Uploaded by abdurrehmanraees2

TBE EI Work

advertisement
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
Revision: 00
Technical Bid Evaluation for
Project
Originating Company
Document Title
Document Number
Document Revision
Document Status
Document Type
Originator / Author
Security Classification
ECCN
Issue Date
Revision History:
Rev #
Date of
Issue
Status Description
00
31-03-2020
First Issue
Originator
RA
Reviewer
Approver
IA
AAA
Table of Contents
TABLE OF CONTENTS .................................................................................................. 1
1
PURPOSE .................................................................................................................. 3
2
SCOPE ....................................................................................................................... 3
Page 1 of 18
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
Revision: 00
3
BIDDERS INFORMATION .................................................................................... 4
4
SUMMARY OF EVALUATION............................................................................... 4
4.1
4.2
4.3
4.4
4.5
Ltd)
Detailed Summary of Evaluation for Bidder 1 (M/s Accrescent Engineer Pvt Limited)
4
Detailed Summary of Evaluation for Bidder 2 (M/s Avanceon Limited) .................... 4
Detailed Summary of Evaluation for Bidder 3 (M/s Descon Engineering Limited) ... 5
Detailed Summary of Evaluation for Bidder 4 (M/s Etimaad Engineering Pvt limited)
5
Detailed Summary of Evaluation for Bidder 4 (M/s Siemens Pakistan Engineering Co.
6
5
TECHNICAL BID EVALUATION CRITERIA ..................................................... 7
6
TECHNICAL EVALUATION ................................................................................. 9
7
CONCLUSION ........................................................................................................ 14
8
ATTACHMENTS .................................................................................................... 15
ATTACHMENT–1 : TECHNICAL BID EVALUATION ANALYSIS ......................... 16
ATTACHMENT–2 : TECHNICAL BID EVALUATION SCORING .......................... 17
ATTACHMENT–3 : BIDS FROM BIDDERS AND THEIR ASSOCIATED
RESPONSES .................................................................................................................... 18
2 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
1
Revision: 00
PURPOSE
The purpose of this document is to evaluate the technical acceptance of Bidder based
on the scope of work, scope of supply, standards and technical specifications, terms
and conditions, requirements, acceptance criteria, and all other technical details.
2
SCOPE
Shell Pakistan Limited has decided to work on five of its terminals for Electrical and
instrumentation works. The Projects are of PCC (Procurement, Construction &
Commissioning) type. Contractor shall be responsible for the supply of all material,
structure, modifications, fabrication, installation, painting, testing and Commissioning
complete in all respect as per Manufacturer recommendations and Shell Requirements.
Contractor SOW also includes related logistics, dismantling and re-instatement to
facilities effected during execution.
Following is the brief scope with respect to project:
Tender Package 1: Installation of Lightening Arrestor at SSH & TJB
As per the environmental conditions being part of northern side of Pakistan, Chaklala
and Tarujabba terminals are affected by lightening. HEMP review also identified the
lightening hazard at CHK & TJB. Installation of lightening arrestor is required to
overcome this issue. As per survey, 6 points at CHK & 7 points at TJB terminal require
lightening arrestor.
Tender Package 2: Procurement & Installation of MOV at KMR & MCH
Existing manual valve will be replaced with PLC controlled Motor Operated Valves so
that intervention of human can be obsoleted. Explosion proof MOV will be installed
with Thermal Relief Valve (TRV) adding piping whereas Uninterruptable Power Supply
(UPS) will be the source for all electrical equipment. Workstation placed at office
building with MOV control panel will be responsible for the controlling of MOV.
Tender Package 3: Replacement of Ex Lighting at SSH
As per the demand of the terminal new explosion proof lights is required as already
installed lights are shabby and need to be replaced. To avoid any hinderance in terms
of visuality after sunset lights are replaced at Receipt Gantry, Dispatch Gantry and
Pump House.
3 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
3
Revision: 00
BIDDERS INFORMATION
Bids from the following bidders were received:
4
SUMMARY OF EVALUATION
4.1
Detailed Summary of Evaluation for Bidder 1 (M/s Accrescent
Engineer Pvt Limited)
1. The initial bid was incomplete in some aspects and general compliance with the
requirements of Technical Requisition and specification. The technical
clarifications (TC-1) were sent to bidder.
2. Bidder has replied to all technical queries and the bid along with the replies meet
all the technical requirements.
3. Bidder HSSE Plan is acceptable however HSSE Plan will need shell specific
modification (if awarded) as highlighted in Section 6.
4. Bidder L3 schedule & Execution Plan is acceptable however L3 schedule will need
modification in execution activities (if awarded) as highlighted in Section 6.
5. After technical clarifications, bidder has confirmed compliance to BOQ and Tender
Documents.
6. Bidder is technically acceptable.
4.2
Detailed Summary of Evaluation for Bidder 2 (M/s Avanceon
Limited)
1. The initial bid was incomplete in some aspects and general compliance with the
requirements of Technical Requisition and specification. The technical
clarifications (TC-1) were sent to bidder.
2. Bidder has replied to all technical queries and the bid along with the replies meet
all the technical requirements.
3. Bidder HSSE Plan is acceptable however HSSE Plan will need risk assessment
modification (if awarded) as highlighted in Section 6.
4. Bidder L3 schedule & Execution Plan is acceptable however Execution plan need
to be modified as per site requirements (if awarded) as highlighted in Section 6.
5. After technical clarifications, bidder has confirmed compliance to BOQ and Tender
Documents.
6. Bidder is technically acceptable.
4 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
4.3
Revision: 00
Detailed Summary of Evaluation for Bidder 3 (M/s Descon
Engineering Limited)
1. The initial bid was incomplete in some aspects and general compliance with the
requirements of Technical Requisition and specification. The technical
clarifications (TC-1) were sent to bidder.
2. Bidder has replied to all technical queries. However, few technical specifications are
still subject to confirmation as follows:
a. MESC compliance for Actuator Valve is awaited.
b. Bidder is yet to confirm IEC compliance of motor for actuator
c. Bidder to confirm MOV stay-put position in case of failure of power.
d. Bidder yet to comply on procurement of cables from approved vendors
only.
e. Bidder yet to confirm MOV & other Mechanical Valve compliance as per
MESC numbers, valve material and shut-off class.
f. Bidder yet to comply on procurement of snap switches, LED Lights,
Junction Box from approved vendors only although bidder has complied
to technical requirements.
3. Bidder HSSE Plan is acceptable however HSSE Plan will need modification (if
awarded) as highlighted in Section 6.
4. Bidder L3 schedule & Execution Plan is acceptable however L3 schedule will need
modification in shell specific reediness (if awarded) as highlighted in Section 6.
5. After technical clarifications, bidder has confirmed compliance to BOQ and Tender
Documents.
6. Bidder is technically acceptable.
4.4
Detailed Summary of Evaluation for Bidder 4 (M/s Etimaad
Engineering Pvt limited)
1. The initial bid was incomplete in some aspects and general compliance with the
requirements of Technical Requisition and specification. The technical
clarifications (TC-1) were sent to bidder.
2. Bidder has replied to all technical queries. However, few technical specifications are
still subject to confirmation as follows.
a. Bidder is yet to confirm IEC compliance of motor for actuator
3. Bidder HSSE Plan is acceptable however HSSE Plan will need modification (if
awarded) as highlighted in Section 6.
4. Bidder L3 schedule & Execution Plan is acceptable however L3 schedule will need
modification in shell specific reediness (if awarded) as highlighted in Section 6.
5. After technical clarifications, bidder has confirmed compliance to BOQ and Tender
Documents.
6. Bidder is technically acceptable.
5 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
4.5
Revision: 00
Detailed Summary of Evaluation for Bidder 5 (M/s Siemens
Pakistan Engineering Co. Ltd)
1. The initial bid was incomplete in some aspects and general compliance with the
requirements of Technical Requisition, specifications and datasheet. The technical
clarifications (TC-1) were sent to bidder.
2. Bidder has not replied to technical queries and technical clarification document
(TC-01) responses submitted by contractor was with empty attachments thus bid
was considered incomplete. Also bidder was not interested to participate actively in
the entire bidding process.
3. Bidder L3 schedule, Execution Plan & HSSE Plan is unacceptable
4. Contractor was not able to meet minimum score criteria of 70% therefore
contractor is technically not acceptable.
6 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
5
Revision: 00
TECHNICAL BID EVALUATION CRITERIA
Technical Bids are evaluated for each bidder against below documents submitted by
bidder:
Item
Company Capacity &
Capability
Technical Evaluation of
material
Project Execution Plan
(Descriptive)
Acceptance Criteria
Qualitative Analysis of Contractors' Company Strength, capabilities,
manpower, staffing, certifications (ISO, IECEx, etc.), ERP Systems,
Company Organogram, Safety Leadership, Trainings, R&R Programs,
Safety Statistics etc. shall be made by reviewing mentioned documents.
SPM/PM/PDE shall quantify on a scale of 0-10 based on qualitative
Analysis.
100 % Compliance Required on mandatory requirements. Detailed specs
will be evaluated on relative basis for e.g. equipment make, country of
origin, performance specifications, additional 3rd party testing &
certifications etc.
(To be Evaluated against Tender Datasheets and Specifications)
Qualitative Analysis of Contractors' Execution Plan shall be made by
reviewing below criteria. SPM/PM/PDE shall quantify on a scale of 010 based on qualitative Analysis.
 Contractor has submitted specific Project Execution Plan
 Mobilization & Demobilization is considered by Contractor.
 Contractor has considered all project activities including Civil,
Mechanical, E&I Works etc.
 Contractor has considered QA/QC Requirements including
Pre-commissioning, commissioning and handover activities.
 Consideration of Shell Specific Terminologies is an add-on
(PSSR/SoF etc) for Contractor
 Dismantling & Re-instatement is considered by Contractor
 3rd Party Certification of Scaffolding/NDT & any other test is
considered by Contractor as part of QA/QC/ITP Plan
 Contractor understands Method Statement submission prior to
work.
 Contractor has considered correct working hours
 Contractor has mentioned Manpower and Equipment
Deputation (List of equipment /machinery available with
contractor)
 Contractor has considered temporary facility setup
 Contractor has considered submission of project dossier and
red marked drawings
 Project Organogram provided by contractor to evaluate
7 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrumentation Works
(SSH, KMR, SKP, CKL, TJB)
Item
Revision: 00
Acceptance Criteria

Contractor has capacity to implement the project (Look for
how many projects are simultaneously being handled by
contractor)
Project Schedule
Qualitative Analysis of Contractors’ Project Schedule shall be made by
reviewing below criteria. SPM/PM/PDE shall quantify on a scale of 010 based on qualitative Analysis.
 L3 schedule is submitted by contractor
 Contractor has considered all project activities
 Contractor has considered Mobilization & Demobilization
 Contractor has considered correct sequence of activities
 Contractor has considered correct execution time against
respective activity
 Contractor has considered working hours for specific facility
 Contractor has considered shutdown requirements
 Contractor has considered mobilization time including
development of documents like MS/JSA/ITP/HSSE
Documents etc. in pre-mobilization phase.
 Contractor has considered requirement of 3rd Party
inspections, NDTs, other tests as per project requirements.
HSSE
Plan
and
Construction Safety
Qualitative Analysis of Contractors’ HSSE Plan shall be made by
reviewing below criteria. SPM/PM/PDE shall quantify on a scale of 010 based on qualitative Analysis.
 Contractor understands PTW/MS/JSA
 Contractor understands IOGP/CSSS & HSSE CF
requirements
 Contractor has submitted project specific HSSE Plan covering
all activities and its associated mitigation requirement e.g.
grinding works. Waste disposal, working at height, Scaffolding
&earth works
 Contractor understanding constructability of project by
ensuring correct equipment are being deployed at site.
 Contractor has its own HSSE Management System i.e. HSSE
Organization, target KPIs, safety strategy, internal trainings,
Internal Audit & Inspections, Leadership Visits, Incident
Management etc.
Lesson Learnt
Previous Project
This section deals with scaling bidder based on experience of previous
projects with Shell or with industry. SPM/PM/PDE shall quantify on a
scale of 0-10 based on Qualitative Analysis.
e.g. Bidder has not worked on a similar project before or Bidder has
poorly executed a similar project working with Shell or with other
industry.
from
8 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrument Work (SSH, KMR, SKP, CKL, TJB)
6
Revision: 00
TECHNICAL EVALUATION
Item
Company Capacity &
Capability
Technical Evaluation
Compliance
Project Execution
Plan (Descriptive)
Bidder 1 Remarks (Accrescent)
Company
is
involved
majorly
in
DCS/SCADA projects and well-known
System integrator company. Company has
also worked on multiple E&I projects in oil
& gas industry. Also worked with shell on
one of the LOBP project.
The bidder understands and technically
complies with all requirements.
Project 1 & 2: Overall Project Execution
plan is adequate however room for
improvement is available in terms of QA/QC
assurances. Although contractor execution
plan is site specific however it does not
address company own procedures adopted
for project execution for e.g. Project
Management
procedures,
Quality
Procedures, ITP development etc.
Project 3: Overall project execution plan is
detailed in terms of MOV installation and
system integration however, mechanical
activities are not specifically mentioned.
Further, Contractor is mostly involved in
E&I eccentric project and do not have much
experienced in Mechanical Works. Although
contractor execution plan is site specific
however it does not address company own
procedures adopted for project execution for
Bidder 1 Points
7 points.
10 points.
7 points
Bidder 2 Remarks (Avanceon)
Company is one of the leading Automation
companies with in-house engineering,
software development, finance and safety
departments. Contractor is involved in major
upstream DCS/SCADA projects and have
the appetite to absorb new projects.
The bidder understands and technically
complies with all requirements.
Project 1, 2 & 3: Overall project execution
plan is an organizational project handling
plan instead of project specific execution
plan. Although the document is very well
developed and shows the competency,
capability and procedures adopted within
company to deliver a project however exact
construction methodology cannot be
extracted from submitted Project Execution
Plan.
Bidder 2 Points
8 points.
10 points.
7 points
Page 9 of 18
Technical Bid Evaluation for Electrical & Instrument Work (SSH, KMR, SKP, CKL, TJB)
Item
Project Schedule
Bidder 1 Remarks (Accrescent)
Bidder 1 Points
e.g. Project Management procedures, Quality
Procedures, ITP development etc.
Project 1: Overall L3 schedule is acceptable
however actual details as per constructability
requirement are not comprehensively
covered such as scaffolding erection. In
general, overall direction of L3 schedule is
adequate but needs modification (if awarded)
as per actual site scenario.
Project 2: Overall L3 schedule is acceptable
and contractor has covered all major activities
involved in project however room for
improvement is available in terms of HSSE
readiness and pre-mobilization requirements.
Contractor is an E&I project eccentric
company and has its HSE department
merged with quality department. However,
risk assessment performed by contractor
shows competency of contractor specific to
Bidder 2 Points
Project 1: Overall direction of L3 schedule is
good and acceptable. Also, readiness/premobilization requirements are covered in
detail however actual details as per
constructability requirement such as line
emptying, WPS development are not
comprehensively
covered
as
main
construction activities are not elaborated in
detail.
7 points
Project 3: Overall execution plan is more
inclined towards E&I works and mechanical
activities are briefly covered. Overall
direction of schedule is correct but needs a
lot of improvement in premobilization
requirements in schedules such as HSSE
readiness, WPS development, 3rd party test
etc.
HSSE
Plan
and
Construction Safety
Bidder 2 Remarks (Avanceon)
Revision: 00
8 Points
10 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Project 2: L3 schedule covers all major
project
activities.
However,
need
improvement in terms of Specific Shell
Readiness requirements. Also, parallel
working need to be considered if awarded.
Project 3: Overall direction of L3 schedule
is good and acceptable. Also, readiness/premobilization requirements are covered in
detail however actual details as per
constructability requirement such as line
emptying, WPS development are not
comprehensively
covered
as
main
construction activities are not elaborated in
detail.
Overall direction of HSSE plan is very good
and meet Shell requirements however plan
needs improvement in terms of Risk
Assessment, training requirements. Also
8 points.
9 points.
Technical Bid Evaluation for Electrical & Instrument Work (SSH, KMR, SKP, CKL, TJB)
Item
Bidder 1 Remarks (Accrescent)
Lesson Learnt from
Previous Project
E&I Projects. Further, contractor is new to
Shell and will be requiring Shell Specific
Trainings and awareness regarding HSSE CF
and IOGP/CSSS.
No current experience with Shell T&S
however contractor was involved in Shell
LOBP Project. Overall experience was
satisfactory however contractor has not been
exposed to stringent HSSE requirements of
Shell T&S.
Bidder 1 Points
Bidder 2 Remarks (Avanceon)
needs onboarding
mobilization
4 Points
Revision: 00
trainings
prior
Bidder 2 Points
to
Avanceon is involved in multiple projects in
Shell. Currently LT panel project has been
delayed by contractor however contractor
has recently improved in delivering project
requirements
4 points
Please note that All Contractors PEP, PES and HSSE need to be updated once award is decided
Item
Company Capacity &
Capability
Technical Evaluation
Compliance
Project Execution
Plan (Descriptive)
Bidder 3 Remarks (Descon)
Contractor is one of the leading EPC
company and has the appetite to work on
multiple locations in Shell. Also, Descon
has its own HSSE, HR and engineering
departments which shows the capacity,
capability and competency of company.
The bidder understands and technically
complies with all requirements.
Project 1,2 & 3: Overall Execution plan is
detailed and specific to project. DESCON
plan is most precise as compared to other
bidders. Also, the quality of document
shows the competency and systemized
working procedures adopted by company.
Bidder 3 Points
9 points.
10 points.
8 points
11 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Bidder 4 Remarks (Etimaad)
Etimaad is also an EPC company with its
own HSSE, HR and Engineering
Departments. Contractor once was a big
EPC company however overall reputation
declined due to financial crunch in last few
years.
The bidder understands and technically
complies with all requirements.
Project 1,2 & 3: Overall Execution plan is
detailed and specific to project. However
contractor needs improvement in terms of
organogram and constructability of project.
Bidder 4 Points
8 points.
10 points.
7 points
Technical Bid Evaluation for Electrical & Instrument Work (SSH, KMR, SKP, CKL, TJB)
Item
Project Schedule
HSSE Plan and
Construction Safety
Lesson Learnt from
Previous Project
Bidder 3 Remarks (Descon)
Project 1,2 & 3: L3 schedule covers all
major project activities. However, need
improvement in terms of Specific Shell
Readiness requirements. Also, parallel
working need to be considered if awarded.
HSSE Plan is acceptable however training
matrix needs improvement considering
specific Shell requirements. Although the
risk assessment methodology detailed is
correct and acceptable but contractor to
include specific site risk and its mitigation
(if awarded)
No current experience with Client; Last
Project execution by Bidder was around 8
years back and resulted in Overall Project
Cost Increase. However, industry
reputation is very good.
Bidder 3 Points
6 points
Bidder 4 Remarks (Etimaad)
Project 1: L3 schedule covers all major
project activities and comparatively better.
However, need improvement in terms of
Specific Shell Readiness requirements.
Bidder 3 Remarks (Siemens)
Bidder 4 Points
7 points
6 Points
8 Points
HSSE plan needs improvement even
though company HSSE management
system in place but contractor was not able
to reflect good HSSE Plan.
4 Points
4 Points
Existing experience with Client is still
under scrutiny on U/G to A/G Piping
Project at SPL KMR Terminal.
Please note that All Contractors PEP, PES and HSSE need to be updated once award is decided
Item
Revision: 00
Bidder 5 Points
Company Capacity &
Capability
Contractor is disqualified
0 points.
Technical Evaluation
Compliance
The bidder does not understand and
technically disqualifies with all
requirements.
5 points.
Project Execution
Plan (Descriptive)
Disqualified because of incomplete bid
2 points
Project Schedule
Disqualified because of inadequate Project
schedule
1 points
12 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrument Work (SSH, KMR, SKP, CKL, TJB)
Item
Bidder 3 Remarks (Siemens)
Bidder 5 Points
HSSE Plan and
Construction Safety
HSSE plan is inadequate. Contractor is
disqualified
2 Points
Lesson Learnt from
Previous Project
Disqualified. Contractor is least interested
to work with Shell
0 Points
13 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Revision: 00
Technical Bid Evaluation for Electrical & Instrument Work
(SSH, KMR, SKP, CKL, TJB)
7
Revision: 00
CONCLUSION
Based on the evaluation for the bidders mentioned in section 6, the offers submitted
by Bidders (Accrescent, Avanceon, Descon & Etimaad) are technically acceptable
however Bidder (Siemens) is technically unacceptable. All accepted bidders have
complied to all requirements specified in Technical requirements of Tender Package,
data sheet and technical queries.
Below is the final summary of evaluation. As per criteria, Bidders having score of
70% or above should be considered technically acceptable.
[Note: Below scores are rounded off to whole number for clarity]
Total
Marks
Description
Company Capacity & Capability
Technical Compliance
Project Execution Plan
L3 Schedule
HSSE Compliance
Lesson Learnt (Last Projects)
Total Score
10%
15%
20%
15%
30%
10%
Total
Marks
Description
Company Capacity & Capability
Technical Compliance
Project Execution Plan
L3 Schedule
HSSE Compliance
Lesson Learnt (Last Projects)
Total Score
10%
15%
20%
15%
30%
10%
10
10
10
10
10
5
Total
Marks
Description
Company Capacity & Capability
Technical Compliance
Project Execution Plan
L3 Schedule
HSSE Compliance
Lesson Learnt (Last Projects)
Total Score
10
10
10
10
10
5
10%
15%
20%
15%
30%
10%
10
10
10
10
10
5
Bidder # 1 - Accrescent
Achieved Weighted
Score
% Score
7
7%
10
15%
7
15%
7
10%
8
23%
4
8%
Bidder # 2 – Avanceon
Achieved
Weighted
Score
% Score
8
8%
10
15%
7
14%
8
12%
9
28%
4
8%
78%
Bidder # 3 - Etimaad
Achieved Weighted
Score
% Score
9
9%
10
15%
8
15%
6
9%
8
23%
4
8%
85%
Bidder # 3 - Descon
Achieved
Weighted
Score
% Score
8
8%
10
15%
7
14%
7
10%
6
18%
4
8%
79%
Bidder # 3 - Siemens
Achieved Weighted
Score
% Score
0
0%
5
8%
2
5%
1
2%
2
7%
0
0%
73%
20%
14 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrument Work
(SSH, KMR, SKP, CKL, TJB)
8
Revision: 00
ATTACHMENTS
Attachment – 1 : Technical Bid Evaluation Analysis
Attachment – 2 : Technical Bid Evaluation Scoring
Attachment – 3 : Bids from Bidders and their associated responses
15 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrument Work
(SSH, KMR, SKP, CKL, TJB)
Revision: 00
ATTACHMENT–1 : TECHNICAL BID EVALUATION ANALYSIS
B3- E&I Work - TBE
Matrix - Consolidated.xlsx
16 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrument Work
(SSH, KMR, SKP, CKL, TJB)
Revision: 00
ATTACHMENT–2 : TECHNICAL BID EVALUATION SCORING
B3 TBE Scoring
Worksheet E&I.xlsx
17 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Technical Bid Evaluation for Electrical & Instrument Work
(SSH, KMR, SKP, CKL, TJB)
ATTACHMENT–3: BIDS
ASSOCIATED RESPONSES
FROM
BIDDERS
AND
Revision: 00
THEIR
https://eu001sp.shell.com/sites/AAAAA9374/DocLEAN%20East/Forms/Meta%20Data.aspx?FolderCTI
D=0x012000D778A15CFA52CF47BE4254378746E8BE&viewid=e9a80c28%2D5bb5%2D4d
9b%2D853a%2D2f5c83a1e952&id=%2Fsites%2FAAAAA9374%2FDocLEAN%20East%2FP
akistan%2FPKMT%2FPKMT%2D0034%20Provision%20of%20Motor%20Operated%20Valv
es%2FTechnical%20Evaluation
18 of 18
Doc. no.: B3 -TBE-001
The information contained on this page is subject to the disclosure on the front page of this document.`
Download