Yes /
No)
9 3 Section V - Requirement for HSE Statistic Bidder did not submitted required HSE statistic for last 3 Bidder to submit HSE statistic for last 3 years FAR, LTIF and
Technical Proposal, Part II - years FAR, LTIF and TRCF as per Instruction To Bidder TRCF
Technical Proposal Forms requirement
HSE
(General), 7.0 HSE Question-
naire, HSE Statistics, HSE Plan-
ning and HSE Manual
10 3 Section V - Requirement for HSE Policy Bidder did not submitted copy of signed company HSE Bidder to submit copy of signed company HSE Policy.
Technical Proposal, Part II - Policy as required in HSE Questionnaire
Technical Proposal Forms
HSE
(General), 7.0 HSE Question-
naire, HSE Statistics, HSE Plan-
ning and HSE Manual
11 Security 3 Exhibit I - SOW Security Man- Bidder's proposal does not contain any plan on security
(Safety and Security) agement System management system that Bidder will provide to ensure meet the requirements of Iraqi Ministry of Interior and Oil
the work is executed safely. Protection Force, and PCIHBV HSES standards.
Bidder shall submit an outline of its Security Management

curity Management System.


The Security Management System will be focusing how
the Bidder will implement security management to ensure
the Journey Management, WORKSITE and its working per-
sonnel are secured against any threat that can cause harm.
It shall also cover temporary facilities, accommodation,
material delivery and project related travelling within Iraq
(if any). Bidder is required to provide an outline of the plan
which shall sufficiently describes how Bidder intends to
manage the security for the following but not limited to:-
a) Modus Operandi and transportation detail from Point of
Entry within Iraq to
Garraf Site Location
b) Security at entry points, within accommodation and
camp, temporary facilities, existing FCP Facilities and pro-
ject site.

The security management system as a minimum shall in-


clude the following: -
i. Organization and Resources
ii. Planning and Procedures
iii. Implementation and Monitoring
iv. Security Assurance

The outline plan shall be sufficiently detailed to enable


PCIHBV to be assured that all site activities will be expedi-
tiously and safely handled and a cordial relationship will be
maintained with the security agencies involved

* BIDDER shall indicate clearly whether there will be a cost impact but BIDDER shall not include any indication of effect on price in the Technical Envelope. Inclusion of commercial information in technical envelope will result in BIDDER’s disqualification. The price impact, if applicable, shall be
shown separately in the Commercial Envelope ONLY.

Page 5 of 6
PROVISION OF SUPPLY, DELIVERY AND INSTALLATION OF PRE-CAST CONCRETE SECURITY WALLS AROUND GIFT AREA FOR PETRONAS CARIGALI IRAQ HOLDING B.V. GARRAF OPERATION
TENDER NO: PCIHBV/2015/P&E/930

TECHNICAL CLARIFICATION NO. 3

Cost
Clarification Impact
No Discipline ITB Reference Subject Bidder Proposal PCIHBV Requirement / Comment Attachment
Batch response (Yes /
No)
12 Security 3 Exhibit I - SOW Security Man- Bidder' did not explain on its plan in managing the local Bidder shall explain its plan in managing transportation of
(Safety and Security) agement workers and staff movement within project site. their local staff/workers into Garraf Contract Area for daily
movement for example.
Is Bidder planning to arrange centralized pick up point
outside GIFT via van or bus to bring them inside Worksite
in groups for a more practical and faster security check
and clearance by OPF and PETRONAS PSD team

Bidder to indicate its plan

* BIDDER shall indicate clearly whether there will be a cost impact but BIDDER shall not include any indication of effect on price in the Technical Envelope. Inclusion of commercial information in technical envelope will result in BIDDER’s disqualification. The price impact, if applicable, shall be
shown separately in the Commercial Envelope ONLY.

Page 6 of 6

You might also like