3 - section c forms & appendices
TRANSCRIPT
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-1
SECTION
C
FORMS AND APPENDICES
FORMS AND APPENDICES
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-2
PART I : INFORMATION
NO. TITLE
1 Summary of Vessel Requirements
2 Key Elements of ITB PART II : FORMS
NO. TITLE
3 Acknowledgement Form
4 Form of Tender Letter Bidder shall complete the following Tender Appendices and submit them in two separate proposals as listed below: PART III : APPENDICES FOR TECHNICAL & COMMERCIAL SUBMISSION
NO. TITLE TECHNICAL COMMERCIAL
Bidder’s Information
5 Bidder’s Data Questionnaire √
6 Bidder’s Proven/Relevant Work Experience √
7 Bidder’s Commercial Information / Financial Reports √
8 Bidder’s HSE Capabilities Questionnaire √
9 Summary of Vessel(s) Proposed √
10 Exception to Tender / Contract Terms and Conditions √ (Unpriced) √
11 Bidder’s Local Content √
Vessel Specific Information 12 Schedule of Prices √ (Unpriced) √
13 Bidder’s Proposed Vessel(s) Specifications √
14 Proposed Vessel’s Fuel Consumption √
Submission Checklist
15 Bidder’s Submission Checklist √ √ Bidders are advised that COMPANY may decline to consider any tender in which the required Appendices are not completed in full. Bidders may include any supplementary or continuation sheets deemed necessary to provide all of the information requested.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-3
SECTION
C
FORMS AND APPENDICES
PART I : INFORMATION
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-4
SUMMARY OF VESSEL REQUIREMENTS APPENDIX NO. 1
THIS APPENDIX IS FOR INFORMATION AND SHALL BE READ TOGETHER WITH OTHER SECTIONS OF FORMS AND APPENDICES
Req Vessel Type SWEC Speed at 85% MCR LOA (m) Deck space Delivery Date Location Primary
Duration Extension Option(s)
1 Anchor Handling Tug (AHT) SM301010000 Min 10 kts
Max 70m (Pilotage
exemption at KSB is
70m)
Min 150 m2 15 – 30 April 2012 KSB 1 year 1 year
Notes:
i) PETRONAS Carigali requires two (2) unit AHT and PETRONAS Carigali have the right to single award to the single successful bidder or split award to different successful bidder(s) based on technically acceptable proposed vessel.
ii) The vessel must comply with PETRONAS' OSVIS requirement throughout the charter period.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-5
KEY ELEMENTS OF ITB APPENDIX NO . 2
THIS APPENDIX IS FOR INFORMATION AND SHALL BE READ TOGETHER WITH OTHER SECTIONS OF FORMS AND APPENDICES A. Bidder’s Exception
In order to expedite the tendering process, bidders are discouraged from taking any exception to COMPANY’s terms and conditions.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-6
SECTION
C
FORMS AND APPENDICES
PART II : FORMS
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
C-7
ACKNOWLEDGEMENT FORM APPENDIX NO. 3
Attention To TENDER SECRETARY, GROUND FLOOR, SUPPLY CHAIN MANAGEMENT DEPARTMENT, PETRONAS CARIGALI SDN BHD, PENINSULAR MALAYSIA OPERATIONS, KOMPLEKS OPERASI PETRONAS, 24300 KERTIH, KEMAMAN, TERENGGANU. Fax No. : 09-864 0599
TENDER ACKNOWLEDGEMENT Dear Sir/Madam, TENDER NO. : PMO/2011/PPD/082-B SUBJECT : PROVISION OF TWO (2) ANCHOR HANDLING TUG TO SUPPORT PETRONAS CARIGALI SDN BHD, PENINSULAR MALAYSIA OPERATIONS PAINTING ACTIVITIES We acknowledge receipt of the above Invitation to Tender Documents. We agree to maintain confidentiality in regard to the Invitation to Tender and the contents thereof.
We confirm that: (Please insert “x” in one of the □ only) We intend to submit a bona fide Tender by the date and time stated in your Letter of
Invitation to Tender. We further confirm that we have received all of the documents listed in the Letter of Invitation to Tender without damage and are in useable condition.
We intend to submit a bona fide Tender by the date and time stated in your Letter of
Invitation to Tender. However, the documents listed below were not received or are damaged and unusable.
.................................................................................................................………………. .................................................................................................................………………. We confirm that we do not intend to submit a tender because ...................................... .................................................................................................................……………….. .................................................................................................................……………….. (Reason must be stated) (Note : The tenderer is advised that COMPANY is required by PETRONAS to report
information on tender responses.) Name of Tendering Company: ...............................................................................................… Telephone No. : ………………………………. Fax No. : ............................................ Email Address : ……………………………….. Authorised Name Signature : ............................................. (Block letter) : ............................................ Date : ............................................. Designation : ............................................
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/8
FORM OF TENDER LETTER
APPENDIX NO. 4 DATE : TO : TENDER COUNTER, GROUND FLOOR, SUPPLY CHAIN MANAGEMENT DEPARTMENT, PETRONAS CARIGALI SDN BHD, PENINSULAR MALAYSIA OPERATIONS, KOMPLEKS OPERASI PETRONAS, 24300 KERTIH, KEMAMAN, TERENGGANU. ATTN : TENDER SECRETARY Dear Sir/Madam, TENDER NO. : PMO/2011/PPD/082-B SUBJECT : PROVISION OF TWO (2) ANCHOR HANDLING TUG TO SUPPORT PETRONAS CARIGALI SDN BHD, PENINSULAR MALAYSIA OPERATIONS PAINTING ACTIVITIES We, the undersigned, certify that we have read and understood the Invitation to Bid Document for the PROVISION OF TWO (2) ANCHOR HANDLING TUG TO SUPPORT PETRONAS CARIGALI SDN BHD, PENINSULAR MALAYSIA OPERATIONS PAINTING ACTIVITIES. We acknowledge that we have thoroughly reviewed the Bid Document and hereby submit our Bid Proposal to carry out the work as more specifically described in the Bid Document. We offer to perform the services for the CONTRACT price stated and attached hereto. This offer shall be binding for 90 days from the date fixed for Bid closing (i.e. 8 FEBRUARY 2012) and shall be valid for an additional thirty (30) days beyond the validity period specified above. If our proposal is accepted, we undertake that, pending the execution of a formal contract, this Bid Proposal, together with COMPANY’s written acceptance shall constitute a binding contract between us. We submit our Bid Proposal, with all Appendices duly completed in two separate sealed packages - the Technical and Commercial Proposals containing one (1) original accompanied by the appropriate number of copies in accordance with Section B - INSTRUCTIONS TO BIDDERS. Signature : ___________________ Dated this day of , 20___ Name : ___________________ Position Held : _____________________ Email Address : ______________________________________________________________ Telephone No. : ___________________ Facsimile No. : ________________ Duly authorized to sign Tenders for and on behalf of:- _______________________________ (Registered Name and Address)
THIS FORM OF TENDER SHOULD BE INCLUDED WITH BIDDER'S TECHNICAL AND COMMERCIAL SUBMISSIONS.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/9
SECTION
C
FORMS AND APPENDICES
PART III : APPENDICES FOR
TECHNICAL AND COMMERCIAL SUBMISSIONS
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/10
BIDDER’S DATA QUESTIONNAIRE
APPENDIX NO. 5
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY INSTRUCTIONS :
1. The Bidder shall provide its company information and submit as APPENDIX 5 below. 2. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/11
BIDDER’S DATA QUESTIONNAIRE
APPENDIX NO. 5 TYPE OF BUSINESS ...........................................................................
........................................................................... 1. Registered Name of Company ……………………………………………………… 2. Address ...........................................................................
........................................................................... 3. Petronas Licence and Expiry Date ........................................................................... Please attach a copy of the PETRONAS licence to this Appendix 5. ........................................................................… 4. Any Branch Company (Y/N) If Yes, Please provide address: ....................................................………………
..........................................................................
..........................................................................
.......................................................................... 5. (a) Is your Company a local If Yes, Name of Parent Company affiliate of an overseas parent company (Y/N) ...........................................................…………… (b) Extent of Participation Agent J-V Self-Operated of Parent Company 6. Has your Company entered Please give specific details as to the into any agency relationship name of these companies and agreement with firms not services you offer for them. operating in Malaysia. (Y/N) ........................................................................………………… .........................................................................……………….. .........................................................................………………..
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/12
BIDDER’S DATA QUESTIONNAIRE
APPENDIX NO. 5
7. When was Company first established .............................................................………………… 8. Type of ownership Sole Proprietor Partnership Cooperative Society Limited Company 9. If sole proprietor, name of owner ..................................................................................... 10. If otherwise, Name of Major Shareholders % Shares Directors
i) ................................... .................. ...........................
ii) ................................... .................. ...........................
iii) ................................... .................. ...........................
iv) ................................... .................. ........................... 11. Other Business Activities of Shareholders/Directors Type of Business
i) .............................................. ..................................
ii) .............................................. ..................................
iii) .............................................. ..................................
iv) .............................................. .................................. 12. Equity Participation %
(a) Percentage held by Malaysian Bumiputra citizens ...........................
(b) Percentage held by Malaysian Non-Bumiputra citizens ...........................
(c) Percentage held by Non-Malaysian citizens ........................... 13. Manpower Structure: Management Manpower Percentage held by Bumiputra citizen ___% ___% Percentage held by Non-Bumiputra citizen ___% ___% Percentage held by Non-Malaysian citizen ___% ___%
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/13
BIDDER’S DATA QUESTIONNAIRE
APPENDIX NO. 5 14. Capital Structure
Authorised Capital ....................................................................................…
Paid- up Capital ....................................................................................…
Working Capital ...................................................................................…
Amount of Loan/Overdraft Sources
.................................................. ..................................……..
.................................................. ...................................…….
.................................................. ...................................…….
.................................................. ...................................…….
Loan Repayment .......................................................................…………………
.......................................................................………………… 15. Bankers 15.1 In the event of award of this Contract to your Company, will you require to take out
a loan to undertake the work as set forth in the Contract.
Yes, in Full Yes, in Part No 15.2 If your answer to 15.1 above is YES, will your loan institution require assignment of Yes, the contract in full Yes, the contract proceeds No (Please note that payments can only be made to a single bank and account)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C/14
BIDDERS PROVEN/RELEVANT WORK EXPERIENCE
APPENDIX NO. 6
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY INSTRUCTIONS:
1. The Bidder shall list the current contract for ALL the vessels in Bidder’s fleet; whether or not the
vessel(s) are proposed in this particular tender. For Bidders which do not own any vessels, a summary of the proposed vessels’ previous jobs for the last three (3) years must be submitted.
2. Bidder should also include its past experiences in executing work of similar nature for the last
three (3) years. 3. As a minimum, the Bidder shall furnish the information requested in APPENDIX 6. The Bidder may
include any supplementary information which is relevant (e.g. references). 4. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-15
BIDDERS PROVEN/RELEVANT WORK EXPERIENCE
APPENDIX NO. 6
CONTRACT TITLE JOB LOCATION BRIEF DESCRIPTION OF WORK PERFORMED
COMMENCEMENT DATE
CONTRACT DURATION
NAME OF CLIENT (incl. name of 2 referees
for each Contract) CONTRACT SUM (RM)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-16
BIDDER’S COMMERCIAL INFORMATION/FINANCIAL REPORT
APPENDIX NO. 7
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY INSTRUCTIONS: 1. The Bidder shall attach to this Appendix full details of the Bidder’s commercial information. This
information is required for the purpose of evaluation or confirmation of Bidder’s credit worthiness and financial soundness.
2. The Bidder is advised that the information as detailed in APPENDIX 7 MUST be presented with
their bid proposal. 3. The Bidder must ensure that the latest 3 Years Audited Financial Report are submitted as a
minimum under APPENDIX 7. 4. The Bidder shall state the method of financing to undertake the work as set forth in the contract
(The Bidder must insert in the as appropriate) 5. In the event of loan being required, the Bidder shall :
a. State clearly the name of loan institution(s) and/or bank(s) b. State the extend of the loan(s) c. Provide a standard letter of undertaking from Bidder’s nominated institution / bank(s)
confirming their willingness to provide financing in the event the Bidder is awarded a Contract or Contracts for this Tender.
d. State the name(s) of any other parties with whom the Bidder’s intends to enter into agreements in respect of financing/ ownership
e. State the extend of such agreements (e.g. percentage, equity split) f. State whether, as a result of the Bidder’s financial arrangement, the vessel(s) will be
co-owned by another party 6. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-17
BIDDER’S COMMERCIAL INFORMATION/FINANCIAL REPORT APPENDIX NO. 7
Bidders MUST indicate the method of funding from the 4 methods listed below: ❑ Internal Funding or / and ❑ External Funding from banking institutions or / and ❑ External Funding from Principal/Parent Company or / and ❑ Any other sources, please specify _____________________________________
Method of Funding Definition of Funding Type Mandatory Evidence Optional Evidence
Internal Funding Bidder's Working Capital, Cash at Hand & Bank, Shareholders' Fund
Bidder's latest 3 years Audited Financial Reports* Latest evidence of credit facilities from banks under Bidder's name
Bidder's latest 3 months bank statements Latest Banker's reference under Bidder's name
External Funding from Financial Institutions
Credit facilities Available and Unutilized from banks under Bidder's name
Bidder's latest 3 years Audited Financial Reports* Bidder's past 3 months bank statements Latest evidence of credit facilities available from banks under Bidder's name Latest Banker's reference under Bidder's name
External Funding from Principal/Parent (Holding) Company
Bidder's Principal/Parent (Holding) Company will provide the funding
Bidder's past 3 years Audited Financial Reports Latest evidence of credit facilities from banks under Bidder's name
"Letter of confirmation of financial support from Parent/Principal/other company i.e: (i) Parent/Principal/Other Company clearly states that
bidder is authorised to utilise their available credit facilities, or
(ii) Letter of Undertaking from Parent/Principal/Other
Company to bidder stating that they will utilise the available credit facilities if the contract is awarded to the bidder"
Latest Banker's reference under Bidder's name
Principal/Parent (Holding) Company's latest 3 months bank statements Bidder's past 3 months bank statements
Principal/Parent (Holding) Company latest Audited Financial Reports
Any other sources, please specify (bidder to specify the strategy to get the funding and provide supporting evidence)
Bidder's latest 3 years Audited Financial Reports*
Mandatory Evidence Evidence that MUST be provided, failing which Bidder may be disqualified Optional Evidence Evidence that can be submitted to prove / enhance the financial adequacy of the Bidder, which will be considered during financial evaluation process *Latest audited financial report "Corporation shall lodge their Audited Financial Report not later than 6 months after the Year End of the Financial Year - Section 169, Companies Act 1965.
In view of this, Bidder is required to submit their Latest Audited Financial Report in the Technical Proposal. Failure to comply with this requirement may result in Bidder being disqualified. "
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-18
BIDDER’S HSE CAPABILITY QUESTIONNAIRE APPENDIX NO. 8
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY
INSTRUCTIONS : 1. The purpose of this Questionnaire is to obtain information from which COMPANY can assess the
level of HSE Capability to manage contracts attained by the Bidder. 2. This Questionnaire should be completed by Bidder’s top management. A copy of the company’s
HSE Policy and Manual MUST be submitted. 3. COMPANY also requires Bidder to submit a summary of incident reports for ALL proposed vessels
for the last three (3) years. 4. All questions must be answered in full. COMPANY would stress the value and importance of
substantiating Bidder’s answers with a copy of supporting documentation as specified. 5. Following receipt of Bidder’s submission, COMPANY may wish to further clarify it with Bidder’s
Management at a mutually convenient time. COMPANY also reserves the right to conduct site inspection to verify the supporting evidence submitted.
6. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-19
BIDDER’S HSE CAPABILITY QUESTIONNAIRE
APPENDIX NO. 8 COMPANY SAFETY POLICY
(1) Do your Company have a Health, Safety and Environmental (HSE) Policy Statement
(A) If you answer "Yes", please attach a copy of this statement for our review.
(B) Is the HSE Policy dated and signed by your senior management.
(2) How do you communicate your HSE POLICY Statement to the attention of all your employees?
(A) A copy is given to all employees.
(B) A copy is displayed at each workstation.
(C) Discussed by supervision with all employees.
(D) Discussed by senior management with all employees.
(E) Inserted as first section in Safety Manual.
(F) Others (please specify): ........................................................................................................................
(F) Others (please specify): ........................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
(3) Does your company or Principal have a valid Document of Compliance (DOC) as required by International Safety Management (ISM) code and meeting Jabatan Laut Malaysia Statutory requirements ? (If yes, please provide copy of DOC.)
SAFETY ORGANISATION
(3) Do your Company have a structured safety reporting system?
(4) Are the safety responsibilities of your personnel clearly defined. If "Yes", please attach a copy of safety organisation chart and description of safety
responsibilities.
(5) Have you appointed a most senior person for co-ordinating safety matters?
(A) If "Yes", (i) Appointed person is .............................................................................................................
(ii) Position .............................................................................................................
(iii) Years of experience .............................................................................................................
(B) If "No", please clarify ……….................................................................................................
................................................................................................................................................................
...............................................................................................................................................................
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-20
BIDDER’S HSE CAPABILITY QUESTIONNAIRE
APPENDIX NO. 8
COMPETENT SAFETY PERSONNEL
(6) Does your company employ a full-time Safety Officer?
(A) If "Yes", please attach the resume of the Safety Officer for our review.
(B) If "No", does your company appoint a senior person acting as Safety Officer part-time?
(7) Are you aware of the basic safety training needs for a Safety Officer? If yes, please attach a copy of your Safety Officer's training record. MANAGEMENT COMMITMENT TO SAFETY
(8) How does your management demonstrate its commitment on health, safety and environmental matters in your company?
(A) Provide adequate safety resources.
(B) Discuss safety issues with employees.
(C) Regular safety visit to all work areas.
*Weekly/Monthly/Quarterly/Yearly (delete as applicable)
(D) Wear the required personal protective equipment during site visits.
(E) Put safety first on agenda of all business meetings.
(F) Conduct safety meetings at the following levels:
(i) Management – Monthly.
(ii) Team Supervision - Daily "Safety Topic".
(iii) Work Site – Weekly. (iv) Review minutes of subordinates' safety meetings and insist on follow-up of action items. (v) Require prompt and high quality accident report by investigation team. (vi) Respond to all accident investigation reports and follow-up action items. (vii) Participate in regular safety inspections and follow-up action items
on inspection reports. (viii) Require safety plans from subordinates and monitor performance
against these plans.
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-21
BIDDER’S HSE CAPABILITY QUESTIONNAIRE APPENDIX NO. 8
SAFETY PRACTICES AND PROCEDURES
(9) Does your company have written working practices, safety instructions and procedures?
(A) If "Yes", please attach copies
(B) If "No", please clarify ...........................................................................................................................
……………………………………………………....................................................
(10) Do you review your work practices and procedures regularly?
(11) Are you adopting the same practices/procedures as your parent company?
If "Yes", please state name of parent company............................................................................................
....................................................................................................................................................................
...................................................................................................................................................................
(12) Do you plan to adopt and use the COMPANY PERMIT-TO-WORK SYSTEM?
(13) Have you translated the overall concept of the procedure/policy to suit the local contract/conditions? (14) What is your Company's overall structure for producing, updating and disseminating the above
procedures?
(A) Safety instructions and procedures are updated and reviewed when necessary.
(B) Procedures are discussed and understood by all users.
(C) New employees are trained in work procedures before starting work.
(D) We have a focal point responsible for updating safety procedures & standards.
(15) Are the safety procedures and standards provided for work operations in COMPANY applied to work not related to COMPANY? (16) Have you identified all the risks/ hazards identified in your work operations
related to this Tender?
(17) Have you planned remedial steps taken to manage the risks/hazard identified in your work operations?
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-22
BIDDER’S HSE CAPABILITY QUESTIONNAIRE
APPENDIX NO. 8 TECHNIQUES TO MEASURE SAFETY PERFORMANCE
(18) Does your Company measure safety performance?
(A) We maintain a record of all accidents. Our safety record for the last three years is as follows:
Description 20__ 20__ 20__
No. of Lost Time Injuries
No. of Restricted Workday Cases
No. of Medical Treatment Cases
No. of First Aid Cases
No. of Dangerous Occurrences
Total of Manhours worked
Total Days Lost For your guideline COMPANY's safety performance is indicated by the following formulae:
(i) Lost Time Injury Frequency LTIF = No. Of *LTI’s X 1 million
Manhours Worked
(ii) Total Recordable Case Frequency TRCF = *TRC X 1 million
Manhours Worked
(B) Safety performance is measured by the following methods:
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
(19) Has your Company won any safety awards?
If "Yes", please provide details:
..............................................................................................................................................................................
..............................................................................................................................................................................
..............................................................................................................................................................................
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-23
BIDDER’S HSE CAPABILITY QUESTIONNAIRE
APPENDIX NO. 8 SAFETY TARGETS AND OBJECTIVES
(20) What are the safety objectives, tasks and targets you have set for this Tender?
(A) Safety objectives, tasks and targets are set as per our yearly safety programme. (B) A copy of the proposed safety programme specifically for this Tender is attached (21) Do you set your own safety targets & objectives specific to your realistic capabilities? INSPECTION AND SAFETY AUDIT
(22) Does your Company have a written plan on inspection and safety audit?
(A) If "Yes", please attach a copy of your inspection and safety audit plan.
(B) If "No", please clarify .......................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
(23) How do you specify the standard for the inspection and safety audit?
(A) Responsible personnel are appointed to implement the audit?
(B) Facilities to be audited are identified.
(C) Frequency of auditing is fixed.
(D) Method of auditing is specified.
(E) Follow-up of audits is monitored.
If you answer "Yes" to any of the above, please attach supporting documentation.
(24) Do you intend to lead an inspection or audit on your own work areas? SAFETY TRAINING
(25) Do you have a plan for your staff to attend safety training?
(A) If "Yes", please provide a list of the safety training given to your staff including:- (i) The course title; (ii) Number of staff planned to attend and the planned date; (iii) Number of staff who have attended and the date attended.
(B) If "No", please clarify..............................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
(26) Are you aware of the basic training needs required for your work operations?
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-24
BIDDER’S HSE CAPABILITY QUESTIONNAIRE
APPENDIX NO. 8
(27) What other safety training will be given to new or transferred employees?
(A) Job Safety and Environment Conservation Awareness.
(B) First Aid/Fire Fighting.
(C) Specific Work Procedures. (D) Hazard Awareness and Reporting.
(E) Occupational Health and Hazard Awareness.
(F) Others, please specify...........................................................................................................................
...............................................................................................................................................................
...............................................................................................................................................................
ACCIDENT INVESTIGATION AND REPORTING
(28) Does your company have a written procedure for accident investigation and reporting?
(A) If "Yes", please attach a copy of the procedure.
(B) If "No", please clarify ......................................................................................................................
...............................................................................................................................................................
(29) How do you view accident investigation?
(A) Employee involved in an accident will be punished accordingly.
(B) Root causes of accident will be established to prevent recurrence and follow-up measures will be properly monitored.
(C) The findings will be promptly disseminated to all employees and appropriate corrective & preventive measures will be taken.
(30) Who should carry out accident analysis to establish root causes?
(A) Manager
(B) Supervisor
(C) Employees themselves
(D) Safety Officer SAFETY AWARENESS
(31) How do you see management's involvement in motivating and communicating to improve safety awareness?
(A) Managers shall be seen to participate in safety meetings, safety discussions with the work force, and conduct regular safety inspections of worksite, etc.
(B) Management shall be seen by the work force to take action and provide resources
(C) Others, please specify ………………………………………………………………
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-25
BIDDER’S HSE CAPABILITY QUESTIONNAIRE
APPENDIX NO. 8
(32) What plans do you have for your employees to communicate safety subjects to management and vice versa?
(32) What plans do you have for your employees to communicate safety subjects to management and vice versa?
(A) Employees are required to attend safety meetings and they are encouraged to present
their own ideas.
(B) Ensure that all action items which have been agreed upon will be carried out.
(C) Where any safety related action item is not agreed upon, it will be fully explained.
(D) Others, please specify ......................................................................................................................
(33) What plans do you have to motivate your employees to carry out safety awareness projects?
(A) Good safety performance will be duly recognised and rewarded. If you have a safety recognition program, please attach a copy.
(B) Staff reviews/appraisals to take into account staff's contributions to safety.
(C) All appropriate communication techniques such as the following shall be used:-
Personal Contact, Video, Notice Boards, Newsletters and Bulletins, Posters, Quizzes, Campaigns and Competitions, Small `Give- Aways" with a Safety Message, etc.
(D) Others, please specify .....................................................................................................................
(34) Have you nominated a dedicated person to coordinate & implement a safety awareness programme?
If "Yes", please state the name and position of the dedicated person.
Name ........................................................................................................................................
Position ........................................................................................................................................
DECLARATION I hereby declare that the facts and figures provided in this questionnaire are true and correct. NAME OF BIDDER : ........................................................................................................................... SIGNATURE : ........................................................................................................................... NAME : ........................................................................................................................... POSITION : ........................................................................................................................... DATE : ...............................................................
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
Yes No
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-26
SUMMARY OF VESSEL(S) PROPOSED
APPENDIX NO. 9
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY
INSTRUCTIONS :
1. The Bidder shall submit the name and delivery date of proposed vessel(s), including any interim
vessel(s) to meet COMPANY’s requirements as summarised in APPENDIX 9. 2. A proposed interim vessel shall also state the name of the new build vessel replacing it in the
same box. (Refer to example in Appendix 9). 3. The Bidder must ensure that all vessel specific appendices corresponding to each vessel
proposed is duly completed in this ITB. 4. Vessel’s name must be shown consistently in all appropriate parts of Bidder’s bid. 5. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-27
SUMMARY OF VESSEL(S) PROPOSED APPENDIX NO. 9
Example (Sample ONLY):
Req. # Type Delivery Requirement Proposed vessel(s) and Delivery Date
1 AHT 15 – 30 April 2012
Vessel A Delivery
1 July 2012
Vessel B (interim for Vessel A) Delivery
20 April 2012 Note : The Bidder may add in additional rows/columns for Proposed Vessel Name as required.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-28
EXCEPTIONS TO TENDER / CONTRACT TERMS AND CONDITIONS
APPENDIX NO. 10
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION. IN THE EVENT OF COST IMPACT, THIS APPENDIX SHALL BE INCLUDED IN THE BIDDERS
COMMERCIAL SUBMISSION INSTRUCTIONS 1. The offer to be made by the Bidder in the FORM OF TENDER LETTER and its APPENDICES is to
be made in strict accordance with the terms and conditions of SECTION D – CONTRACT DOCUMENTS.
2. The Bidder must understand and refer to the contract document, which corresponds to the vessel
requirement as summarized in APPENDIX 1 – SUMMARY OF VESSEL REQUIREMENTS. 3. If Bidder has any changes that are considered of mutual benefit or if there are any exceptions to
the terms and conditions of the CONTRACT or the Exhibits or any other part of the Bid Document, Bidder must :
a. State the changes or exceptions proposed b. Give reasons for exceptions c. Indicate changes to proposed bid price if exception is accepted by COMPANY d. Indicate effect on delivery date
4. In the Technical Proposal, “CHANGE IN BID PRICE” column should not contain any commercial /
pricing information. The Bidder shall be required to indicate a. “Quoted” for any price changes b. “Not Quoted” if there are no price changes
5. Any commercial information found in the Technical Proposal may result in disqualification
of Bidder. 6. The same APPENDIX 10 shall be used for the Commercial Proposal where the commercial /
pricing details can be inserted. 7. Bidder shall ensure that the Bidder’s base quotation excludes such change(s) or exception(s). 8. Change(s) or exception(s) to the CONTRACT expressed after the Bid Closing Date shall not be
entertained. 9. COMPANY reserves the right to accept or reject any or all of the proposed change(s) or
exception(s). COMPANY will review each change or exception on a case-by-case basis. 10. If the Bidder cannot accept the COMPANY’s clause(s) at any price, and is willing to risk having its
bid proposal rejected on this basis, then the Bidder must make the following statement under the “CHANGE IN BID PRICE” column in APPENDIX 10:
"FIRM - WILL NOT ACCEPT COMPANY'S CLAUSES AT ANY PRICE".
11. Should the Bidder fail to advise any exceptions, the Bidder shall be deemed to have accepted the Bid Document in its entirety.
12. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-29
BIDDER’S EXCEPTIONS TO TENDER/CONTRACT TERMS AND CONDITIONS
APPENDIX NO. 10
NO. TENDER EXHIBIT /
CONTRACT ARTICLE NO.
EXACT NEW WORDING PROPOSED BY BIDDER REASONS FOR EXCEPTIONS
CHANGES TO BID PRICE IF
EXCEPTION IS ACCEPTED BY
COMPANY
EFFECT ON DELIVERY
NOTE : Please ensure no commercial / pricing information is included in the Technical Submission. ALL commercial / pricing information (if any) should be included in the Commercial Submission only. FAILURE TO COMPLY WILL RESULT IN DISQUALIFICATION OF BIDDER.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-30
BIDDER’S LOCAL CONTENT APPENDIX NO. 11
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY. INSTRUCTIONS : 1. The Bidder shall provide to this APPENDIX 11, list of its Local Content as per the format in the
table attached. 2. Local Content Percentage is defined as the percentage of “Locally Sourced” resources within each
component/Categories. Percentage of Local Content for each component/categories shall be from 0% to 100%.
a. Example 1: If Bidder has 100% Malaysian/Local working for them for this particular
tender – the local content shall be 100 %. b. Example 2: If Bidder has 80% Malaysia/Local and 20% foreigner working for them for
this particular tender – the local content shall be 80 %. 3. The Bidder shall enter its company name and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-31
BIDDER’S LOCAL CONTENT APPENDIX NO. 11
Item Component/Categories % of Cost Breakdown For Each Component
(a)
% of Local Content in Each Component
(b)
% of Local Content of Estimated Contract Value
For Each Component c = (a) x (b)
1 Vessel and Associated Equipment
2 Manpower (onshore + offshore)
3 Materials
4 Services
5 Others (please specify e.g. insurance, training, catering etc)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-32
SCHEDULE OF PRICES APPENDIX NO. 12
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL AND COMMERCIAL SUBMISSION.
INSTRUCTIONS 1. The Bidder shall submit its price quotations in APPENDIX 12 – SCHEDULE OF PRICES. This
appendix shall be filled in for EACH VESSEL. 2. The Bidder shall be required to submit APPENDIX 12 for both the Technical and Commercial
Proposals. 3. The Technical Proposal should not contain any commercial / pricing information. The
Bidder shall be required to indicate : a. “Quoted” for any prices proposed b. “Not Quoted” if there are no prices proposed
4. Any commercial information found in the Technical Proposal may result in disqualification of
Bidder. 5. The Bidder is required to provide separate price quotations for each vessel as summarised
under APPENDIX 1 – SUMMARY OF VESSEL REQUIREMENTS. 6. Bidder may propose more than one vessel per requirement for COMPANY’s consideration. In the
event that more than one vessel is proposed, the Bidder is requested to submit its price quotation for each vessel in separate sealed envelopes.
7. In the event an interim vessel is proposed, Bidder must provide schedule of prices for BOTH the
interim vessel and the new build to be completed. 8. The DCR for interim vessel must be the same or less than the DCR quoted for new build. 9. For each vessel proposed, the vessel name and requirement number must be clearly indicated,
both in APPENDIX 12 – SCHEDULE OF PRICES and also on the sealed envelopes. 10. All prices proposed by Bidder shall be in Ringgit Malaysia (RM) only. 11. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-33
SCHEDULE OF PRICES (TO BE FILLED FOR EACH VESSEL PROPOSED FOR EACH REQUIREMENT)
APPENDIX NO. 12
Name of Vessel
SCHEDULE NO. 1 – DAILY CHARTER RATE (DCR)
A Daily Charter Rate
SCHEDULE NO. 2 – MOBILISATION AND DEMOBILISATION FEES Note: In the event that the proposed vessel(s) are already at KSB or Terengganu offshore, NO mobilisation fee shall be imposed to PETRONAS Carigali. (Bidder to specify vessel current location)
LUMP SUM (Inclusive of withholding tax, if applicable)
Mobilisation Fee
Demobilisation Fee SCHEDULE NO. 3 – CATERING & LODGING RATES In the event that COMPANY sponsored personnel and/or COMPANY sponsored visitors are required to be on board the VESSEL, COMPANY shall pay CONTRACTOR the following rates for each COMPANY-sponsored personnel; where applicable:
All food and catering provided shall be Halal.
MEAL Rate per person (RM) Breakfast
Lunch Dinner Supper
Total per day
Laundry rate per person
Bunk rate per day SCHEDULE NO. 4 – OTHERS (Pls specify, if any)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-34
BIDDER’S PROPOSED VESSELS AND SPECIFICATIONS
APPENDIX NO. 13
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY.
INSTRUCTIONS 1. The Bidder shall fully complete and submit as APPENDIX 13 – BIDDER’S PROPOSED VESSEL’S
SPECIFICATIONS for EACH VESSEL proposed. 2. Bidder must ensure that the requirement(s) for which the vessel is proposed for is clearly indicated
in the space provided. Bidder must fill in the proposed vessel name and requirement number(s) for each page of the technical specifications and requirements.
3. Bidder must ensure that the appropriate template is selected, based on the vessel type proposed
to meet COMPANY’s requirement. Bidder may include any supplementary or continuation sheets deemed necessary to provide all the information requested.
4. Bidder must indicate clearly in the provided fields if the vessel proposed is an interim vessel and
provide the name of the new build in progress. 5. The Bidder must ensure the complete set of APPENDIX 13 is submitted, together with all the
relevant attachments: a. Letter of Authorization & Exclusivity (for proposed vessels owned by another company
only) b. Vessel’s GA Plan (at least A2 Paper Size) c. Vessel’s Technical Particulars/Brochure d. Copy of Shipbuilding Contract AND Progress Report (for new built vessels only)
6. The Bidder is at liberty to include any additional information which is considered to be pertinent
and which may aid the evaluation of the Bidder’s proposal(s). 7. Vessel’s name or identification must be shown consistently in all appropriate parts of Bidder’s bid. 8. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-35
BIDDER’S PROPOSED VESSEL(S) COMPLIANCE TO TENDER REQUIREMENTS/SPECIFICATIONS (TO BE FILLED FOR EACH VESSEL PROPOSED)
TENDER REQUIREMENTS / SPECIFICATIONS
ANCHOR HANDLING TUG VESSEL (MIN 60MT)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-36
BIDDER’S PROPOSED VESSEL(S) COMPLIANCE TO TENDER REQUIREMENTS/SPECIFICATIONS (TO BE FILLED FOR EACH VESSEL PROPOSED)
APPENDIX NO. 13 Note : Please ensure that the proposed vessel name and requirement no. is clearly stated on each page in the field provided
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
1. Age Of Vessel
The age of vessel shall not be more than 15 years at the time of commencement of charter. Note: In the event that the age of the vessel exceed 15 years during the charter period, the vessel shall be replaced at minimum similar specs and rates
2. Delivery 15 – 30 April 2012 at Kemaman Supply Base (KSB). Bidder to specify vessel current location and date availability.
3. Length Overall (LOA) Maximum 70 m. NOTE: Pilotage limitation for KSB is 70m.
4. Propulsion
a) At least two diesel main engines giving a total capacity of minimum 4500 BHP at continuous rating. Brake Horse Power (BHP) contribution from bow tunnel & forward azimuth thrusters shall not be Included in the minimum required horsepower. Or Diesel electric vessels of equivalent propulsion arrangement and power rating is acceptable.
b) The vessel shall have twin screw/rudders and controllable pitch propellers in kort nozzles.
5. Bow Thruster Independently powered with a minimum 5.0 metric tonnes lateral thrust at continuous rating.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-37
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
6. Bollard Pull Minimum 60 MT Continuous Bollard Pull. Certificate of latest bollard pull test must be provided. Bollard Pull test certificate must not be more than 3 years old.
7. Anchor Handling Securing Device Towing Pins
• One set of Anchor Handling Securing Device: Ulstein Shark Jaws, Karm Forks or Triplex. Hydraulic stopper – min SWL 200MT. Pelican hook is strictly NOT permitted.
• One set of retractable towing pins with locking tops. Minimum SWL 100 MT.
8. Clear Deck Space Deck Carrying Capacity Deck Strength
Minimum clear deck space 150m². Minimum 500 M/T Minimum 5 MT per m².
9. Generators
Generators are able to support vessel’s electrical load and cargo especially during anchor handling operations. (Capable running in parallel) Minimum of 2 main generators & 1 emergency generator. Bidder to specify the generator capacity.
Main Generator : ____ x _____ kW Emergency Generator : ____ x _____ kW
10. Registration
Proposed vessel must be registered in Malaysia. if there is no Malaysian registered vessel available or technically acceptable, then foreign registered vessel is acceptable.
11. Classification Vessel Owner to specify Class of vessel. (e.g. ABS, DNV, NKK, LRS, GL, BV & SCM). Bidder to submit classification certificate.
12. Radio communications
All Radio communications shall comply with classification requirements including: • Email facilities • Voice and data
13. Navigational Equipment
All Navigational Equipment shall comply with classification requirements. Bidder to submit Safety equipment certificate.
14. Speed Minimum 10 knots at 85% Maximum Continuous Rating (MCR).
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-38
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
15. Capstan / Tugger Winch
At least two (variable speed) capstans (2 x 5 Tonnes) and two tugger winches each with minimum line pulls 5 tonnes at 10 metres/minute.
16.
Towing/ Anchor Handling Winch
Bidder to specify the followings:
Towing Winch A.H. Winch a) Pull Capacity ____ MT ___ MT b) Brake Capacity ____ MT ___ MT
Note: Winch Pull Capacity requirement above means capacity at 1st layer. (Bidder to confirm vessel’s capability for the above work).
17. Drum Capacity
a) Heavy duty towing drum to have capacity for 1000 metres x 2 1/4” diameter towing wire
b) Heavy-duty anchor handling (work) drum to have minimum capacity for 1000m x 2 ¼” diameter Wire.
c) 1 set or 2 set of wire storage reels (where applicable), which is hydraulically operated and has a minimum capacity to store 1000 m x 2 1/4” wires.
Note: Bidder to specify that anchor-handling drum (or work drum) shall be positioned on the fore and aft centerline of the vessel.
18. Anchor Handling Gear
Bidder to provide the following as a minimum: a) 2 x 250m x 2 1/4" diameter work wires complete with GOLD NOSE
wire terminations. b) 3 x buoy catcher slings c) 1 x heavy duty J hook d) 1 x grapnel e) Anchor handling winch to be fitted with gypsies to accommodate 3
inch to 4 inch chain (where applicable) f) Assortment of shackles related to the bollard pull of the vessel
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-39
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
19. Towing Gear
Bidder to provide the following as a minimum: a) 2 x 700m x 2 1/4" diameter towing wire complete with GOLD NOSE
wire terminations. b) 3 x 6m x 1½" diameter "cobra" gob lines The spare towing wire shall be unused, inspected, certified and less than 5 years or subject to destructive test & stowed in a fixed hydraulically operated storage reel. Existing tow wire shall not be more than 5 years old or subject to destructive test certification and whenever condition of which deemed necessary for change-out.
20. Reefer Points To provide min 4 nos.
21. Stern Rollers SWL Minimum SWL for stern roller is 200 MT
22. Fuel Oil Capacity Minimum 300 m3
23. Potable Water / Drill Water Capacity
Combined minimum total of 300 cu M (Tanks to be coated with compatible, non-toxic material).
24. Stern Gate A portable type physical barrier at the stern to be available for installation when in non-anchor handling mode to protect the cargo stowed, personnel working on deck and to ensure safe boarding and launching of anchors.
25. Cargo Connections
Fuel = 3" hose with camlock coupling (female) Water = 4" hose with camlock coupling (female) Bulk = 5" hose with camlock coupling (female) Various reducers to be available (2"-3", 3"-4" & 4"-5").
26. Cargo Pumps discharge rates
Cargo pumps discharge rate (approx.): Fuel = 75 m³/hr at 60m head Potable Water = 75 m³/hr at 60m head Drill Water = 75 m³/hr at 60m head
27. Crash Rails Provided with continuous crash rails of at least 1.8 meters (6 ft) high on both sides of vessel main deck.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-40
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
28. Prohibition on any use of HARD CFC based refrigerant on board vessel.
Active HARD CFC based refrigerant is strictly prohibited for on board appliances. SOFT CFC refrigerant or interim alternatives shall be used. These include the following appliances on board vessel: a) Central air conditioning system, b) Fridge, Water fountain chiller, ice cube maker, drink dispenser, ice
cream maker, cold room, chiller room, freezer, etc. Examples of SOFT CFC interim alternatives R405a, R411a and R411b.
29. International Safety Management (ISM)
a) New build vessel: Must be ISM accredited within the first 3 months of charter hire.
b) Existing vessel: Must be ISM accredited upon service commencement.
30. Letter of Authorization
Bidder, who does not own the vessel, must submit a Letter of Authorization from the ship owner to bid its vessel in this tender.
31. Life-saving Appliances
All Life Saving appliances shall comply with: a) SOLAS 74/78, all subsequent Protocol and latest amendments b) Local Legislation / regulations (Bidder to specify list of appliances available onboard).
32. Fire fighting Appliances
All Fire fighting appliances shall comply with: a) SOLAS 74/78, all subsequent Protocol and latest amendments b) Local Legislation / regulations c) Fixed fire smothering system for Engine Room. A fixed fire
smothering system in the engine room shall be of CO2 or equivalent. The use of Halon is strictly prohibited.
d) External Fire Fighting appliances: To comply with half FIFI with 2X600m3/hour of classification society (e.g. Lloyds, ABS, DNV or equivalent)
33. Equipment for the Prevention of Pollution by Oil
Equipment shall comply with MARPOL 73/78 Annex I (Prevention of Pollution by Oil). (Bidder to specify list of oil pollution combat equipment available onboard).
34. Vessel Particulars / GA Plan
Detailed vessel particulars and General Arrangement Plan to be provided.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-41
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
35. International Maritime Dangerous Goods (IMDG) Code Compliance
Vessel to comply with IMDG code as modified by Marine Guide Note MGN 205 M under SOLAS Chapter II–2, Regulation 19. Vessel shall obtain the Document of Compliance (DOC) from the administration as evidence of compliance with regards to vessel’s construction and equipment. Bidder to provide one shower station on the main deck and an eye station in the engine room.
36. ISPS Requirement (International Security for port and ship facilities) (>500GRT)
Must be ISPS accredited (compliance)
37. Flexible Hoses
To provide transfer flexible hoses of drill/potable water and diesel fuel to platform/rig/vessels in the field. a) Drill/Potable Water Hoses:
To provide each one length x 60 ft x 4”size reinforced rubber hoses complete with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4” are required). Highly visible color floatation collar fitted along the hose section.
b) Diesel fuel hoses:
To provide two length x 60 ft x 3”size reinforced rubber hoses complete with camlock couplings (Various sizes of reducers 2” to 3” and 3” to 4” are required). It must be fitted with self-sealing and quick shut off valve mechanism at the hose end to prevent spillage. Highly visible color floatation collar fitted along the hose section.
All hoses must be tested to operating pressure and elongation test carried out by owner at owner’s cost annually.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-42
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
38. Consumption Flow Meter
Facilities such as flow meter, associated pipings etc. to monitor fuel consumption of main engines and generators to be installed. Fuel flow meter must be calibrated on yearly basis.
39. Diesel fuel flow-meters
Provision of 2 tampers proof non-resettable flow-meters (with printing facilities where applicable) to facilitate records of receiving and transfer of diesel fuel to another vessel. Fuel flow meter must be calibrated on yearly basis. Bidder to submit latest fuel flow meter calibration certificate. One flow meter shall be fitted on the diesel fuel loading line and another separate flow meter fitted on the diesel fuel discharging line.
40. Fenders Strong and rigid all around fenders shall be provided by means of chafing bars of heavy schedule 80 pipes or reinforced plates of min 10mm thickness fitted on the main deck level, forecastle level, and between them.
41. Oil Pollution Equipment
The vessel shall have a complete dispersant spraying system and agitators including: a) One storage tank for dispersant of 8m3. b) One dispersant pump with capacity 8 m3. per hour at 1 bar
pressure. c) Nozzles should generate droplets size in range of 500 – 1200
microns. d) The equipment should be able to spray dispersant neat or in the
ratio of 1 : 10 (dispersant water) e) Spray arms should be mounted as far forward as possible on the
vessel to take full advantage of the energy imparted by the vessel’s bow wave.
42. Rescue Zone
Each side of the vessel to be marked RESCUE ZONE, which is painted in bright yellow with diagonal black stripes. The area to be 2 m wide and extends from the main deck to the waterline and located at the forward part of the main deck.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-43
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
43. Weighted Scrambling Nets
One on each side of the RESCUE ZONE. A nylon net weighted at the outboard end, long enough to reach the waterline and should be rolled up when not in use. The net should be 2 m wide, made of 12 mm diameter nylon, the hole to be 200 mm X 200 mm.
44. Rescue craft
One rigid hull inflatable rescue craft fitted with minimum 25 HP outboard engines. Shall be fitted with proper quick launching and recovery facilities on board. Davit or crane, which handles the rescue craft, must be duly certified by reputable surveyor.
45. Search Lights 2 x 1000 watts revolving searchlights capable of 360° rotation. Bidder to specify the location.
46. Potable Water Analysis
Bidder is responsible to conduct potable water analysis from all potable water tanks during on hire and subsequently at every 3 monthly intervals. The parameters to be tested shall be on Iron, Chloride, Zinc and Bacteriology (E. Coli) contents.
47. Medical/Safety Training
Safety/Medical Training All crew must undergo medical examination and safety training (Owner’s expense) at Company’s approved training institutions before commencement of charter. Minimum safety training requirement - Medical examination from Approved Medical Examiner (AME) and STCW ’95 Training.
48. Health, Safety and Environment (HSE) Evaluation Questionnaire
Bidder must complete and sign the HSE Evaluation questionnaire.
49. Fuel Oil Consumption Bidder shall provide the following on fuel consumption:
• at economical speed ______ knots
Total fuel consumption: litres/ hour
• Consumption for 1 generator:
Fuel consumption: litres/ hour Bidder shall submit main engine and generator bench test or sea trial consumption reports.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-44
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
50. Waste Food Grinder
Where applicable, to comply with MARPOL 73/78 Annex V (Prevention of Pollution by Garbage from Ships). Vessel must be fitted with one unit of waste food grinder in the galley.
51. Manning
Vessel shall be manned and operated by qualified personnel in accordance with International and National Regulations for Safe Manning. Also, bidder shall ensure that the manning level is in full compliance with the STCW ’95 Convention and in particular respect to Chapter VIII, Section A-VIII/1 “Fitness for duty”. Whenever required, extra officers or crew shall be provided at no extra cost to the Charterer. a) The crew shall preferably be Malaysians. b) Master/Chief Engineer and Chief Officer/2nd Engineer shall have at
least 2 years experience on board anchor handling vessels. c) Bidder must provide sufficient complement on board the vessel to
cope with occasional 24 hours continuous anchor handling operations.
52. Work Vest & Life Vest
a) Self-up righting capability b) Work vests are to be provided to all crewmembers working on
deck. Approved types are: • Driclad Models A184 and A185 • Billy Pugh APCOModels 100 and 200 • American Cup Model 82117 • Mustang Model 150 • Crewmaster Model V150N & 100N • Stearn Model 6000 Merchant Mate ii TM • Safeguard Model 198RT
Required quantities: 6 pieces.
c) Life vests for Safe Personnel Transfer At Sea, Approved types of life vests are: - a. Driclad Models A184 and A185 b. American Cup Model 82117 c. Stearn Model 6000 Merchant Mate ii TM d. Safeguard Model 198RT
Required quantities: 6 pieces.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-45
VESSEL NAME :
A TECHNICAL ESSENTIAL CRITERIA ITEMS COMPANY SPECIFICATIONS BIDDER’S SPECIFICATIONS (PLS PROVIDE THE DETAILS)
53. Domestic Shipping License
Possess a valid DSL prior on hire of vessel.
54. Performance Guarantee
For bidder who does not own the vessel, a Performance Guarantee must be obtained from its Principal. Should bidder fail to perform any of said obligations, Principal (as Guarantor) undertakes to and shall perform such obligations, or arrange performance thereof, in accordance with the terms of the contract.
55. Accommodation (a) Fully air-conditioned accommodation for ship’s crew. (b) At least 2 cabins (2 berths per cabin) complete with beds and
furniture to be provided for charterer’s personnel. (c) The noise level of the accommodation, wheelhouse, deck and cabin
shall be less than 80 DBA during operations.
56. Gangway To provide one portable gangway (3.5m) complete with handrails and safety net, capable of providing safe transfer between vessel and wharf/jetty.
57. Deck space utilization markings
Deck space to be painted with yellow lines denoting squares of 10 ft x 20 ft for ease of container stowage planning.
58. Personnel Boarding Station
A suitable landing area at the stern to enable personnel to safely board the VESSEL from a platform or vice versa. A longitudinal collapsible/ removable hand railing at approximately 1 meter (3 feet) from the stern for safe embarkation / disembarkation of personnel to be provided.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-46
PROPOSED VESSEL’S FUEL CONSUMPTION
APPENDIX NO. 14
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL SUBMISSION ONLY. INSTRUCTIONS 1. The Bidder shall submit as APPENDIX 14, the following table of vessel fuel consumption. 2. For new build vessels, Bidder shall be required to provide fuel consumption information as per the
vessel design specifications, based on the engine performance graph by manufacturer. 3. For existing vessels, Bidder is required to provide the following attachments to justify the fuel
consumption data quoted in APPENDIX 14:
a. Engine performance graph by manufacturer b. Monthly summary of vessel log for the past 6 months c. Complete engine log book for the past 1 month
4. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-47
PROPOSED VESSEL’S FUEL CONSUMPTION FIGURES (TO BE FILLED FOR EACH VESSEL PROPOSED)
APPENDIX NO. 14
VESSEL NAME:
VESSEL TYPE:
REQUIREMENT NO. : 1. General (a) Owner’s Name: : (b) Operator Name : :
(c) Year Built : : Ship Builder : (d) Type : : (e) Gross Tonnage : : Net Tonnage : (f) Classification & Society : : (g) Port of Registry : : (h) Date of next drydock : : 2. Performance and Consumptions (a) Certified Bollard Pull (Ton) : (where applicable) (b) Speed (c) Consumption
Maximum : Knots; Litres Per Hour with ____ of engine running Cruising : Knots; Litres Per Hour with ____ of engine running Idling/Standby : Knots; Litres Per Hour with ____ of engine running
(d) Consumption for auxiliary i. Generator : Litres Per Hour ii. Bow Thruster : Litres Per Hour iii. Stern Thruster : Litres Per Hour (where applicable)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-48
BIDDER’S SUBMISSION CHECKLIST
APPENDIX NO. 15
INSTRUCTIONS 1. The Bidder shall submit as APPENDIX 15, the checklist for all proposed submission. 2. Please confirm if you have completed and included the following in your ITB submission by
indicating (Yes/No) beside each item. For "No", please provide reason for deviation. 3. Bidder shall submit APPENDICES 15A and 15B only once, while APPENDIX 15C must be
submitted for every vessel proposed. 4. The Bidder shall insert its company stamp and sign each page of any Appendices filled in /
attached herewith.
THIS APPENDIX SHALL BE INCLUDED IN THE BIDDER’S TECHNICAL AND COMMERCIAL SUBMISSION.
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-49
BIDDER’S SUBMISSION CHECKLIST
APPENDIX NO. 15(A)
TECHNICAL PROPOSAL CHECKLIST
NO. TITLE Submitted (Y/N)
If No, Please Explain
4 Form of Tender Letter
Bidder’s Information
5 Bidder’s Data Questionnaire
6 Bidder’s Proven/Relevant Work Experience
Attachments: (where applicable)
A) Company’s related experience (last 3 years)
B) Current contract for all vessels owned (for vessel owners)
C) Proposed vessel’s previous jobs for the last 3 years (for proposed vessels NOT owned by Bidder)
7 Bidder’s Commercial Information/Financial Report
Attachments: (where applicable)
A) Bidder/Principal’s last three (3) years Audited Financial Reports
B) Bidder/Principal’s latest three (3) months bank statements
C) Latest evidence of credit facilities available from banks under Bidder’s name
D) Confirmation letter of financial support from Principal and Letter of Undertaking
8 Bidder’s HSE Capabilities Questionnaire
Attachments:
A) Copy of Bidder’s HSE Policy
B) Copy of Bidder’s HSE Manual
9 Summary of Vessel(s) Proposed
10 Exceptions to Tender and Contract Conditions (Unpriced)
11 Bidder’s Local Content
Vessel Specific Information
12 Schedule of Prices (Unpriced)
13 Bidder’s Proposed Vessel(s) Specifications
Attachments: (where applicable)
A) Letter of Authorisation & Exclusivity (for proposed vessels NOT owned by Bidder)
B) Vessel’s General Arrangement Plan
C) Vessel’s Technical Particulars/Brochure
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-50
TECHNICAL PROPOSAL CHECKLIST
NO. TITLE Submitted (Y/N)
If No, Please Explain
D) Copy of Shipbuilding Contract & Progress Report (for new built vessels only)
14 Proposed Vessel’s Fuel Consumption
Attachments: (where applicable)
A) Engine performance graph by manufacturer
B) Monthly summary of vessel log - Last 6 months (for existing vessels)
C) Complete engine log book - Last 1 month (for existing vessels)
Submission Checklist
15A Bidder’s Submission Checklist (Technical)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-51
BIDDER’S SUBMISSION CHECKLIST
APPENDIX NO. 15(B)
COMMERCIAL PROPOSAL CHECKLIST
NO. TITLE Submitted (Y/N)
If No, Please Explain
4 Form of Tender Letter
Bidder’s Information
10 Exceptions to Tender and Contract Conditions
Vessel Specific Information
12 Schedule of Prices
Submission Checklist
15B Bidder’s Submission Checklist (Commercial)
TENDER NO: PMO/2011/PPD/082-B SECTION C – FORMS AND APPENDICES
Bidder's Company Stamp: _____________________________ Signature: ______________
C-52
BIDDER’S SUBMISSION CHECKLIST
APPENDIX NO. 15(C)
VESSEL SPECIFIC PROPOSAL CHECKLIST
NO. TITLE Submitted (Y/N)
If No, Please Explain
Vessel Specific Information: Vessel Name ______________________
12 Schedule of Prices (Unpriced)
13 Bidder’s Proposed Vessel(s) Specifications
Attachments: (where applicable)
A) Letter of Authorisation & Exclusivity (for proposed vessels NOT owned by Bidder)
B) Vessel’s General Arrangement Plan
C) Vessel’s Technical Particulars/Brochure
D) Copy of Shipbuilding Contract & Progress Report (for new built vessels only)
14 Proposed Vessel’s Fuel Consumption
Attachments: (where applicable)
A) Engine performance graph by manufacturer
B) Monthly summary of vessel log - Last 6 months (for existing vessels)
C) Complete engine log book - Last 1 month (for existing vessels)