Vous êtes sur la page 1sur 33

REQUISITION NO.

3000672897

TABLE OF CONTENTS

SPECIFIC INSTRUCTIONS TO BIDDERS

SECTION I

INSTRUCTIONS TO BIDDERS

1.0 Introduction
2.0 Questions During Bidding
3.0 Submission of Proposals
4.0 Conformity of Proposals
5.0 Validity of Proposals
6.0 Government Liasion
7.0 Saudi Arab Customs Duties
8.0 Procurement of Materials under Turnkey contracts
9.0 Saudi Manufacturer Participation
10.0 Preference of Saudi Carriers
11.0 Saudi Arabian Standards Organisation ICCP Certification
12..0 Adhering to Government Safety & Security Regulations
13.0 Safety and Wildlife Conservation

SECTION II

PREPARATION OF TECHNICAL PROPOSALS

1.0 Introduction
2.0 Technical Proposal Requirements
2.1 Technical Proposal Transmittal Letters
2.2 CONTRACTOR Organization Charts
2.3 Personnel Resumes
2.4 Project Execution Plan
2.5 Engineering Deliverables
2.6 WORK Schedule
2.7 Subcontracting Plans

ATTACHMENTS

I Technical Proposal Transmittal Letter (SIB-II-Att-I)


II CONTRACTOR Organization Chart (SIB-II-Att-II-Exh.A & B)
III Personnel Resume (SIB-II-Att-III-1)
IV Project Execution Plan (SIB-II-Att-IV-Exh.A-1)

SIB-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

V Engineering Deliverables (SIB-II-Att-V-1


VI Proposed WORK Schedule (SIB-II-Att-VI-1)
VII Subcontract Intentions (SIB-II-Att-VII-1)

SECTION III

PREPARATION OF COMMERCIAL PROPOSALS

1.0 Introduction
2.0 Commercial Proposal Transmittal Letter
3.0 Commercial Proposal Bid Forms

ATTACHMENT

I Commercial Proposal Transmittal Letter ; for both Base & Mandatory Alternative.

SECTION IV

PARENT COMPANY PERFORMANCE GUARANTEE

SIB-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

SECTION I

1.0 INTRODUCTION

1.1 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.

1.2 Bidders are requested to take special note of Paragraphs 16 and 18 of the
GENERAL INSTRUCTIONS TO BIDDERS regarding compliance with Saudization
and GOSI requirements, respectively.

1.3 SAUDI ARAMCO has issued the General Instructions to Bidders, these Specific
Instructions to Bidders, and Pro forma Contract on electronic media Compact Disk
(CD), using Microsoft Windows 7. Bidders may not alter these electronic documents in
any way or attempt to remove any electronic protection/restriction that has been
established by SAUDI ARAMCO. In addition, it is the Bidders responsibility to use a
compatible computer system (including software) and to immediately advise SAUDI
ARAMCO, during the bidding period, of any deficiencies found in the electronic
documents provided by SAUDI ARAMCO. Furthermore, in the event of disagreement
between SAUDI ARAMCO and Bidder, before or after Contract award, regarding the
contents of the electronic documents provided by SAUDI ARAMCO, Bidder agrees to
accept the electronic documents held by SAUDI ARAMCO as the controlling
documents. All documents and CDs shall remain the property of SAUDI ARAMCO.

1.4 Saudi Arabian Oil Company (SAUDI ARAMCO) plans to procure a Contract on a Lump
Sum Turnkey (LSTK) basis. This Contract will be executed with the successful Bidder.
As such, SAUDI ARAMCO solicits Technical and Commercial Proposals from selected
Contractors referred to herein as Bidders as follows:

-Base Proposal: Project Duration - 960 days

- Mandatory Alternate Proposal: Project Duration - 780 days

The Bidder is required to follow Schedule B, Attachment II on Critical Milestone Dates


for both the above proposals as mentioned therein and submit separate Technical and
Commercial bids for each project duration.

1.5 The WORK, hereinafter referred to as "WORK", includes providing labor, materials, and
services for the material, equipment procurement, manufacture, inspection, expediting,
integration, transportation, customs clearance, installation/construction, logistics,
storage, inspection/testing, pre-commissioning, start-up and commissioning assistance
as described in the pro forma Contract of this project Requisition No. 3000672897,
Storage Tanks at YDH. The Contract is a Lump Sum Turn Key (LSTK) Contract with
unit rates for Changes in the scope of the WORK. Requisition No. 3000672897
includes unit rates which will also apply to start-up and commissioning assistance.
These rates shall be submitted with the Bid documents; as per provided Schedule C,
Attachment I in the pro-forma Contract.

2.0 QUESTIONS DURING BIDDING

SIB-I-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

2.1 If Bidders have questions after receipt of the IFP they shall be submitted in writing
through the Aramco Electronic Contracting Network (ECN). The Contracting
Representative will send a written copy of the questions and answers to all Bidders, and
applicable questions and answers thereto and any changes resulting from such
questions and answers will be incorporated into the formalized contracts. 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 a Bidder's
communication. SAUDI ARAMCO 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 SAUDI ARAMCO 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.

2.2 Questions received after the date specified in the IFP letter will not be acknowledged or
responded to.

3.0 SUBMISSION OF PROPOSALS

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


the Bidders are required to submit separate Technical and Commercial Proposals in absolute
conformance with the provisions of this IFP Package and its terms and conditions.

3.1 Bidders shall submit Mandatory Commercial Proposals for both Base and Mandatory
Alternate Proposal as mentioned in paragraph 1.4 above in absolute conformance with
the terms and conditions of the subject Contract using the electronic format of the
Commercial Proposal provided by SAUDI ARAMCO. Bidders are required to submit
one (1) original hardcopy, one (1) copy and one (1) electronic copy on USB for each
Base and Mandatory Alternative Proposals.

3.2 The Technical Proposal requirements as mentioned in SECTION II of this document


should be individually developed and submitted distinctly for each completion duration
mentioned above in paragraph 1.4. Bidders are required to submit one (1) original
hardcopy and two (2) electronic copies on USB for each the Base and Mandatory
Alternative Proposal.

3.3 Currencies of Bid and Payments:


Bidders shall submit their Primary Commercial Proposal Bid, including the
Contract Price and any Work Unit or Time Unit Rates, and all other Rates, in Saudi
Riyals. Contract Payments will be in Saudi Riyals.

4.0 CONFORMITY OF PROPOSALS

4.1 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" and Mandatory
Alternative Proposal. No deviations (exceptions, modifications, substitutions) from the

SIB-I-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

IFP documents shall be incorporated in the Base Proposal. Bidder shall submit only
one (1) such Base Proposal for each Proposal mentioned in paragrah 1.4. Failure to
submit the Base Proposal in strict compliance with all specifications and terms and
conditions of the IFP documents shall be cause for disqualification, or rejection of a
Bidder's Proposal at SAUDI ARAMCOs sole discretion.

4.2 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 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 SAUDI ARAMCO's sole discretion without further consideration.
SAUDI ARAMCO shall not undertake any responsibility to search out, find, or
acknowledge qualifications contained in Bidder's Proposal documents whether stated
expressly or implied.

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

4.4 Unsolicited alternative proposals, may also be submitted. Any such alternative
proposals shall only be considered by SAUDI ARAMCO 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 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 Commercial Proposal envelopes, with an alternative proposal
number indicated on the envelope and on the related documents. The related
alternative Technical and Commercial Proposals shall have the same alternative
proposal number. Alternative Technical Proposals shall clearly describe the non-
commercial 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 3.0 above. Bidders can submit Alternative bid for Bank Guarantee (BG)
in lieu of Retention and Attached the Standard Schedule C (Par.6.8) BG in Lieu.

5.0 VALIDITY OF PROPOSALS

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

6.0 GOVERNMENT LIAISON

6.1 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

SIB-I-3
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

reports to the Saudi Arab Government, its agencies and officials, concerning such
matters as:

6.1.1 Violation of laws or regulations by employees brought to Saudi Arabia to


engage in the performance of the WORK.

6.1.2 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.

6.1.3 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.

6.1.4 Debts and obligations of CONTRACTOR's employees.

6.1.5 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.

6.1.6 Registrations, including vehicle and equipment required by CONTRACTOR.

6.1.7 Land-use matters affecting CONTRACTOR's performance of the WORK.

6.1.8 Arabic language translation services required by CONTRACTOR, consistent


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

6.1.9 Customs clearance for materials procured by CONTRACTOR for the WORK.

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

7.0 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,
CONTRACTORs should:

7.1 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.

SIB-I-4
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

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

7.3 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.

7.4 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.

7.5 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 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.

8.0 PROCUREMENT OF MATERIALS UNDER TURNKEY CONTRACTS

Procurement Policies

8.1 The requirements of Schedule G reflect policies which SAUDI ARAMCO 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 SAUDI ARAMCO operations are not interrupted.

In order to advance its commercial interests including the development of local supply
capabilities, SAUDI ARAMCO strongly supports the growth of the Saudi infrastructure
particularly that of the Saudi manufacturing sector. SAUDI ARAMCO has established
two major policies for its own procurement. To summarize:

First: Materials must come from sources which are technically capable and
financially qualified, whose products meet our technical requirements, and
whose bids are selected on a non-discriminatory basis.

Second: Materials must come from sources which are financially competitive, and,
where Saudi Manufacturers or Saudi Agents of out-of-Kingdom sources are
competitive, material requirements are preferentially to be purchased from
these In-Kingdom sources of supply.

8.2 SAUDI ARAMCO has estimated that if it, rather than the CONTRACTOR, were
procuring the material for the Facilities, eighty percent (80%) of the material would be
SIB-I-5
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

purchased from Saudi manufacturers and Saudi vendors who supply materials from out
of Kingdom sources.

8.3 SAUDI ARAMCO is providing this estimate not to indicate a target which the
CONTRACTOR must achieve, but to assist each Bidder in determining the amount of
work which the CONTRACTOR's purchasing office in Saudi Arabia could perform.

8.4 To facilitate these policies, specific reporting requirements for materials invoicing source
identification, and Purchase Order Placement are included as CONTRACTOR
obligations in Schedule G Attachment II, paragraph 3.2 Identification of Source of
Material.

9.0 SAUDI MANUFACTURER PARTICIPATION

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


from both Saudi manufacturers and out-of-Kingdom suppliers for those materials identified in
SAUDI ARAMCO's report and valued above $10,000. The lowest priced technically acceptable
quote from each of these two groups shall be transmitted to SAUDI ARAMCO. After applying
an equalization formula, SAUDI ARAMCO may exercise the right to direct CONTRACTOR's
placement of these goods. Any additional costs to the CONTRACTOR which are directly
attributable to this direction shall be reimbursed.

10.0 PREFERENCE FOR SAUDI CARRIERS

SAUDI ARAMCO 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. SAUDI ARAMCO encourages its CONTRACTORs and suppliers to also utilize
the services of these Saudi companies when shipping material for SAUDI ARAMCO projects
whenever their services and their costs are competitive with other alternatives.

11.0 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 .

SIB-I-6
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897

12.0 ADHERING TO GOVERNMENT SAFETY AND SECURITY REGULATIONS

SAUDI ARAMCO received a letter from the Projects and Engineering Division of General
Security (Ministry of Interior) in the Eastern Province indicating that some SAUDI ARAMCO
CONTRACTORs have not been adhering to traffic safety regulations and have also been
beginning 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, SAUDI ARAMCO wishes to draw all CONTRACTORs attention to this matter and
remind everyone that it is each CONTRACTORs responsibility to follow all applicable
Government and SAUDI ARAMCO rules and regulations. A CONTRACTORs failure to do so,
and any resulting delays, will constitute a breach of Contract with SAUDI ARAMCO in addition
to the penalties and disciplinary actions imposed by the Government.

13.0 SAFETY AND WILDLIFE CONSERVATION

SAUDI ARAMCO received a letter from the Civil Defense Directorate indicating that some
SAUDI ARAMCO CONTRACTORs building access roads have been digging several trenches
and leaving them unburied after WORK completion. Since these unburied trenches are
extremely dangerous especially during rainfalls, SAUDI ARAMCO CONTRACTORs who dig
trenches for building access roads or for any other reason, must install barricades, warning
signs and cautionary tapes around these trenches. Upon completion of WORK,
CONTRACTORs must backfill or bury these trenches to their original conditions.

Furthermore, CONTRACTORs performing WORK in desert areas shall make sure that they
preserve the wildlife environment such as trees, desert roads and valley streams, except as
specifically required for the execution of the WORK.

END OF SECTION I OF SPECIFIC INSTRUCTIONS TO BIDDERS

SIB-I-7
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

SECTION II

PREPARATION OF UNPRICED TECHNICAL PROPOSALS

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 un-priced Technical Proposal, all of the
information required in Paragraph 2.0 of this Section II. The Technical Proposal shall
be in the English language and will be submitted as a separate package. Bidder shall
not include commercial information or pricing in the Technical Proposal. SAUDI
ARAMCO will open and evaluate the Technical Proposal to determine Bidders
understandings of the complexities of the construction and his method of completing
the WORK. THE TECHNICAL PROPOSAL MUST CONTAIN THE INFORMATION IN
PARAGRAPH 2.0 OF THIS SECTION II AS IT APPLIES TO THIS SPECIFIC
PROJECT. FAILURE TO PROVIDE WILL RESULT IN A REJECTION OF BIDDERS
TECHNICAL PROPOSAL.

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 Contract.
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.

2.0 TECHNICAL PROPOSAL REQUIREMENTS

Bidder's Technical Proposals shall present the following information based on the Scope of
WORK of the specific work package and all provisions included in Pro forma Contract
Requisition No. 3000672897.

SIB-II-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

2.1 Technical Proposal Transmittal Letters (Attachment I to this Section II)

Bidders shall complete and submit Attachment I to this Section II of this Specific
Instructions to Bidders, Technical Proposal Transmittal Letters, with all the required
information, without alteration, on Bidder's own letterhead. This form shall be signed,
as appropriate, by an authorized officer of the company or by authorized officers of
each party to a joint venture, consortium or affiliated company.

2.2 CONTRACTOR Organization Charts (Attachment II, Exhibits A & B to this Section II)

Bidder shall provide an overall project organization chart showing lines of


authority/responsibilities and communication during the procurement, manufacture,
transportation, installation/ construction, pre-commissioning and Mechanical
Completion of WORK, including Subcontractor organizations and specific Vendor
involvement.

2.3 Personnel Resumes (Attachment III to this Section II)

Bidder shall submit resumes of personnel who will hold the following key positions,
including possible alternatives or substitutes:
Project Manager
QA/QC Manager
Procurement Manager
Health, Safety & Environmental Manager
Lead Civil/Structural Engineer
Lead Mechanical Engineer
Engineers (Civil & Mechanical )
Superintendents (Civil & Mechanical)
QA/QC Supervisor/Inspector

The above stated key positions shall be identified on the CONTRACTOR Organization
Charts described in Paragraph 2.2 above with names and resumes. These key
positions shall be mobilized by the Bidder during the construction phase as their
personnel.

In addition to the minimum qualifications and experience requirements, Bidder shall


guarantee that:
The Project Manager is a qualified strategist and solution-oriented person with solid
reputation for successfully and profitably managing, with a minimum of twenty-five
(25) years of management experience of which five (5) years must be of recognized
International Management Experience with accountability for the design,
implementation, and execution of large turnkey projects >$100MM.

The QA/QC Manager is a qualified professional with minimum of twenty (20) years
of experience on construction site management of which five (5) years must be of
recognized International Construction Company.

An experienced Procurement Manager responsible to find the most cost-effective


deals and suppliers to minimize procurement expenses and deal with international
suppliers, with a minimum of ten (10) years of procurement management

SIB-II-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

experience of which five (5) years should be with recognized International


Procurement Management.

2.4 Project Execution Plan (Attachment IV to this Section II)

Bidder shall submit, in a narrative form, his proposed plans for executing the WORK
package. Attachment IV shall be separate and specific to each PROPOSAL per the
project completion Schedule duration as mentioned in SIB, Section I, paragraph 1.4.
Bidder shall include detailed descriptions for the following areas, as a minimum:

a) Bidders procurement plans shall include procurement of tank plates and other
required equipment manufacturers.
b) Bidders execution plan for the construction and installation of tank at Oil terminal/
FACILITY. Bidder should express specifically his understanding of WORK through
all project phases; mobilization, project execution, pre-commissioning, mechanical
completion, start-up and commissioning.

2.5 Engineering Deliverables

Bidder shall provide estimated quantities of Engineering Deliverables in Attachment V


and the name(s) of the GES-plus Contractor and Organization chart of key personnel.
Alternatively, subject to SAUDI ARAMCO approval, certified bidder may also propose
to develop the detailed design in-house, and provide details of in-house capability,
resources and Organization chart of key personnel as applicable.

2.6 Work Schedule (Attachment VI to this Section II)

Bidders shall incorporate the Critical Milestone Dates established in Attachment II of


Schedule B of this Contract. See Attachment VI to this section II of the Specific
Instructions to Bidders. Attachment IV shall be separate and specific to each WORK
package per the project completion duration as mentioned in SIB, Section I, paragraph
1.4.

2.7 Subcontracting Plan (Attachment VII to this Section II)

The Bidder shall prepare a Subcontracting Plan for the portion of the WORK which
shall include information mentioned in Attachment VII Section II, Specific Instructions to
Bidders. Bidder shall use the form shown in Paragraph 1.7 of Attachment VI, Section II
to this Specific Instructions to Bidders. Any deviation from the nominated
Subcontractor(s) included in Bidder's Pre-qualification submission for this project shall
be identified and explained.

The Bidder shall identify the name of the assigned GES+ Contractor who should
review & approve the work performed by the sub-contractor (s) to perform the
engineering Work with the Bids.

END OF SECTION II TO THE SPECIFIC INSTRUCTIONS TO BIDDERS

SIB-II-3
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

ATTACHMENT I

TECHNICAL PROPOSAL TRANSMITTAL LETTERS

(BIDDER SHALL SUBMIT WITHOUT ALTERATION ON BIDDER'S LETTERHEAD)

DATE:

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

ATTENTION: Eyad E. Al-Gaishawi


Contracts Representative

SUBJECT: TECHNICAL PROPOSAL (Specify Base or Mandatory)


REQUISITION NO. 3000672897
Storage Tanks at YDH

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,
installation/construction, pre-commissioning and completion activities and other related services
for the subject Contracts.

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 engineering, materials, supplies, equipment, labor and supervision
necessary to procure, install/construct, and pre-commission the Storage Tanks at YDH in full
accordance with Requisition No. 3000672897 and documents referenced therein, as modified
by any Addenda.

We submit, as directed in the Instructions to Bidders and in duplicate, for your consideration our
Technical Proposal. The Commercial Proposal has been submitted 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 Requisition No.
3000672897 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

SIB-II-Att-I-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

acceptance by SAUDI ARAMCO for a period of one-hundred-twenty (120) days from the Bid
Closing Date.

We hereby certify that our Base Technical and Commercial Proposals are fully in accordance
with the IFP documents and Addenda.

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 Bidders
response.)

If awarded the Contract, We agree to adhere to the Scheduled Completion Dates set forth in
Requisition No. 3000672897.

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 week of a formal request from SAUDI ARAMCO to do
so.

The Saudi Arabian Commercial Registration Number(s) is/are


___________________________________________________________:

___________issued at _______________ on

___________issued at _______________ on

We acknowledge SAUDI ARAMCOs right to reject any and all Proposals, or any portion of this
Proposal, if deemed to be in SAUDI ARAMCOs best interest, 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 addendum issued by SAUDI ARAMCO)

Addendum Nos.: Date:

Date:

SIB-II-Att-I-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

Signed on behalf of IK Bidder by:

SIGNATORY: OFFICER OF COMPANY COMPANY NAME:

NAME: ADDRESS:

TITLE:

TELEPHONE NO.: FACSIMILE NO.:

END OF ATTACHMENT I TO SECTION II OF THE SPECIFIC INSTRUCTION TO BIDDERS

SIB-II-Att-I-3
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

ATTACHMENT II EXHIBIT A

CONTRACTOR ORGANIZATION CHART (DESIGN)

Bidder shall use the following sample format to present CONTRACTORs proposed
Engineering/Procurement organization chart. Bidders shall identify all key personnel, by name,
to be assigned to the project. Bidders shall designate those personnel who will follow the project
into the construction phase, by an asterisk *.

GENERAL MANAGER
OFFICE

QA/QC PROJECT MANAGER


MANAGER DESIGN OFFICE

ENGINEERING PROCUREMENT PROJECT CONTROL


MANAGER MANAGER MANAGER

SCHEDULER / COST
PROJECT
ENGINEER

LEAD ENGINEER LEAD ENGINEER LEAD ENGINEER LOGISTIC


CIVIL MECHANICAL WELDING INCHARGE

LEAD ENGINEER
STRUCTRUAL LEAD ENGINEER
PIPING

SIB-II-Att-II-Exh.A-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

ATTACHMENT II, EXHIBIT B

CONTRACTOR ORGANIZATION CHARTS (CONSTRUCTION)

Bidders shall use the following sample format to present Bidders proposed Construction
organization for the WORK. Bidders shall identify all key personnel by name, including central
office management and administrative personnel. For central office management and
administration personnel indicate envisaged number of hours to be dedicated to this project per
day and whether on or off the WORK Site.
GENERAL MANAGER
OFFICE

QA/QC PROJECT MANAGER


MANAGER SITE

PROCUREMENT PROJECT INTERFACE


MANAGER HEALTH MANAGER MANAGER
SAFETY &
ENVIORNMENTAL
SCHEDULER / COST
PROJECT
ENGINEER

LEAD ENGINEER LEAD ENGINEER LEAD ENGINEER HEALTH SAFETY &


CIVIL MECHANICAL QA/QC ENVIORNMENTAL
ENGINEER

LEAD ENGINEER
LEAD ENGINEER
LEAD ENGINEER WELDING
STRUCTRUAL
PIPING

SIB-II-Att-III-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

ATTACHMENT III

PERSONNEL RESUME

Fill out separate resume of each of your key personnel, i.e. CONTRACTOR/ Subcontractor
personnel foreman and above.

JOB TITLE: (Same as Organization Chart on Attachment II)


____________________________

NAME:
(Last) (First) (Middle)

NATIONALITY COMPANY ID NO.


NATIONAL ID/IQAMA NO. _______________
EDUCATION: List starting with most recent School/College attended.

FROM TO NAME OF SCHOOL/COLLEGE DEGREE/CERTIFICATES

WORK HISTORY Last 15 years only. List most recent positions first. SAUDI ARAMCO
project experience is considered a strong advantage and should be
noted.

FROM TO POSITION HELD EMPLOYED BY RELEVANT


(COMPANY) EXPERIENCE

Before proposing a candidate for a key project position, Bidders are requested to check each
candidate's willingness to accept the proposed assignment in Saudi Arabia.

Prior to contract award, SAUDI ARAMCO may elect to interview proposed candidates for key
positions. Interview locations are not presently known. Bidders are requested to confirm
willingness to participate in key personnel interviews at its expense and to express in the
technical bid any concerns as to availability of personnel, interview locations, etc.

_____________________
BIDDER'S NAME

END OF ATTACHMENT III TO SECTION II OF THE SPECIFIC INSTRUCTIONS TO BIDDERS

SIB-II-Att-III-2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

ATTACHMENT IV

PROJECT EXECUTION PLAN

Each Bidder must provide as a minimum, the following information based on the Construction
Scope of WORK & Drawing and IFB Package. Bidders work plan shall provide the following:

1. Identify the location of the Engineering Design Office for this project.

2. List the total number of personnel in each category presently employed in the proposed
design office engineering and the required number for the WORK, including the
administrative discipline use the Attached Exhibits A and B.

3. Number and disciplines of Design Office personnel who will reside in Saudi Arabia and
continue in the WORK during construction of the FACILITIES. Outline, in detail, a plan for
continuity between engineering, procurement and construction.

4. A mobilization plan in graphic form showing the sequence and time that the personnel and
items of equipment will be at the WORK Site ready to commence various phases of the
WORK in order to complete the project on schedule. The mobilization plan shall identify the
arrival of items to be supplied by CONTRACTOR, such as materials for temporary and
permanent facilities, portable buildings, essential consumables, and the manpower and
construction equipment required for the WORK. Bidder's plan shall identify separate
activities, including but is not limited to, obtaining all required Licenses/Permits and Security
Clearances for its personnel, vehicle/equipment registration, operator welder certifications,
and any similar requirements. Estimated time to mobilize to commence productive WORK
from the effective date of Contract award is thirty (30) calendar days. There will be
considerable manpower and equipment required for this job in all trades and the detail
provided here will assist in the timely coordination of all personnel and equipment
processing. Bidder shall provide a detailed Procedure for Material Handling.

5. A brief narrative of Bidder's proposed WORK Plan addressing such items as the number of
WORK crews required for the project, total number of personnel, nationalities of crews,
block WORK visas required, number and location of field camp, field office, lay-down yard
and fabrication shops planned, etc. Bidder should address any potential concerns
envisioned and give additional information deemed pertinent to the overall planning for the
project. Bidder should express specifically in narrative and graphical form his understanding
of WORK through all project phases; mobilization, project execution, pre-commissioning,
mechanical completion, and commissioning. Bidder shall indicate the total number of
personnel assigned to this Contract.

6. A detailed work execution plan showing for each batch of tanks including foundations,
erection, hydro test, cleaning drying. Plan also show the resources; manpower, equipments,
materials including manager, supervisors, inspectors, and foremen, skilled and unskilled
workers. .

7. The bidders must confirm that if welding will be mostly manual or automatic.

8. The bidders must specify if any sheet rolling will be performed at the work site.

SIB-II-Att-IV - 1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

9. A Mobilization Plan in Graphic Form is to be submitted for the temporary facility at the
jobsite that should include fabrication yard, laydown yard, warehouse, storage, office etc.
10. The bidder must specify the strategy and methodology for the any bore-holes.
11. The bidder must provide water for hydrotest and disposal arrangement of water as per
approval from SAUDI ARAMCO
12. The bidder must provide Construction Safety Plan.
13. The bidder must provide details for his welders currently certificated by SAUDI
ARAMCO.
14. The bidder must provide interface with design work on overall schedule if addressed.
15. The bidder must provide Emergency Medical Services Clinic / Ambulance at the job-site.
16. The bidder must provide the name of the Third Party NDT and testing company, it should
be ISO 9001 certified.
17. The bidder must fallow Saudi Aramco SAEP-12 for the purpose of Project Execution Plan
18. The bidder must provide a plan for Vendor representative to be at the worksite.
19. The bidder must provide a Security Plan to Protect Material under his control.
20. The bidder must provide a list of ongoing contracts with SAUDI ARAMCO.
21. The bidder must provide a list of ongoing contracts outside SAUDI ARAMCO.
22. The bidder must provide a Material Procurement Plan with fallowing details;
o Timing for preparation of specification and requisitions
o Timing for bidding with vendors
o Placement of purchase orders
o Estimated time of arrival to WORK Site

END OF ATTACHMENT IV TO SECTION II OF THE SPECIFIC INSTRUCTION TO BIDDERS

SIB-II-Att-IV - 2
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
TECHNICAL PROPOSAL

ATTACHMENT IV EXHIBIT A

ESTIMATED MANPOWER

Bidder must provide all of the following information:

1) Estimated total man-hours (including subcontractors):

a) Direct
b) Indirect
c) Total

2) Estimated peak man-hour (including subcontractors):

a) Direct
b) Indirect
c) Total

Bidder must list manpower by craft, showing numbers of direct and indirect labor in separate
tables. Indicate the number of man weeks each craft will be available.

NUMBER TOTAL MAN


TOTAL NUMBER PROPOSED WEEKS
CRAFT/POSITION
OF EMPLOYED FOR THIS AVAILABLE
PERSONNEL PROJECT

END OF ATTACHMENT IV EXHIBIT A

Saudi Aramco: Company General Use


SIB-II-Att-IV Exh. A
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 30000672897

ATTACHMENT IV EXHIBIT B

BIDDERS SHALL PROVIDE THE FOLLOWING INFORMATION:

1) CONSTRUCTION MANPOWER:

On this Attachment, provide a complete list of the construction crafts proposed for use on this Contract. Provide total duration on-site (in
weeks) for each type of craft.
NUMBER OF CRAFT TO BE Total Craft.
Number EMPLOYED EACH MONTH Weeks
CRAFT Available
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23

Bidder shall identify where the majority of this craft is presently deployed: ______________________ (location).
Total Number of personnel which will be assigned to this contract during construction.
Total estimated construction man-hours for this Project.
Number of crews which will be assigned to the various phases of the project (Civil, Structural, Mechanical).

SIB-IV-B-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 30000672897

2) CONSTRUCTION EQUIPMENT:

On this Attachment, provide a complete list of the major items of construction equipment proposed for use on this Contract. Provide total
duration on-site (in weeks) for each type of equipment. If equipment is not manufactured by Caterpillar, identify in parenthesis what the
corresponding Caterpillar size is, identify that equipment which is owned versus that equipment which is to be leased. Also indicate
whether the equipment have valid Saudi Government Sticker. Provide complete construction equipments dedicated to each worksite
locations, as a minimum, for the duration of the project.

Total
NUMBE NUMBE NUMBER OF PIECES OF EQUIPMENT TO BE
YEAR CAPACITY Equip.
EQUIPMEN R R EMPLOYED EACH MONTH
MFGD. & SIZE Weeks
T TYPE OWNED RENTED
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19

Bidder shall identify where the majority of this equipment is presently deployed: ______________________ (location).
You may include any equipment that you propose to use which is not included in the matrix.

END OF ATTACHMENT IV EXHIBIT B

SIB-IV-B-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 30000672897

ATTACHMENT V

ENGINEERING DELIVERABLES

The Technical Proposal shall include the following:

ENGINEERING

A. Estimated number of Engineering Deliverables. (Indicate drawing quantities by size for each
discipline.)

DISCIPLINE DRAWINGS SPEC SHEETS DATA SHEETS


CADD Non-CADD
No. Size No. Size No. Size No. Size
P & IDs / FPD
Civil/Structural
Mechanical
Cathodic Protection
Welding
Purchase Requisition
OTHER (Specify)

B. Total estimated Engineering man-hours for this project.

END OF ATTACHMENT V TO SECTION II OF THE SPECIFIC INSTRUCTIONS TO BIDDERS

SIB-II-Att-V-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 30000672897

ATTACHMENT VI

PROPOSED CONSTRUCTION WORK SCHEDULE

1. Bidders must provide a Critical Path Method (CPM) construction schedule in primavera
covering the duration of the Contract. The schedule shall include:

1.1 Bar Chart and CPM network.


1.2 Manpower forecast for each task (on weekly basis) for the total duration of
Contract.
1.3 Weighted percentage man-hours and duration for each activity.
1.4 Manpower histograms broken down by direct, in-directs, and by crafts and it
should indicate the total manpower at peak.
1.5 Schedule percentage complete and scheduled man-hours (incremental and
cumulative) at weekly intervals.
1.6 An S curve based on schedule cumulative percentages.
1.7 Milestone dates: Details that demonstrate the order in which a Bidder shall
perform the WORK in order to achieve the Critical Milestone Dates set forth in
Attachment II of Schedule B of the pro forma Contract.
1.8 Summary of required constructability and sequence of events.
1.9 Clear description of mobilization plan/ fabrication shop / laydown yard/ material
receiving and handling facilities and Site office.
1.10 Equipment forecast for each task (on weekly basis) for the total duration of
Contract.
1.11 The following must be specifically addressed:

a) Mobilization of engineering and construction


b) Submittal of Documents for Approval
c) SAPMT/CONTRACTOR Office & Laydown Areas
d) All Milestone activities
e) Pre-commissioning
f) Demobilization

END OF ATTACHMENT VI TO SECTION II OF THE SPECIFIC INSTRUCTIONS TO BIDDERS

SIB-II-Att-VI-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 30000672897

ATTACHMENT VII

SUBCONTRACT INTENTIONS

If Bidder foresees a necessity for the use of a Subcontractor for a specific portion of the WORK,
the following data shall be submitted to SAUDI ARAMCO for review:

1. Specific areas of WORK proposed to be subcontracted and approximate value or


percentage of the contract value.

2. Specific Subcontractors proposed including: SAUDI ARAMCO Vendor ID, addresses,


contact names and phone numbers. Please indicate whether or not the Subcontractors are
affiliated with CONTRACTOR.

3. Subcontractors financial references, including names of banks, bank officers, and telephone
numbers.

4. Subcontractors experience in similar WORK.

5. Copies of Subcontractors commercial registration certificate or ministerial licenses, if the


WORK to be subcontracted is to be performed within the kingdom.

6. Bidders alternative plan should SAUDI ARAMCO not approve the Subcontractors.

7. Should Bidder plan to subcontract any portion of the WORK, Bidder shall provide a
description of those portions of the WORK, which Bidder plans to subcontract (with prior
SAUDI ARAMCO authorization) to other companies, together with the names and
qualifications of those companies. Evidence of the proposed Subcontractors Technical
Qualifications and latest financial report shall be presented for SAUDI ARAMCOs review
and approval. If no subcontracting will be utilized, state None below:

No. DESCRIPTION OF SUBCONTRACTORS NAME % OF


WORK TO BE COMMERICAL REGISTRATION (C.R.) SUBCONTRACTED
SUBCONTRACTED NUMBER, ADDRESS AND WORK OUT OF THE
TELEPHONE NUMBER TOTAL WORK

The above data shall form a separate attachment to the Bidders proposal. SAUDI ARAMCO
non-objection to any Subcontractor does not relieve the CONTRACTOR of any responsibilities
and CONTRACTOR remains totally responsible for the WORK as a whole.

If the Bidder proposes to associate with any other affiliated or non-affiliated company to perform
any part of the WORK, such other company shall be relegated to a Subcontractor role and
subject to the provisions above unless Bidder proposes a joint venture or consortium
arrangement in which case all joint venture of consortium members will need to qualify as
Bidders.

SIB-II-Att-VII-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 30000672897

Any subcontract approved shall be in accordance with the provisions of Paragraph 13 of


Schedule A of this Contract.

END OF ATTACHMENT VII TO SECTION II OF


THE SPECIFIC INSTRUCTION TO BIDDERS

SIB-II-Att-VII-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
COMMERCIAL PROPOSAL

SECTION III

PREPARATION OF COMMERCIAL PROPOSALS

1.0 Introduction

Bidders are required to submit their Commercial Proposals per this Section III, to use the
same paragraph/section numbering system 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 described in this Section III.

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 type submitted by Bidder.

3.0 Commercial Proposal Bid Forms

Commercial Proposal Bid Forms shall comply with Paragraph 5 of General Instructions to
Bidders. Commercial Bid Forms, including but not limited to Schedule "C" Attachment I,
shall be separate and specific to each proposal (base and mandatory alternative
proposal) per project completion duration as mentioned in SIB, Section I, paragraph 1.4.

END OF SECTION III OF


SPECIFIC INSTRUCTION TO BIDDERS

SIB-III-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
COMMERCIAL PROPOSAL
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: Eyad E. Al-Gaishawi,


Contracts Representative

SUBJECT: (Specify Base or Mandatory) COMMERCIAL PROPOSAL

REQUISITION NO. 3000672897

TITLE: Storage Tanks at YDH

REFERENCE: SAUDI ARABIAN OIL COMPANY


Invitation for Proposals (IFP)
Letter Dated XXXX, 2016

Gentlemen:

We propose to accomplish the WORK required under Requisition No. 3000672897 for BI-10-
02399, Storage Tanks at YDH, as Lump Sum Price: SR ____________.

The Lump Sum Price above is further separated into its component parts in the forms required in
Pricing Attachment I to Schedule C and is included in our Commercial Proposal.

We have received, examined and understand the referenced Invitation For Proposal (IFP)
documents and Addenda 1 through 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 SAUDI ARAMCO-supplied
materials described in Schedule G of the Pro forma Contract), supplies, equipment, labor and
supervision necessary to complete the WORK under this Contract including but is not limited to
design, procure, install/construct, pre-commission and provide Commissioning assistance for the
Storage Tanks at YDH fully in accordance with Requisition No. 3000672897.

SIB-III-Att-I-1
SPECIFIC INSTRUCTIONS TO BIDDERS REQUISITION NO. 3000672897
COMMERCIAL PROPOSAL
SECTION III, ATTACHMENT I

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 the Contract
arising from this Invitation for Proposal.

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

We hereby certify that our Technical and Commercial Proposals are fully in accordance with the
IFP documents and Addenda 1 though without exceptions. We are prepared to execute
the Contract without change in respect to our Base Principal Currencies of Expenditure Proposal
in Saudi Riyals.

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 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, 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:
Date:

Signed on behalf of IK Bidder by:

SIGNATORY: OFFICER OF COMPANY COMPANY NAME:


NAME: ADDRESS:
TITLE:
TELEPHONE NO.: FACSIMILE NO.:

END OF ATTACHMENT I TO SECTION III OF SPECIFIC INSTRUCTION TO BIDDERS

SIB-III-Att-I-2
INSTRUCTIONS TO BIDDERS REQUISITION NO 3000672897
SECTION IV

PARENT COMPANY
PERFORMANCE GUARANTEE

The Treasurer
Box 5000
Saudi Arabian Oil Company
Dhahran 31311, Saudi Arabia

Gentlemen:

In consideration of the Saudi Arabian Oil Company ("SAUDI ARAMCO") entering into
Requisition No. 3000672897 ("the Contract") with _______________________ Commercial
Registration Number _________, issued at ___________________________ on
__________________________ ("Contractor"), a company in which the undersigned has a
direct or indirect interest, the undersigned "Guarantor" hereby irrevocably, unconditionally and
absolutely guarantees the full and faithful performance of the Contract by CONTRACTOR.

Without limiting the undertakings of Guarantor set forth in the preceding paragraph, Guarantor
specifically agrees to the following:

(a) Should SAUDI ARAMCO in its sole judgment determine that CONTRACTOR has failed
in any respect to perform according to the terms of the Contract, or that CONTRACTOR
has become bankrupt or insolvent or otherwise unable to meet its financial obligations,
Guarantor shall promptly perform or arrange for the prompt performance of all
uncompleted obligations of CONTRACTOR under or arising out of the Contract, in any
case without regard to whether CONTRACTOR objects or SAUDI ARAMCO elects to
terminate any part of the Contract for cause.

(b) The covenants hereof constitute unconditional and irrevocable direct obligations of
Guarantor. No alteration in the terms of the Contract or of the work to be performed
there under, no termination of the Contract, or any part thereof, and any act or omission
by SAUDI ARAMCO which might otherwise discharge Guarantor, shall release
Guarantor from any liability hereunder. The covenants hereof shall inure to the benefit of
SAUDI ARAMCO's successors or assigns.

(c) Guarantor shall ensure the performance by CONTRACTOR of CONTRACTOR's tax


obligations as set forth in the Contract. If a demand is made that SAUDI ARAMCO pay
or if SAUDI ARAMCO is required to pay any Saudi Arab taxes, fines or related
obligations of CONTRACTOR and CONTRACTOR fails to pay upon being notified of the
demand or fails to reimburse SAUDI ARAMCO, Guarantor shall pay such taxes, fines or
related obligations or shall reimburse SAUDI ARAMCO fully therefore.

SIB-IV-1
INSTRUCTIONS TO BIDDERS REQUISITION NO 3000672897
SECTION IV

PARENT COMPANY
PERFORMANCE GUARANTEE

(d) Guarantor does hereby unconditionally guarantee satisfaction within thirty (30) days of
any award rendered against CONTRACTOR in any arbitration held pursuant to the
terms of the Contract. If CONTRACTOR fails to satisfy the award, then Guarantor
agrees to satisfy the award within the next thirty (30) days.

(e) In the event that SAUDI ARAMCO terminates the Contract, or any part thereof, for cause
and either itself, or through others, completes all or any part of the uncompleted work,
Guarantor shall reimburse SAUDI ARAMCO for the excess cost to SAUDI ARAMCO of
completing the uncompleted work over and above sums paid and to have been paid to
CONTRACTOR for the performance of such work. Guarantor shall also reimburse to
SAUDI ARAMCO all unearned partial payments, progress payments and advanced
payments previously made by SAUDI ARAMCO in respect of the terminated work. The
foregoing notwithstanding, SAUDI ARAMCO shall not perform or have others perform
the terminated work without first advising Guarantor of its intent to do so and allowing
Guarantor not less than fourteen (14) calendar days to commence performance of such
terminated work.

(f) It shall not be necessary, in order to enforce this guarantee, for SAUDI ARAMCO to
institute suit or obtain a judgment, whether in the United States, the Kingdom of Saudi
Arabia or anywhere else, or exhaust its legal remedies against CONTRACTOR.
Guarantor shall reimburse SAUDI ARAMCO for all costs or expenses incurred by SAUDI
ARAMCO in enforcing this guarantee.

(g) Guarantor hereby waives notice by SAUDI ARAMCO of any of the following:

(i) Acceptance of this guarantee by SAUDI ARAMCO.

(ii) Extension of time granted by SAUDI ARAMCO for the performance by


CONTRACTOR of its obligations under or arising out of the Contract.

(iii) Demand by SAUDI ARAMCO for performance of, or failure by CONTRACTOR to


perform, its obligations under or arising out of the Contract.

(iv) All other notices for which Guarantor might otherwise be entitled in connection
with this guarantee, except the notice required by Paragraph (e) above of SAUDI
ARAMCO's intent to perform uncompleted work itself or through others.

(h) All notices to SAUDI ARAMCO concerning this guarantee shall be sufficient when
delivered in person or sent by telex or cable or by certified or registered mail to the
Treasurer at the address set forth above, Telex ASAO 801219 TREAS SJ.

SIB-IV-2
INSTRUCTIONS TO BIDDERS REQUISITION NO 3000672897
SECTION IV

PARENT COMPANY
PERFORMANCE GUARANTEE

(i) This guarantee shall bind the undersigned Guarantor, its successors and assigns. If any
party becomes obligated to perform any obligation of CONTRACTOR under or arising
out of the Contract, whether by operation of law or otherwise, any and all rights of
SAUDI ARAMCO against Guarantor shall remain in full force.

(j) This guarantee is governed by and shall be construed in accordance with the laws and
regulations of (principal place of parent Company's business).

(k) This Guarantee is effective and enforceable as of the effective date of Requisition No.
3000672897.

Very truly yours,


(Parent Company Name)

By: _________________________

Title: _________________________

Date: _________________________

IN CONSIDERATION of the award of Requisition No. 3000672897 CONTRACTOR


acknowledges and consents to the foregoing.

ACKNOWLEDGED AND AGREED:


(CONTRACTOR NAME)

By: ________________________

Title: ________________________

Date: ________________________

END OF SECTION IV OF SPECIFIC INSTRUCTION TO BIDDERS

SIB-IV-3

Vous aimerez peut-être aussi