Professional Documents
Culture Documents
COMPANY LIMITED
(A Subsidiary of Nigerian National Petroleum Corporation)
62/64 SAPELE ROAD, P.M.B. 1262, BENIN CITY
EDO STATE
FOR
AUGUST 2016.
INSTRUCTION TO BIDDERS
DEFINITIONS
VALIDITY PERIOD: The period (in days) for which the rates, prices
and totals quoted by a bidder remains in force
and are not subject to change request by the
bidder.
Bidders shall carefully examine the Bid Documents and include for fulfilling
all obligations and liabilities in connection with the successful execution of
the obligations and liabilities attached to the works. Bidders are to note that
Warranties shall be required on all manufactured equipment. All such costs
are to be built into the bidder’s offer price.
It is expected that all invited bidders shall receive the Bid Documents
comprising the Invitation To Bid Letter, Instructions To Bidders, Confirmation
of Receipt Form, Bill of Engineering Measurements and Evaluations, and
Form of Tender.
Bidders are required to return the Confirmation of Receipt Form to:
The Manager,
Shell – JV Assets,
Asset Management Division,
Nigerian Petroleum Development Company Ltd,
62/64 Sapele Road, PMB 1262
Benin City, Nigeria.
E-mail Address: ekpo.bd@npdc-nigeria.com
Bidders are required to confirm that all information required for the bid is
sufficient.
The terms of reference for the above listed personnel shall include but not
limited to the following;
8.1 General
8.2.2 The WORKS shall be performed strictly in accordance with the terms and
conditions of the CONTRACT and such further NPDC instructions from time
to time in that regard.
8.2.2 It is understood and agreed that THE WORK includes the furnishing of all
labour, supervision, tools, equipment, materials and services necessary or
desirable to complete and render whole Scope for the purposes for which
they are intended.
8.2.3 The CONTRACTOR warrants that properly skilled, experienced and suitable
personnel shall perform the WORKS in a safe manner to the required
standard, using good working practices and that materials supplied will be
new, free from defects and suitable for their intended purpose.
8.3.1 Contractor shall supply all materials as required for execution of the
WORK in accordance with the Bill of Engineering Measurements &
Evaluations (BEME)
8.3.2 Neither OWNER nor ENGINEER shall be responsible for providing shelter,
medical attention or transportation for employees of CONTRACTOR.
Welding shall be in accordance with AWS D1.1, A 5.1 and B2.1, API 1104
and ASME B31.3.
All welding shall be performed in an area protected from rain, wind and
air-borne dust and sand.
Butt welds shall be made in at least two passes such that filler metal is
deposited over the whole thickness of the joint.
NDT (X-ray inspection) shall be carried out on all piping spools or welded
joints according to ASME B31.3 and API 1104.
Visual inspection shall be made in accordance with guidance given in
AWS B1.11 after completion of all welding over the full length of the
weld.
A suitably qualified person for visual inspection of welds may be a
welding inspector or a welder who has had training in the technique.
Where a closer examination of a weld surface is required magnetic
particle inspection (MPI) shall be used in accordance with the
recommendations given in AWS CMWI CH 12.
Should magnetic particle inspection equipment not be available, dye
penetrate inspection (DPI) may be used in accordance with the
recommendations given in AWS CMWI CH 12.
The test results shall be recorded and be available for inspection by the
COMPANY.
Where ultrasonic or radiographic examination is required, it shall be
made in accordance with AWS CMWI CH 12.
Examination shall be carried out not less than 16 hours from the time of
completion of the weld to be inspected, or not less than 40 hours in the
case of butt welds thicker than 40mm.
The CONTRACTOR shall give at least 24 hours' notice to COMPANY
before each stage is reached. COMPANY shall, however, have the right
to examine work at any stage, and to reject defective material or
workmanship whenever found.
The acceptance criteria for any welding tested shall be proposed by
CONTRACTOR and approved by the COMPANY prior to fabrication
commencing.
9. RATES/PRICES
Rates and Prices must be quoted for all items in the Bill of Engineering
Measurements and Evaluations where applicable. If any item(s) is left
unpriced, BIDDER shall indicate that the price of the said work is included in
a specified item. All prices shall be quoted in Nigerian Naira and shall be
comprehensive – inclusive of risks, liabilities, obligations, etc.
You are required to submit three (3) copies each of the Completed
Commercial Bid Document containing our Original Bill of Engineering
Measurements and Evaluations, the Form of Tender must be bound as
separate packages and submitted in sealed envelopes with the
appropriate inscription as described in the Invitation to Bid letter.
Bids received after the closing date or any extended date thereafter shall
NOT be considered.
13. DURATION
Bidders are required to state the job duration in the relevant space provided
in the Form of Tender.
Bidders are required to clearly state their Bid Validity Period in the relevant
space provided in the Form of Tender. Bid Validity Period must be stated
in days only e.g. 180days.
to reach him at least three (3) working days before the closing date of this
tender.
17. PRICE
The bid price shall be determined by the sum of the cumulative cost of the
items in the Bill of Engineering Measurements and Evaluations. The
Employer shall notify the winning bidder of the offer price at the end of the
Tender exercise. The Employer does not bind himself to accept any or the
lowest bid price nor will he be responsible for the bidder’s cost incurred in
preparing the tender.
Where there are computational errors in the extension of the unit rates to
arrive at a price, the unit rate will be applied to the number of items to
arrive at the corrected price. Also arithmetic errors shall be corrected and
the tender judged on the corrected tender sums.
In the event of any conflict arising from disparity between prices written in
numerals and figures, the prices in figures will be applied.
The Manager,
Shell JV Assets,
Asset Management Division,
62/64 Sapele Road, GRA,
Benin City, Edo State.
Dear Sir,
I hereby confirm the receipt of the original of a letter of Invitation To Bid (ITB)
for the above project.
(Tick as appropriate)
Yours faithfully,
Signature:…………………………………………………………………………
Name: ………………………………………………………………………….
Designation:………………………………………………………………………
Date:………………………………………………………………………………
Telephone: .………………………………………………………………………
Email:.....................................…………………………………………………….
PROVISION OF QUALITY ASSURANCE AND
QUALITY CONTROL SERVICES FOR
CONSTRUCTION OF EGBEMA WELL 8S AND
EGBEMA-WEST WELL 14S FLOWLINES IN
OML 20
Mobilization of personnel,
1 Lot L/S
equipment & materials
Provision of Two (2) Nos.
2 Certified Welding Inspectors for Day 120
60 days
Provision of Two (2) Nos. ASNT Day 120
3
Level II Technicians for 60 days
Observe and supervise
Construction Contractor’s
operations to ensure
conformance with specifications
4 Lot L/S
and applicable standards, and
perform special testing and
inspections in accordance with
API Standard No. 1104.
Supervision of pre-qualification
tests for all API coded welders
5 Lot L/S
required for the flowline
construction works
Interpretation of X-ray films of
6
welded joints made during Lot L/S
welders’ pre-qualification test.
Inspection/Supervision of all
7 flowline trenching and backfilling Lot L/S
activities
Interpretation of X-ray films for
8 No. 645
all welded pipe joints
Interpretation of X-ray films
9 required for the hook-up and tie- Lot L/S
in construction works
Interpretation of X-ray films for
10 Lot L/S
all welded fittings
Inspection of all owner and
contractor supplied materials
11 and fittings prior to use and /or Lot L/S
installation on any section of the
flowline
Inspection/Supervision of all
activities associated with the
12 sand blasting, painting of all Lot L/S
exposed above ground sections
of fabricated assembly
Inspection/supervision of all
activities associated with the
13 construction of cubic concrete Lot L/S
supports with neoprene
isolation.
Carry out Holiday Detector Tests
14 Lot L/S
for all Field Coated Weld Joints
Inspection/supervision of all
activities associated with the
flushing and hydro-testing of the
15 Lot L/S
pipelines and valves required for
complete hook-up in accordance
with ASME B31.4.
Provision for submission of daily,
weekly and monthly reports of
all activities carried out on site,
16 and for three copies of project Lot L/S
close out report (both bound
hard copies and soft copies in
CD-ROM)
Provide for CASHES
17 Lot L/S
Demobilisation of materials,
18 equipment and personnel from Lot L/S
location
TOTAL
5% VAT
GRAND TOTAL
AMOUNT IN
WORDS--------------------------------------------------------------------------------------------
------------------------------------------ -------------------------------
CONTRACTOR’S SIGNATURE DATE
FORM OF TENDER
The Secretary,
Bid Management Committee (BMC),
Nigerian Petroleum Development Company Limited,
62/64 Sapele Road,
P .M. B 1262,
Benin City, Edo State.
Sir,
____________________________________________________________________________
____________________________________________________________________________
______________________________________________(N___________________________ )
3. I/We agree to abide by this Tender for the period of _______ days from the
closing date fixed for returning the same and it shall remain binding upon
me/us and may be accepted at any time before the expiration of this validity
period.
4. I/We agree that this Tender remains open until formal AGREEMENT between
the OWNER and successful BIDDER is executed, or the contrary is expressly
stated in any other document by the OWNER.
5. I/We agree that the OWNER (i.e. Nigerian Petroleum Development Company
Limited) is not obliged to accept the lowest or any other Tender that is
received.
Signature: _____________________________________________________
___________________________________________
COMPANY STAMP OR SEAL
Address: ________________________________________________________
________________________________________________________
________________________________________________________
Witness:
Name: ________________________________________________________
Address: ________________________________________________________
________________________________________________________
Occupation:_______________________________________________________