You are on page 1of 11

PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

GENERAL TABLE OF CONTENTS

TABLE OF CONTENTS

ATTACHMENT / EXHIBIT DESCRIPTION

1. ATTACHMENT A INSTRUCTIONS TO BIDDERS

2. ATTACHMENT B PROPOSAL FORM

3. ATTACHMENT C EXCEPTIONS FORM

4. ATTACHMENT D REQUIREMENTS FOR TECHNICAL PROPOSAL

6. ATTACHMENT E REQUIREMENTS FOR COMMERCIAL PROPOSAL

7. ATTACHMENT F FORM OF CONTRACT & TERMS AND CONDITIONS

8. ATTACHMENT G PARTICULAR CONDITIONS OF CONTRACT

9. EXHIBIT I SCOPE OF SERVICES


CONTRACTOR’S EQUIPMENTS, PRODUCTS AND
10. EXHIBIT II
SERVICE SPECIFICATIONS
11. EXHIBIT III CONTRACTOR’S PERSONNEL

12. EXHIBIT IV SCHEDULE OF COMPENSATION

13. EXHIBIT VI ADMINISTRATION PROCEDURE

14. EXHIBIT VII HEALTH, SAFETY AND ENVIRONMENTAL REGULATION

15. EXHIBIT VIII PERFORMANCE BANK GUARANTEE FORMAT

16. EXHIBIT XI CONTRACT EXPENSE REPORT

ITB DPOC/24/23-6621 Page 1 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

ATTACHMENT A

INSTRUCTIONS TO BIDDERS

A.1 INTRODUCTION

A.1.1 Dar Petroleum Operating Company Ltd (hereinafter referred to as “DPOC”), is hereby
soliciting competitive bid proposals (“Bid Proposals”) from your company (hereinafter referred
to as “BIDDER”) for the SERVICES as specified in this tender documents.

The Scope of SERVICES (referred to as “”SERVICES”) and details on requirements are


specified in the CONTRACT and its exhibits. Please study these carefully.

A.1.2 To enable DPOC to assess the relative merits of each bid, BIDDER is requested to furnish
DPOC with any and all relevant and complete information as set forth in this ATTACHMENT
A.

A.1.3 BIDDER is urged to comply strictly with each and every one of the provisions of this tender
documents and must submit Bid Proposal strictly in accordance with the terms of the tender
documents, which consist of the following:

ATTACHMENT A - INSTRUCTIONS TO BIDDERS

ATTACHMENT B - PROPOSAL FORM

ATTACHMENT C - EXCEPTIONS FORM

ATTACHMENT D - REQUIREMENTS FOR TECHNICAL PROPOSAL

ATTACHMENT F - TERMS & CONDITIONS OF CONTRACT (including all exhibits)

ATTACHMENT G - PARTICULAR TERMS & CONDITIONS

A.1.4 DPOC will accept and encourage proposals made jointly by two or more BIDDERs who wish
to combine their resources. However, DPOC will not accept and will disqualify any BIDDER
who submit more than one proposal.

A.1.5 As a base case, Bidder’s proposal shall be in full conformity with the requirements as
set out in this tender document. Nothing shall be deemed to change or supplement this
basis except revisions to the tender documents issued to all BIDDERs in writing by DPOC as
Tender Clarifications or Tender Addendum. If BIDDER wishes to present alternatives,
BIDDER may do so only after having duly complied with the requirements of this tender
document as its primary bid.

FAILURE TO COMPLY WITH THIS REQUIREMENT OF SUBMITTING A FULLY


CONFORMANCE BASE BID WILL RISK BIDDER’S PROPOSAL BEING DROP FROM
FURTHER EVALUATION, BEING A NON-CONFORMANCE BID.

A.1.6 Any query concerning preparation of Bid Proposal is to be directed in writing to the address
given in Section A-7.3. All relevant questions, along with DPOC’s reply, will be sent to all
BIDDERs.

A.1.7 Bid Proposal shall be binding for a period of time stated in the Invitation to Bid letter. BIDDER
may assume that award for this CONTRACT will be made within the bid validity period.

A.1.8 BIDDER shall also provide quotation(s) for any adjustment(s) required by BIDDER to extend
the bid validity for each two (2) consecutive 30-day period up to an additional sixty (60) days
beyond the validity period specified in Section A-1.7 above, if requested by DPOC.

A.1.9 All Bid Proposals must be signed and certified by an officer duly authorized by BIDDER.

ITB DPOC/24/23-6621 Page 2 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

A.1.10 Any amendments appearing in the Bid Proposal must be signed by the BIDDER’s authorized
officer.

A.1.11 BIDDER is encouraged to consider maximizing South Sudan resources and facilities in the
execution of the SERVICES and to be highlighted in the Bid Proposal.

A.1.12 FAILURE TO STRICTLY COMPLY WITH THE INSTRUCTIONS SET FORTH IN THIS
ATTACHMENT A WILL RESULT IN THE BID PROPOSAL BEING DEEMED TO BE NON-
COMFORMING, IN WHICH CASE IT WILL BE EXCLUDED FROM FURTHER
CONSIDERATION.

A.2 INTENTION TO BID

A.2.1 BIDDER is requested to check the tender documents upon receipt and to advise DPOC if
there is any omission or pages missing, or if there are any conflicting requirements.

A.2.2 BIDDER is required to acknowledge receipt and to confirm within the time stipulated in the
Invitation to Bid letter, upon receipt of tender documents:-

BIDDER’s intention to submit Bid Proposal


Address and name of representative to whom DPOC shall address all
communications pertaining to the tender.

A.2.3 BIDDER is required to confirm BIDDER’s understanding of the tender documents and
agreement to bid by executing the Proposal Form as per ATTACHMENT B, to be submitted
together with the Bid Proposal. An officer duly authorized by BIDDER must sign the Proposal
Form, without making any changes to the form.

A.2.4 Should BIDDER decline to submit a proposal, BIDDER shall state in writing the reasons for
declining to submit a proposal. BIDDER is required to promptly return all tender documents
to DPOC and, in all such cases, this shall be done not later than the Bid Closing Date as
stated in the Letter of Invitation to Bid.

The tender documents returned shall be forwarded to the address given in Section A-9.3 and
the following shall be clearly marked on the cover/envelop:

1. DECLINE TO BID – DOCUMENT RETURNED


2. TENDER (Number and Title)
3. BIDDER’s Name

A.3 CONTRACT EXCEPTIONS

A.3.1 If BIDDER has any change that is considered of mutual benefit or if there is any exception to
the terms and conditions of the CONTRACT or any other part of the tender document,
BIDDER must state the changes or exceptions proposed by using the format in
ATTACHMENT C and giving specific reasons thereof. BIDDER must indicate clearly the
effect, if any, these changes or exceptions may have on BIDDER’s price quotation if the
changes or exceptions are accepted by DPOC.

BIDDER shall ensure that BIDDER’s base quotation excludes such change(s) or
exception(s).

A.3.2 Change(s) or exception(s) to the CONTRACT expressed after the Bid Closing Date shall not
be considered.

A.3.3 DPOC reserves the right to accept or reject any or all of the proposed change(s) or
exception(s). DPOC will review each change or exception on a case-by-case basis.

ITB DPOC/24/23-6621 Page 3 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

A.3.4 If BIDDER cannot accept DPOC's wording at any price, and is willing to take risk having its
Bid Proposal rejected on this bases, then BIDDER must make the following statement under
the " CHANGE IN BID PRICE " column in ATTACHMENT C :

"FIRM - Will not accept DPOC's wording at any price " .

A.4 TAXES AND DUTIES

A.4.1 BIDDER is responsible to seek clarification through their tax advisor on the applicability of tax
provisions prior to submitting the Bid Proposal.

A.4.2 BIDDER shall ensure that all applicable taxes and duties are incorporated in the Bid Proposal.

A.5 PROPOSAL FORMAT

BIDDER shall submit the Bid Proposal as per the format and content as set out in the appendix to
this ATTACHMENT A.

A.6 SUBMISSION OF PROPOSAL

A.6.1 BIDDER is requested to submit the Technical Packages in two (2) copies, including one (1)
original set. The original set of the package must be wrapped separately from the other copies
and clearly marked with the word “ORIGINAL-TECHNICAL” on the cover of the respective
package. Copies of the Technical Proposal shall also be wrapped separately and marked with
the word “COPY–TECHNICAL PROPOSAL” on the cover of the respective package.

In the event of discrepancy between the original set and the copies, the original shall prevail.

A.6.2 BIDDER shall ensure that all proposals or submissions to DPOC pertaining to the tender are
properly wrapped, sealed and labeled accordingly as follows:

“ORIGINAL-TECHNICAL”

“COPY-TEHCNICAL PROPOSAL”

BIDDER shall ensure that BIDDER’s name and address and the tender number and title are
indicated on the cover of each package.

A.6.3 All communications/correspondence with regard to bid preparation/clarification and


submission of Bid Proposal shall be made to the following address:

SECRETARY, TENDER COMMITTEE


DAR PETROLEUM OPERATING COMPANY
PLOT NO. 163A, BLOCK NO. 5
ROCK CITY ROAD, HAI JEBEL
JUBA
REPUBLIC OF SOUTH SUDAN

EMAIL: dpoctender@darpetroleum.com

A.6.4 All correspondences with regard to tender clarifications shall be in writing and must indicate
the tender number and title and sent to the address given in Section A.7.3.

A.6.5 BIDDER is strongly advised to deliver the proposal by hand in order to assure timely receipt
by DPOC. If BIDDER elects to mail the proposal, BIDDER is advised to use a fast and reliable
delivery service (e.g., courier). BIDDER should advise DPOC by email the date and details of
the delivery services.

ITB DPOC/24/23-6621 Page 4 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

A.6.6 Responsibility for timely delivery of the proposal to the correct address rests fully with
BIDDER. DPOC does not accept late bids. Delivery to the wrong address shall not be an
excuse for late delivery.

A.6.7 BIDDER must ensure that the proposal is delivered to the address given in Section
A.6.7 above not later than the Bid Closing Date specified in the Invitation to Bid letter.

A.7 ACCEPTANCE

A.7.1 DPOC may, at its option, reject all bids received or may accept any bid which, in DPOC’s sole
judgment, is the most advantageous to DPOC. DPOC reserves the right to accept or reject
all or part of the proposal at DPOC’s discretion and will be under no obligation to explain the
reasons thereof.

A.7.2 DPOC reserves the right to award the contract at its own discretion.

A.7.3 DPOC shall not be deemed to have accepted all or any parts of a proposal unless and until
written acceptance is issued.

A.7.4 The successful BIDDER will be invited to enter into an agreement with DPOC (reference is
made to the CONTRACT FORM of the Bid Document). Prior to such an invitation, DPOC may
send the successful BIDDER a letter or telex of intent

ITB DPOC/24/23-6621 Page 5 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

ATTACHMENT B

PROPOSAL FORM

Date :

To : SECRETARY, TENDER COMMITTEE


DAR PETROLEUM OPERATING COMPANY
PLOT NO. 163A, BLOCK NO. 5
ROCK CITY ROAD, HAI JEBEL
JUBA
REPUBLIC OF SOUTH SUDAN

EMAIL: dpoctender@darpetroleum.com

Attn : SECRETARY, TENDER COMMITTEE

Dear Sir,

BID PROPOSAL FOR TENDER NO. DPOC/24/23-6621 FOR PROVISION OF


ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

 We, the undersigned, certify that we have read and understood the subject Invitation to Bid Tender
documents for Provision of ARC’S RTU System Restoration for Paloch & Adar.

We acknowledge that we have thoroughly reviewed the tender document and hereby submit our Bid Proposal
for the CONTRACT Price stated in our Commercial Proposal, and therefore we shall be solely responsible for
the SERVICES which shall be in accordance with good contractual practice.

We offer to perform the SERVICES as detailed in the tender document for the prices stated in our proposal
attached hereto. This offer is valid for_____ days from the date fixed for Bid Closing (i.e., until )
and shall be binding to us if accepted by DPOC at any time before expiration of the aforesaid validity date.

For extension of bid validity period beyond the date specified above, the price adjustment, if any, shall be as
follows:

For the first 30 day extension of bid validity -------------------------


For the second 30 day extension of bid validity --------------------

If our proposal is accepted, we undertake that, pending the execution of a formal contract, this Bid Proposal,
together with DPOC's written acceptance shall constitute a binding contract between us.

Yours truly,

Signature:

Name:

Position:

ITB DPOC/24/23-6621 Page 6 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

ATTACHMENT C

EXCEPTIONS FORM

Article Exact New Wording Reason (s) for Reduction in Bid Price if Effect on SERVICES
No. Proposed by Exception. DPOC accepts the
BIDDER Exception

ITB DPOC/24/23-6621 Page 7 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

ATTACHMENT D

REQUIREMENTS FOR TECHNICAL PROPOSAL

PLEASE READ THE FOLLOWING INSTRUCTIONS CAREFULLY BEFORE ATTEMPTING THE QUESTIONS
STATED IN THIS FORM D.

1. BIDDERS MUST PROVIDE ALL THE INFORMATION REQUIRED ACCORDINGLY AND ADHERE TO
FORMATS ESTABLISHED WHENEVER REQUIRED.

2. BIDDERS ARE STRICTLY PROHIBITED TO SUBMIT PARTIAL OR INCOMPLETE INFORMATION


AND LEAVE ANY OF DPOC’S REQUIREMENT UNANSWERED.

3. BIDDERS MUST WHERE REQUIRED SUBMIT/ENCLOSE ACCORDINGLY ALL THE SUPPORTING


DOCUMENTS REQUESTED TO SUBSTANTIATE THE INFORMATION PROVIDED.

4. BIDDER IS ENCOURAGED TO SEEK WRITTEN CLARIFICATION PRIOR TO BID CLOSING TO


CLARIFY AREAS OF CONCERN IN THIS FORM AS DPOC WILL NOT ISSUE ANY FURTHER
CLARIFICATION SHOULD ANY OF THE QUESTIONS ARE LEFT UNANSWERED.

5. BID SUBMISSION AND SUBSEQUENT CORRESPONDENCE MUST BE IN ENGLISH.

6. BIDDERS SUBMISSION SHALL BE CLEARLY TYPED. HAND WRITTEN SUBMISSION WILL BE


REJECTED FROM FURTHER CONSIDERATION.

FAILURE TO COMPLY WITH THE ABOVE INSTRUCTIONS WILL BE DEEMED AS BIDDERS NON-
COMPLIANCE TO THE TENDERING EXERCISE AND DPOC AT IT’S OWN PREROGATIVE WILL REJECT
THE BID SUBMISSION FROM FURTHER CONSIDERATION.

ITB DPOC/24/23-6621 Page 8 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

TECHNICAL PROPOSAL FORM

1.0 BIDDER’S PROFILE


NO DESCRIPTION BIDDER TO SPECIFY
1.1 Name of bidder (Company’s name) NEERAN FOR TRADE & INVESTMENT CO. LTD
1.2 Business address AIRPORT RD, TONG PING
1.3 Business hours 8:00AM - 5:00PM
1.4 Telephone no. +211 980 168 217
1.5 Fax no. N/A
1.6 Contact person WILLIAM WOL
1.7 Mobile no.
1.8 Valid email address (of the contact person or company) neeran.nti@gmail.com

2.0 Bidder’s Experience in Providing the related SERVICES/WORK:

1. Bidder must list down past and present clients whom bidder had provided similar Work to this
tender only. Bidder to list experience in providing services for control system (especially ARC’S RTU
system related to design, parts purchase, configuration, logic setting, assembling, inter-system
integration, system upgrade, etc) in the oil and gas industry. Bidder’s submission must strictly follow
and adhere to the format set below.

In order to gauge the experience level of BIDDER, BIDDER must provide the following detail of their
services, experience, and complete the table attached herewith for this purpose :-
1. Contracts for provision of similar services that had been executed by BIDDER.
2. Client (company) to whom the said services had been provided.
3. The Duration of each contract.
4. The Contract Value (state in what currency)

Contracts Name & Address of Contract Duration Contract Location / Contract Value
No. Undertaken Client Start Date End Country (State Currency)
Date
1. Substation 66kV Ndovu Cement - - Kenya Confidential
2. Distribution Sys KAA- Kenya Power - - Kenya Confidential

3.0 OTHER INFORMATION ABOUT THE COMPANY.


Bidder is requested to provide any other essential technically information and bidder’s past
performance and achievement, company’s profiles, background, etc, in relation to the scopes of
services provided.

ITB DPOC/24/23-6621 Page 9 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

4.0 FINANCIAL CAPABILITIES

COMPANY’S AUDITED FINANCIAL STATEMENT

NO DPOC’S REQUIREMENT BIDDER TO SUBMIT / SPECIFY

*2021/2022 5,073,482
6.1 Gross profit (or loss) for the following financial year.
*2020/2021 2,945,460

6.2 Audited financial statement for year *2021/2022 To submit the required financial statement.
And *2020/2021. Attach separately
(provide latest financial statement)
6.3 Provide Cash Flow Statement for Year 2020/21/22 (313, 653) / 813, 325 / 308,255

6.4 Financial Ratio during Year 2021/2022


(i) Tun around Ratio
(ii) Working Capital Ratio 1,900,255
(iii) Cash Balance 947,311
(iv) Gearing Ratio

5.0 BANKERS INFORMATION


7.1 Bidder’s Bank Name EQUITY BANK OF SOUTH SUDAN

7.2 Bank Address MUNUKI BRANCH

6.0 BIDDER’S PROPOSED PERSONNEL

Bidder shall provide detailed resume of proposed individual as per Exhibit I-Scope of Work 2.1 Manpower.
The resume shall states all relevant work experience and qualification and also availability of the proposed
personnel to mobilize to DPOC project site.

7.0 WORK WARRANTY

Bidder shall provide work warranty of eighteen (18) months after completion of work.

8.0 MATERIALS & MANPOWER MOBILIZATION SCHEDULE

Bidder shall provide detailed project schedule and able to mobilize within eight (8) months after award.

9.0 BIDDER’S PROPOSED EQUIPMENTS

Bidder shall provide the minimum list in accordance the requirement stipulated in EXHIBIT I

I FOR AND ON BEHALF OF HEREBY CONFIRM AND CERTIFY THAT ALL THE INFORMATION AND
DOCUMENTS FURNISHED IN THIS FORM E ARE TRUE.

ITB DPOC/24/23-6621 Page 10 of 11


PROVISION OF ARC’S RTU SYSTEM RESTORATION FOR PALOCH & ADAR

TENDER NO: DPOC/24/23-6621

I HEREBY ALSO CONFIRM THAT, I HAVE ANSWERED ALL THE QUESTIONS AND ATTACHED ALL
THE RELEVANT SUPPORTING DOCUMENTS.

DPOC CAN DEEM OUR INABILITY TO PROVIDE THE REQUIRED SERVICES OR DOCUMENTS SHOULD
THE REQUIRED ANSWER OF A PATICULAR QUESTION OR THE REQUIRED DOCUMENTS ARE NOT
DUELY FURNISHED OR ATTACHED AND NO FURTHER CLARIFICATION IS REQUIRED IN THIS
REGARD.

I HEREBY ALSO AUTHORISE DPOC TO UNDERTAKE A PHYSICAL AUDIT EXERCISE AT OUR OFFICE
PREMISES TO VERIFY AND ASCERTAIN THE SUBMISSION WITHOUT ANY PRIOR APPROVAL FROM
US.

NAME WILLIAM WOL KUOL

DESIGNATION MANAGING DIRECTOR

SIGNATURE

DATE
25th Jan 2024

COMPANY’S STAMP

ITB DPOC/24/23-6621 Page 11 of 11

You might also like