You are on page 1of 74

INSTRUCTIONS TO TENDERERS

FOR

INTEGRATED OFFSHORE
CONSTRUCTION WORKS

Reference Number: NG50000085/ECP/17

DATE: June, 2017


TABLE OF CONTENT

SECTION 1 - DEFINITIONS .................................................................................................... 4

SECTION 2 - ACKNOWLEDGEMENT .................................................................................... 5

SECTION 3 – CONDITIONS OF TENDER .............................................................................. 6

3.1 COMPLIANCE WITH THE INSTRUCTIONS TO TENDERERS.............................. 6


3.2 STUDY OF TENDER DOCUMENTS ....................................................................... 6
3.3 PROPRIETARY INFORMATION AND CONFIDENTIALITY UNDERTAKING ........ 8
3.4 UNCONDITIONAL TENDER .................................................................................... 8
3.5 JOINT VENTURES (ASSOCIATION OF COMPANIES, WITHOUT LEGAL
PERSONALITY) ................................................................................................................... 8
3.7 PARENT COMPANY GUARANTEE ........................................................................ 9
3.8 TENDERER’S LEGAL STATUS .............................................................................. 9
3.9 LANGUAGE ............................................................................................................. 9
3.10 TENDERER’S FACILITIES ...................................................................................... 9
3.11 VALIDITY OF TENDER............................................................................................ 9
3.12 ACCEPTANCE OF TENDER BY COMPANY .......................................................... 9
3.13 REPRESENTATION IN NIGERIA .......................................................................... 10
3.14 NEGOTIATION OF TENDER ................................................................................. 10
3.15 BANK CERTIFICATE FOR PERFORMANCE BANK GUARANTEE ..................... 10
3.16 UNSUCCESSFUL TENDER .................................................................................. 10
3.17 COMPLIANCE TO INSTRUCTIONS TO TENDERERS ........................................ 10
3.18 SUBCONTRACTING.............................................................................................. 11
3.19 BID BOND – BANK GUARANTEE ......................................................................... 11
3.20 AUDITED ACCOUNTS .......................................................................................... 11

SECTION 4 – TENDER CONTENT ....................................................................................... 12

4.1 QUALIFICATIONS (TECHNICAL AND CONTRACTUAL)..................................... 12


4.2 TECHNICAL PROPOSALS .................................................................................... 12
4.3 PRICED COMMERCIAL PROPOSALS ................................................................. 33

SECTION 5 – SUBMISSION OF TENDER ........................................................................... 37

5.1 STAGE 1 TENDER: TECHNICAL PROPOSALS .................................................. 37


5.2 STAGE 2 TENDER: PRICED COMMERCIAL PROPOSALS ................................ 37
5.3 REJECTION OF TENDER ..................................................................................... 37

SECTION 6 – TENDER EVALUATION ................................................................................. 38

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
2/74
APPENDIX 1: FORM OF ACKNOWLEDGEMENT AND CONFIDENTIALITY
UNDERTAKING
APPENDIX 2: FORM OF TENDER
APPENDIX 3: PARENT COMPANY GUARANTEE
APPENDIX 4: FORM OF BID BOND (BANK GUARANTEE)
APPENDIX 5: NIGERIAN CONTENT FORM
APPENDIX 6: MODEL OF TAGS
APPENDIX 7: TABLES FROM 1 TO 13

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
3/74
SECTION 1 - DEFINITIONS

For all purposes of the TENDER DOCUMENTS, the terms defined in this Paragraph shall
have the meanings assigned to them hereafter.

1.1 AGREEMENT shall mean the document enclosed in the TENDER DOCUMENTS and
comprising Articles 1 to XXX hereof and all its Exhibits and Appendices, pursuant to
which the PARTIES may from time to time enter into a CONTRACT.

1.2 COMPANY shall mean TOTAL E&P NIGERIA LIMITED, a company organised and
existing under the Laws of Nigeria and having its registered office at Plot 247 Herbert
Macaulay Way, Central Business District, Abuja, Nigeria.

1.3 INTRUCTIONS TO TENDERERS shall mean the present document comprising Section
1 to Section 6, its Appendices and any other attachments or annexes.

1.4 SERVICE shall mean the service and other obligations to be performed by
CONTRACTOR as described in the TENDER DOCUMENTS.

1.5 TENDER shall mean the TENDERER's offer to perform the SERVICE, and any
subsequent revised offer in response to COMPANY's request.

1.6 TENDERER(S) shall mean the company (ies), partnership(s) or other person(s) to
whom the Invitation to TENDER is addressed, and references to “CONTRACTOR” shall
mean TENDERER.

1.7 TENDER DOCUMENTS shall mean the documents remitted by COMPANY as listed in
APPENDIX 2 together with any addenda that may be issued by COMPANY until the
closing date.

The other words in capital letters not defined in the present Section 1 shall have the meaning
as defined in the attached AGREEMENT part of the TENDER DOCUMENT.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
4/74
SECTION 2 - ACKNOWLEDGEMENT

Not Later than one week from the date of receipt of the Invitation to Tender and Access to
the Call for Tender Document on “NIPEX” website:

(i) If TENDERER wishes to tender for the performance of the SERVICES, he shall use
the functionality “Intend to quote” on the NIPEX website. TENDERER shall also sign and
return the Form of Acknowledgement and Confidentiality Undertaking (APPENDIX 1)
attached to the INSTRUCTIONS TO TENDERERS not later than one week from the date of
receipt of the Invitation to Tender. TENDERER shall confirm his agreement on the closing
date for submitting the TENDER and specify the name and phone number of the person to
be possibly contacted. TENDERER shall also use the “Send Message” function on “NIPEX”
website.

(ii) If TENDERER does not wish to participate to this Call for TENDERS, he shall use
the functionality “Do not Quote” on the “NIPEX” website.

Failure to comply with the above may invalidate the TENDER.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
5/74
SECTION 3 – CONDITIONS OF TENDER

3.1 COMPLIANCE WITH THE INSTRUCTIONS TO TENDERERS

TENDER shall be prepared and submitted at TENDERER's sole costs and expenses in strict
accordance with the INSTRUCTIONS TO TENDERERS. No TENDER shall be accepted by
COMPANY in any other form. TENDER submittal means, except if duly qualified, approval of
the TENDER DOCUMENTS.

TENDERERS shall be responsible to comply with and be fully aware of all applicable
governmental and local laws, regulations, practices, codes and requirements which might
affect them when bidding, executing the CONTRACT and performing the SERVICE.

COMPANY shall be entitled to reject any and all TENDERS, to waive irregularities and
formalities in its absolute discretion, and shall not be bound to accept the lowest or any
TENDER. The choice made by COMPANY shall be final and shall not be contested or
opposed by TENDERER. COMPANY reserves the right to cancel this Call for TENDER.

3.2 STUDY OF TENDER DOCUMENTS

3.2.1 TENDERER is to check that all TENDER DOCUMENTS have been received.

COMPANY reserves the right to modify or amend any part of the TENDER DOCUMENTS
prior to acceptance of any TENDER; such modifications or amendments shall be notified to
all TENDERERS who shall, if they wish, be given the opportunity to modify or amend any
part of the TENDER should it have been submitted prior to such modification or amendment.
Any modifications and/or additional instructions issued by COMPANY during the TENDER
period shall be issued as Addenda to the TENDER DOCUMENTS.

3.2.2 TENDERER is required to peruse the TENDER DOCUMENTS and generally to


obtain all information as he may require to enable him to submit his TENDER.

3.2.3 Should TENDERER find any discrepancies in, or omissions from, the TENDER
DOCUMENTS, or have any enquiries regarding the TENDER DOCUMENTS, he
should immediately specify in writing such discrepancies, omissions or enquiries on
line via “NIPEX” website using the “Send Message” function and to the address
stipulated hereafter:

TOTAL E&P NIGERIA LIMITED


Contracts Department
Attn: Cyril IGBOKWE
Building A Room 124
Plot 25, Trans Amadi Industrial Layout
Port Harcourt, Rivers State
NIGERIA
Fax N: 084 236 310 ext 2236
Email address: cyril.igbokwe@total.com

Clarifications will be forwarded by return

3.2.4 Any queries in connection with the TENDER should be submitted in writing not less
than seven (7) days prior to the closing date given for receiving TENDERS on line
via “NIPEX” website using the “Send Message” function with attached electronic files
as applicable. Responses will be sent in the same manner. All requests for
clarification or interpretation not submitted in this manner will not be entertained.

3.2.5 TENDERERS shall be deemed to have a full working knowledge of the site at which
the SERVICE is to be performed including, where applicable, the prevailing climatic
and sea conditions and, generally, be familiar with and have obtained all necessary
information as to the data and contingencies and all other circumstances affecting
the performance of the SERVICE and to have taken the same into account.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
6/74
In addition, pre-tender site visit will be permitted, by prior arrangement.
TENDERERS should contact the COMPANY Technical Entity Representative
mentionned hereafter in order to arrange the site visit within seven days of receiving
this invitation to technical CFT with basic details of the personnel whom you propose
to involve in such visits, who and what they would like to see, the time required at
each site, and approximate dates, so that we can make the necessary
arrangements:

Ugwunna EKPEBEGH
TOTAL E&P NIGERIA LIMITED
ECP – OFFSHORE CONSTRUCTION
Building A Room 2XX
Plot 25, Trans Amadi Industrial Layout
Port Harcourt, Rivers State
NIGERIA
Tel: 084 236 310 ext 3416
Fax N: 084 236 310 ext 3416
Email address: Ugwunna.ekpebegh@total.com>>

It may also prove useful for TENDERERS, prior to visiting the sites, to submit an
advance outline of the information required to the nominated COMPANY personnel,
so that the relevant information can be prepared before the pre-tender site visit.

Although the general intent of the visit is to assist TENDERERS to fully understand
the proposed scope of work, they are specifically arranged to facilitate a thorough
understanding of the sites and the current modes of working.

TENDERERS should note that they are not constrained to provide the proposed
SERVICES by repeating existing practice, but are required and encouraged to
decide for themselves how best such services should be provided and make their
proposals accordingly. COMPANY seeks to utilise TENDERER’s expertise to
establish the most appropriate means of working under the proposed CONTRACT.

The Enquiry Documents fully describe the intended scope of SERVICE. If further
clarification is required, it will be provided by means of formal written TENDER.

COMPANY personnel who may be involved in the visits are authorised to explain
how work is performed at present, but are not authorised to provide any clarification
with respect to the SERVICES that will be required. If any such clarification is
required, it must be formally requested in writing marked for the attention of the
nominated Contracts Administrator.
COMPANY reserves the right to request any further information deemed necessary
to evaluate the TENDER.

In view of the offshore SERVICE being carried out on an operational platform with
scheduled shut-downs, severe safety precautions, strict COMPANY control of the
platform activities and the necessary protections of the existing installation,
TENDERER shall, by studying the TENDER DOCUMENTS, thoroughly investigate
the platform, its operations and regulations, and obtain clarifications and information
from COMPANY and/or its nominated representative in order to make himself fully
aware of the resulting requirements and restrictions which will affect the SERVICE.
TENDERER shall make himself familiar with the site conditions, the necessary
restrictions on productivity due to safety and operational activities, the terms and
conditions of employment of labour prevailing in the district, and with all matters
affecting his TENDER. It is envisaged that the offshore SERVICE shall be carried out
on a 24-hour basis consisting of two shifts of 12 hours throughout the total offshore
SERVICE period.
COMPANY shall make available to TENDERER transportation means from
NAFBASE - Port Harcourt to the offshore facilities to carry out the pre-tender visit by
TENDERER.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
7/74
3.2.6 TENDERER shall be deemed to have satisfied himself as to the correctness and
sufficiency of his TENDER. No claims whatsoever will be entertained arising out of
TENDERER's failure to study TENDER DOCUMENTS.

3.3 PROPRIETARY INFORMATION AND CONFIDENTIALITY UNDERTAKING

3.3.1 TENDER DOCUMENTS are confidential, contain proprietary information belonging


to COMPANY and may only be reproduced or disclosed by TENDERER for the
purpose of submitting his TENDER, subject however to prior written permission of
COMPANY first being obtained by TENDERER and to same prior undertaking of
confidentiality by the recipient.

3.3.2 TENDER DOCUMENTS shall remain the property of COMPANY.

3.4 UNCONDITIONAL TENDER

No TENDER will be conditional upon the availability of labour, equipment, material or any
other resources to be provided by TENDERER for the performance of the SERVICE.

3.5 JOINT VENTURES (ASSOCIATION OF COMPANIES, WITHOUT LEGAL


PERSONALITY)

3.5.1 TENDERS submitted by Joint Ventures are to comply with the following
requirements:

a) TENDER shall be signed by all Partners so as to be legally binding on each member


of the Joint Venture. The name of the signatory shall be shown in print underneath
each signature.

b) A copy of the Joint Venture Agreement that has been, or is intended to be entered
into by Partners, shall accompany TENDER. Unless already specifically included in
the terms of such an Agreement, the following declaration and information shall be
given in a statement signed by all the Partners which is to accompany the TENDER:

i. That the Partners of the Joint Venture shall be liable jointly and severally for the
performance of the SERVICE in accordance with the terms of TENDER
DOCUMENTS and that in the event that any one of said Partners goes into
liquidation then the surviving Partner(s) shall have the full obligation to carry out and
complete SERVICE and shall be empowered to use all construction equipment,
including any marine equipment, furnished by any Partner in the Joint Venture and
shall be entitled to have any subcontracts assigned to it (them).

ii. The interest of each of the Partners in the Joint Venture and the part of SERVICE to
be performed by each Partner.

iii. The name of the Partner nominated to act as manager of the Joint Venture and who
in such capacity is authorised to incur liabilities and enter into contractual
relationships with third parties, including settlement of any disputes thereunder, to
receive and act upon instructions from COMPANY, to make and receive payments -
all on behalf of the Joint Venture.

iv. That the declaration attached to TENDER takes precedence over anything which
may be written in the said Joint Venture Agreement.
v. The Joint Venture Agreement document shall refer to and be specific to this tender
vi. Withdrawal of one or both parties of the Joint Venture or consortium prior to the
progression of the Tender to the commercial phase shall lead to disqualification of
the bidder.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
8/74
3.5.2 In the event that TENDERER decides during the TENDER period to form a Joint
Venture he shall notify COMPANY immediately on reaching such decision and in any
event at least seven (7) days prior to the date given for return of TENDERS and give
the names of all the Partners in the Joint Venture.

3.5.3 Should a CONTRACT be awarded to an association of companies, the CONTRACT


would then:

- Provide that members of the association of companies are jointly referred to as


CONTRACTOR and are jointly and severally bound towards COMPANY,

- And include the following provision, applicable only when CONTRACTOR is an


association of companies:
”CONTRACTOR1 and CONTRACTOR2 (hereinafter together referred to as the
“CONTRACTOR”) are acting jointly and severally for the performance of the
CONTRACT and that CONTRACTOR1 has irrevocably nominated
CONTRACTOR2 as leader on behalf of CONTRACTOR1 with the full power to
represent the CONTRACTOR1 and to act on his behalf for all matter relating to
the CONTRACT”.

CONTRACTOR2 referred to in the wording above, must be a Nigerian law


incorporated legal entity.

3.7 PARENT COMPANY GUARANTEE

In the event TENDERER is a subsidiary of another Company or Corporation, it is a condition


precedent to the acceptance of any TENDER that TENDERER's ultimate holding Company
provides a “Parent Company Guarantee” letter in the form attached hereto (APPENDIX 3) be
signed by officer(s) vested with authority to commit the parent company.

3.8 TENDERER’S LEGAL STATUS

TENDERER's legal status, country of incorporation and country of residence for tax
purposes, if different from country of incorporation, must be disclosed (e.g. Nigerian
Certificate of Incorporation and DPR Permit). The shareholding of the company, the
company subsidiaries and organisation of the company must be detailed.

3.9 LANGUAGE

TENDER and all attachments, information, notes, catalogues, and any other written material
shall be in the English language.

3.10 TENDERER’S FACILITIES

COMPANY reserves the right to visit and inspect and satisfy itself regarding the premises,
facilities, marine equipment and other resources of TENDERER and/or any of his proposed
sub-contractors and vendors and to carry out related technical (including personnel
management, personnel skills evaluation, training) and commercial appraisals for the call for
tenders process and prior to entering into any Contract.

3.11 VALIDITY OF TENDER

The TENDER shall remain valid and open for acceptance for a period of twelve (12) calendar
months from the closing date.

3.12 ACCEPTANCE OF TENDER BY COMPANY

No TENDERER may consider himself successful unless and until he receives written notice
to this effect from COMPANY.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
9/74
In the event of written acceptance by COMPANY of TENDER or modified TENDER, as the
case may be, the sending by COMPANY of a letter of acceptance to the successful
TENDERER shall constitute a binding agreement between COMPANY and such successful
TENDERER in the precise terms of such correspondence and the documents listed as
applicable therein.

Such acceptance may be expressed to be subject to such clarifications or variations as


COMPANY shall specify; if such acceptance were conditional, then although there shall be
no binding contract until resolution of the points of clarification or variation stipulated by
COMPANY the successful TENDERER shall nonetheless be bound to adhere to his
schedule of Rates and Prices for the period stipulated in paragraph 3.11 above.

3.13 REPRESENTATION IN NIGERIA

TENDERER is requested to provide in writing the details of its representation in the Federal
Republic of Nigeria.

Failure to comply with this requirement shall invalidate the TENDER.

3.14 NEGOTIATION OF TENDER

TENDERER shall be prepared to discuss anywhere, at TENDERER's cost, any aspect of his
TENDER at any reasonable time between submission and contract award.

3.15 BANK CERTIFICATE FOR PERFORMANCE BANK GUARANTEE

If TENDERER successfully qualifies in the Commercial stage, TENDERER shall submit a


Certificate issued by a leading bank to be approved by COMPANY in which said bank
commits itself, upon the award of the CONTRACT, to furnish the necessary Performance
Bank Guarantee as defined in AGREEMENT and complying with the model attached.

3.16 UNSUCCESSFUL TENDER

Unsuccessful TENDERERS shall return all documents transmitted to them in conjunction


with the invitation to TENDER on receipt of the notification of the non-acceptance of their
TENDER.

3.17 COMPLIANCE TO INSTRUCTIONS TO TENDERERS

The form of acknowledgement (APPENDIX 1), the TENDER form (APPENDIX 2) the Parent
Company Guarantee form (APPENDIX 3), the Bank Guarantee (APPENDIX 4) form and the
Nigerian Content Form (APPENDIX 5) to be provided by TENDERER are attached to the
present INSTRUCTIONS TO TENDERERS. No TENDER will be accepted unless in the form
supplied or unless prior written consent of COMPANY is obtained for an alternative form.

If the TENDER does not comply with the INSTRUCTIONS TO TENDERERS, is incomplete
or vague or is submitted after the prescribed date and time, it will not be considered.

The COMPANY reference numbers must be clearly indicated on TENDERER's Proposal


and/or all letters, communications and other documents related thereto.

COMPANY may not execute any contract award until all the requirements and conditions of
the TENDER DOCUMENTS and the letter of acceptance defined in above 3.12 have been
complied with.

TENDERER's information as requested in the TENDER DOCUMENTS shall be an essential


part of each TENDERER and will, in the case of the successful TENDERER, be incorporated
as appropriate in the Contract documents.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
10/74
3.18 SUBCONTRACTING

TENDERER shall submit all necessary information concerning any proposed sub-contractor
as follows: List of proposed sub-contrators, worldwide contracts references, experience and
references in the country, registration in the country, sub-contractor certifications with code
of practice (ISO, API …), sub-contractor qualification procedure. In all cases, any
subcontract shall be subject to prior approval by COMPANY.

3.19 BID BOND – BANK GUARANTEE

TENDERER shall at submission of Commercial offers, together with his TENDER, provide
COMPANY with one million Nigerian Naira (1,000,000.00 NGN). Bid Bond – Bank
Guarantee. No TENDER will be considered unless it is accompanied by such Bid Bond.
Such Bid Bond shall be strictly in accordance with the form of APPENDIX 4 to these
INSTRUCTIONS TO TENDERERS.

This Bid Bond shall be valid for a minimum period equal to the TENDER validity period and
shall be extended automatically upon possible award of CONTRACT to TENDERER in which
case the Bid Bond shall be valid up to the receipt by COMPANY of the Performance Bank
Guarantee as defined in the AGREEMENT.

COMPANY will return such Bid Bond to each TENDERER, except successful TENDERER
within fifteen (15) days after a Contract is signed between COMPANY and successful
TENDERER.

This Bid Bond shall be established in Nigerian Naira and issued by a bank approved by the
COMPANY. The original Bid Bond shall be enclosed with the original technical proposal as
required in Section 4 hereinafter.

3.20 AUDITED ACCOUNTS

TENDERER shall show evidence of financial capability. TENDERER shall provide Qualifier’s
audited accounts for the last three years.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
11/74
SECTION 4 – TENDER CONTENT

The TENDER submission will be made in TWO STAGES:

- Stage 1: The first submission will relate to the HSE/Technical and unpriced
commercial/contractual proposal/qualification in accordance with the conditions set forth
here below. (NO PRICES ARE TO BE INCLUDED AT THIS STAGE)

- Stage 2: The second submission which will be the Commercial proposal will be formally
requested from TENDERER, who had passed the first stage and it will be submitted in
accordance with the conditions set forth here below.

Bid shall enclose all documents numbered submitted with the same numbering as instruction
to tender mentions below.

4.1 QUALIFICATIONS (TECHNICAL AND CONTRACTUAL)

TENDERER must set out details of his Qualifications (Technical and Contractual) as
stipulated in part 12 “Qualifications (Technical and Contractual)” of the table displayed in
article 4.2 (if any) in the format below:

If there is none, TENDERER must indicate in his offer “No Qualifications/Exceptions”

However, TENDERER may be advised to drop the Qualifications submitted with this
TENDER, and failure to comply with this may lead to disqualification of the TENDERER’S
bid.

4.2 TECHNICAL PROPOSALS

The Technical Proposals shall be organised in the following Sections:

PART 1 – Cover Letter.


PART 2 – The Form of TENDER and Other Requested Submissions
PART 3 – TENDERER’s Details and Workload
PART 4 – Contract Implementation, Schedule and Progress
PART 5 – Management and Control
PART 6 – TENDERER’s Equipment and Facilities
PART 7 – Activities
PART 8 – Experience, Know-how & Maintenance Support
PART 9 – Health Safety and Environment (HSE)
PART 10 – Quality
PART 11 – Technical Proposals and/or Alternatives
PART 12 – Qualifications (Technical and Contractual)
PART 13 – Nigerian Content
PART 14 – TENDERER’s Skills and Advantages

Details of the content and structure of the Technical Proposal are explained in the following
table.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
12/74
PART TITLE REQUIREMENTS

1. Cover Letter A template of Cover Letter is proposed in


APPENDIX 1 of these ITT.

2. Form of The “Form of TENDER and Other Requested


TENDER and Submissions” - shall be structured as follows and
Other Requested comprise:
Submissions
a) The original form of TENDER attached
hereto.
b) If applicable, the Joint Venture documents
and statements mentioned in paragraph 3.5
hereinabove and TENDERER to complete
and insert Table 1 – Split of Responsibilities,
as attached hereto.
c) If applicable, the Parent Company Guarantee
mentioned in paragraph 3.7 hereinabove.
d) TENDERER's legal status and related
information as specified in paragraph 3.8
hereinabove
e) The details referred to in paragraph 3.13
hereinabove regarding TENDERER's
representation in NIGERIA, if any.
f) The certificate to be issued by TENDERER's
leading bankers as specified in
paragraph 3.15 hereinabove if applicable.
g) Details of proposed sub-contractors by
TENDERER as specified in paragraph 3.18
hereinabove.
h) The Bid Bond mentioned in paragraph 3.19
hereinabove.
i) TENDERER shall indicate the parts and
sections of the SERVICE will be performed in
NIGERIA, the location and what percentage
this SERVICE represents of the quoted
Contract value. ‘Local’ representation and
local content will be one of the TENDER
evaluation criteria and TENDERER should
clearly state his intentions.
j) Written confirmation that the insurance
coverage required by the proposed
AGREEMENT either is or can be arranged in
accordance with the TENDER DOCUMENTS.

3. TENDERER’s The structure shall be as follows:


Details and
Workload  TENDERER GENERAL INFORMATION

TENDERER shall complete:


Table 2 – General Information
 Indicate the various locations of its offices (to
include physical address, functioning telephone
numbers, functioning email address and contact
personnel name and contact details) and bases as
well as its technical and commercial support in the
country,
 TENDERER's legal status, country of
incorporation and country of residence for tax
purposes (if different from country of
incorporation) must be disclosed

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
13/74
 If not established in the country, indicate its
intended plans with regards to that aspect,

o TENDERER’S CORPORATE STRUCTURE

TENDERER shall complete:


Table 3 – TENDERER’s corporate structure
 Detail the shareholding of the company. The
company subsidiaries and organisation of the
company must be detailed.

o FINANCIAL INFORMATION

TENDERER shall complete:


Table 4 - Financial Information
 Indicate if it is able to provide financing for
the performance of the services,
 Indicate in such event if it is able to provide
any other form of financial assistance to the
project on its own or through an affiliate,
 Provide other details and documents in
accordance with the attached Table 4.

 IMPACT AND WORKLOAD

TENDERER shall complete:


- Table 5: Maximum Admissible Workload

Table 6: Current contracts related to Oil & Gas -


Offshore Construction Work

Table 7: Potential workload for Oil & Gas Offshore


Construction Work
 Indicate how the performance of the services
would impact on the workload,
 Provide indications on how it could, as the
case may be, face the additional workload
associated with the present services,
 Add separately and consolidate in a clear
table the workload and resources related to its
potential Joint Venture Partner(s) and/or main
subcontractor(s), as appropriate,
 Provide verifiable evidence such as Contracts
PO’s, etc

o MAJOR WORLDWIDE CONTRACTS

TENDERER shall complete:


 Table 8 – Past three years major worldwide
contracts for Oil & Gas Offshore Construction
Work Related to the contracts for the last three
years whichever they refer to similar services and
have a significant impact on TENDERER business,
 Clearly indicate position and responsibilities
under these Contracts,
 Indicate those having being performed
partially and those performed fully.

o SIMILAR CONTRACTS IN THE COUNTRY

TENDERER shall complete:


Table 9 – Past five years and current Oil & Gas -

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
14/74
Offshore Construction Work contracts in the
country
 Clearly indicate position and responsibilities
under these Contracts,
 Indicate those having being partially
performed and those fully performed,
 Highlight those involving personnel
originating from the country or area of operations,
and indicate the recruitment / training plans which
have been put in place for the job,
 Comment as necessary on those experiences.

 EXPERIENCE BY TYPE OF ACTIVITY

TENDERER shall complete:


Table 10 - Experience by type of activity and
references
 Clearly indicate TENDERER’s experience in
relation with those activities,
 Provide complementary details and comment
as necessary.

o HUMAN RESOURCES

TENDERER shall complete:


Table 11 - Human resources Policy
 Provide complementary details and documents
related to recruitment and training plan as
necessary.

o HEALTH, SAFETY AND ENVIRONMENT

TENDERER shall complete:


Table 12 - Health, Safety and Environment
Performances
A paramount COMPANY’s objective is to ensure
that the sites are operated, and maintained in
accordance with strict safety standards, and
definitely in full compliance with the COMPANY
regulations.
 Provide complementary details and documents
related to HSE policy as necessary.

o QUALITY ASSURANCE/QUALITY CONTROL

TENDERER shall complete:


Table 13 – Quality Assurance/Quality Control
TENDERER shall demonstrate that his QA/QC
program is adequate, and fit for purpose.
Provide complementary details and documents
related to QA/QC policy as necessary.

4. Contract It shall comprise the Contract Implementation Plan.


Implementation,
Schedule and TENDERER shall provide a full and detailed
Progress statement of his proposals as to the
implementation of the CONTRACT as a whole.

In particular TENDERER shall provide details of:

a) His Proposals and Schedule (Level 3 project

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
15/74
schedule) for achieving the milestones of all
phases of a typical offshore construction
campaign, i.e. prior to and during mobilisation
then going into Operation. (Pre-mobilisation
phase, Mobilisation phase on offsite,
Mobilisation phase on site, handover and
takeover phases…). The schedule shall cover
all phases of the SERVICES, and shall also
take into account constraints related to
interfaces with COMPANY, COMPANY’s
Contractors and suppliers (if any). TENDERER
shall submit his proposed schedule.
b) CONTRACTOR must detail his intended
method (including previous experience) and
proposed timescales associated with the
Integration (Assessment, Recruitment and
Training) of specifically all Nigerian Nationals
for the various CONTRACT positions required
at COMMENCEMENT DATE or earlier. This
area is deemed a critical area of this
CONTRACT and the TENDERER must provide
their experience and intentions to COMPANY
for the assurance that recruitment and
provision of NATIONAL personnel by the
COMMENCEMENT DATE is practical and
achievable. Failure to comply with this
requirement shall invalidate the TENDER.
c) Integration plan for all other CONTRACTOR’s
Personnel (Assessment, Recruitment,
Training…)
d) Authorisation & certifcation schedule
e) Mobilisation scheme for all CONTRACTOR’s
Personnel.
f) Sub-contractor or JV agreement schedule
g) A written summary of the most critical areas
of the schedule, based upon its experience,
the most likely critical activities for the
successful completion of the SERVICES in
accordance with the CONTRACT dates.

5. Management It shall be structured as follows and comprise:


and Control
a) The Human resource management policy in
which will be developed the following aspects:
 Location and organization of entity
managing TENDERER personnel in head
quarters and in Port-Harcourt, NIGERIA
during all Phases.
 Summary of the Proposed Management
Team/s for all Phases of this CONTRACT.
This summary must include their
respective CV’s as detailed below for all
Candidates proposed.
 Recruitment
 Recruitement and selection policy
 Recruitment procedures,
 HR teams and their knowledge of field
operations
 Recruitment organisation:
 Selection Procedure and Recruitment
techniques (tests and interviews (with
typical questionnaire and scoring),

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
16/74
evaluation, etc…),
 Networks used,
 Recruitment dossier.
 Nationalization plan for the duration of the
contract with associated Nationalisation
training plan proposal.
 Personnel Career/mobility management
(general orientations, procedures used,
teams in charge, tools/methods used,
Personel motivation letters, etc.…)
 Incentives policies for good performers
 Manpower career planning (general
orientations, procedures used, teams in
charge, tools/methods used, …)
 Statistics
 Communication policy
 Human Resources development, Skill
Evaluation and Training. TENDERER shall
submit the Human Resources development
and Skill Evaluation method TENDERER
intends to implement for each phase of the
SERVICE. This Human Resources
development and Skill Evaluation method
shall be in line with the requirements of and
shall form the basis of the method applied
in the event that TENDERER is awarded the
contract.
 TENDERER shall give procedures or
description, as listed and particularly:
 Skill and Competence evaluation procedure
 List of skills by position, trade and
technical level (HSE, theoretical and
practical technical knowledge, methods
and organisation procedures, reporting,
CMMS, team management )
 Example of skill evaluation process and
results for a similar contract
 General training policy,
 Catalogue of training courses (Technical,
Language, Vendor and HSE)
 Training resources (training centers,
trainers, training management teams, …)
 Training evaluation procedure,
 On the job training procedure
 Example of individual development plan
 Human Resources development progress
follow up and Competence Validation
procedure
 Estimated training plan (classroom and on
the job) to be put in place prior to on site
mobilisation (split into HSE training and
Technical Training plans respectively)
Note: - Statistics must be provided (i.e.
estimated training man-days each year for
each employee)
 The main focus points for evaluation of the
TENDERER Human Resources
development method by COMPANY are:
 The relevance of skills and Competence
levels for the positions involved in the
SERVICE,
 The Human Resources personnel planned

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
17/74
to be mobilised by TENDERER at each
phase of the SERVICE
 The practicality and the simplicity of the
Skill/Competence Evaluation method itself,
 Quality of the follow up of the Human
Resources development process and
Personnel Validation to assure permanent
and continual Competence.
 The assurance that a continual Mentoring
process shall be provided by the
CONTRACTOR’s supervisory staff to
Nationals within the Nationalisation
programme.

TENDERER is required to detail within EXHIBIT 9


its Human Resources Management Method
including definition of deliverables according to
progress or time scale. This HR Management
Method will be after clarification a CONTRACTUAL
engagement through the CONTRACT duration.

b) TENDERER shall clearly develop comments


or deviations from the permanent organisation
chart specified by COMPANY in EXHIBIT 9 (as well
as all the job descriptions for all key positions) that
TENDERER might propose.

c) CV’s of all identified PERSONNEL in this


contract organisation chart(s). The CV’s shall be
presented following a standard format detailing:
- Personnal details (including age….)
- Current Employee or New recruit (also
indicating Availability)
- Employment history (work and duration in
posts, etc.),
- Seniority in the TENDERER’s group
- Experience relative to the job description
(with detailed responsibilities and
durations)
- Other professional experience (with
detailed responsibilities and durations)
- Equipment and technology mastered
(certification, level, …)
- Language skills
- French level
- English level (TOEIC score or equivalent)
- Educational diplomas
- Industrial and professional training courses
- HSE and certifications (including validity)
- Technical
- Others

Note: TENDERER shall provide a tabular presentation of


the personnel she intends to engage for the SERVICE,
with the following details: Discipline, Age, Years of
experience, certification, professional organisation,
present employment... etc.

d) Location and organization of head quarters


technical support entity subject to provide
technical expertise throughout the proposed

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
18/74
contract duration.

e) TENDERER shall detail the content of the


following specific procedures (based upon the
requirements of EXHIBIT 5 where appropriate) to
be used for the management and control of the
contract. TENDERER may also submit typical
examples of procedures, if appropriate.

- Risk Management Plan supported by


procedure(s) (including details of software
to be used). TENDERER shall provide an
initial identification of significant risks, an
estimation of their severity and proposals
to mitigate these risks.
- Reporting procedure (including previous
report examples).
- Documentation Management procedure
(including details of software to be used).
The final contract deliverables (equipment
specifications, drawings, lists & schedules,
narratives etc,..) shall be in an electronic
form compatible with COMPANY computer
systems.
- Communications Networks procedure
(including details of the hardware/software
to be used).
- Security Policy, Procedure and Personnel
Security Inductions.

f) Subcontracting: TENDERER shall provide


details on his sub-contracting capabilities and plan
using the EXHIBIT 8 Format and shall clearly
indicate:

- The possible companies sub-contracted,


their field of activities and their personnel
qualifications,
- Their Policy for SUBCONTRACTOR
recruitment
- Their Procedure for SUBCONTRACTOR
qualification
- Part to be sub-contracted,
- Statement as to the name of his
Subcontractors
- List of Subcontractors registration in
Nigeria (if Applicable)
- The Sub-contractor’s references for similar
Works,
- The location of their facilities
- Details of such facilities.
- TENDERER shall also provide his Sub-
contracting Plan to include:
o An organisation chart
highlighting key positions in the
Sub-contracting function, their
personnel qualifications and
their liaison with the Project
Management.
o A Mobilisation Plan for
subcontract parts (with man
hours dedicated to the sub

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
19/74
contacted work)
o Full details of the extent and
nature of Sub-contracts (or
possibly partnership through
Joint Venture agreement)
proposed to be used.
o His proposed sequencing,
methods and control of sub-
contracting activities on the
project.
o Clear reference to their
applicable Sub-Contractor
qualification procedure.

6. TENDERER’s It shall be structured as follows and comprise:


Equipment and a) The consolidation/confirmation of the list of
Facilities tools, equipments, consumable, logistic mean &
equipment TENDERER might provide to
COMPANY and the price list specified in the
commercial proposal.
b) TENDERER shall submit evidence of direct
ownership of his available facilities and/or details
of their Subcontractors facilities.
c) TENDERER shall submit detailed scale
plan(s) of his main facilities showing clearly the
total area (in M Sq) that shall be allocated for the
SERVICE and indicating:
- All fixed existing site facilities such as
workshops and manufacturing areas.
The plan(s) shall also indicate the flow
path of the SERVICE. Any height and
weight restrictions within the facilities
shall be identified. Transport
connections with the facilities by road,
rail, waterway, sea or air shall also be
indicated with any width, draft, height
and/or weight restrictions.
- Fabrication and storage area, including
area available for pipe storage.
- All Logistical facilities at the disposal of
the CONTRACTOR. TENDERER’s to
include details of their respective
Transport and Safety Policys
associated with all Logistical
arrangements.
- All Administrative, Technical and
commercial support available to be
provided by TENDERER in support of
the SERVICES in this CONTRACT.
- Existing office accommodation
including design office, with details
showing TENDERER’s proposed
offices.
- Medical facilities (if any).
- Changing, washing and eating facilities
for the workforces which are not
provided by COMPANY.
- Induction/regular meeting premises
- Training facilities
- Existing location, size and details of
covered warehousing, stores and
bonded facilities defining capacity,

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
20/74
environmental control facilities and
intended utilisation.
- Specialised testing facilities (PSV
testing, gas testing, shallow water test
facilities, etc)
- Craneage capacities (fixed and mobile)
with certified documents.
- Utilities and available capacity.
- Proposed storage area(s), designated
to storage of materials and equipment.
Areas capable to store chemical
products shall be more accurately
detailed (environmental impact..)
- If TENDERER has specific facilities
which are presently under construction
(note:- Planned to be constructed shall
not be accepted), then these may be
submitted. However, clear evidence of
this facility must be provided to
COMPANY (e.g. Official planning
permission, site plans, commitments
with construction companies, etc…)
and the TENDERER’s
timescale/deadlines to have these
facilities operational and available for
use.
TENDERER shall also explain:
- The means of transportation to
COMPANY’s operation site for the
workforce (TENDERER’s provided
transportation, buses etc, or individuals
own transport).
- Detail area(s) where work for other
clients will take place (with dates)
throughout the proposed contract
duration. Any restrictions due to other
work must be identified and the
durations specified.
- House keeping Policy (Onshore &
Offshore)
- TENDERER shall provide details on his
facilities.
Note: TENDERER shall provide in a tabular form
the list of equipment with quantities available for
the SERVICE, capacity, ownership (lease, owned,
rented etc)
7. Activities It shall be structured as follows:

All necessary information to demonstrate the


TENDERER’s dispositions & capabilities to achieve
in a safe and optimum way the scope of SERVICE
specified in the APPENDIX A
In spite of the fact that the contract strategy is
defined by the COMPANY, TENDERER should
clarify according to his own experience (and tools
& equipment he could provide to COMPANY) his
own approach of this scope of SERVICES as
regard to the description of SERVICES detailed in
APPENDIX A. TENDERER shall therefore provide
COMPANY with examples related to the activities
listed below.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
21/74
- Project Development;
- Project Clarification / Planning;
- Engineering Studies;
- Material Proceurement;
- Workshop Prefabrication Work;
- Pre-mobilization inspection / Site
Mobilization;
- Piping and Pipeline Work;
- Structural Work;
- Site Installation Works;
- Support Services;
- Precommissioning and Commissioning;
- Site De-mobilizationProject Close Report
and As Built Documentation

TENDERER shall describe within this field of


Activities a detailed representation of his area of
specialisation, especially the part related to oil and
gas design, fabrication, site installation and any
Construction support services.

8. Experience, (Note - In the case TENDERER intends to sub-


Know-how & contract a significant part of the scope of
Maintenance SERVICES to affiliates or to sub-contractors or in
Support case a joint venture is proposed, same information
shall be supplied by each affiliate, proposed major
sub-contractor or proposed partner involved in the
performance of SERVICES.)

TENDERER shall give details of his experience for


similar work completed over the last 3 (or 5) years
relating to the required SERVICES in the Oil & Gas
Industry by providing the following informations.
(Those informations can be compiled for one part
within Tables 6, 8, 9, 10, 11)

a) Total Experience in years with regard to


the required SERVICES in Oil and Gas
Industry,
b) Number of Specific Contracts only within
Oil and Gas Industry Worldwide in
relation with the required SERVICES,
c) Experience Summary of its Methods
Department in relation with the required
SERVICES,
d) Total tonnage of steel work done in the
past,
e) Volume of work done in relation to
coating / painting work.
f) Details of the Non destructive Test
executed in the previously referred
projects.
g) Provide verifiable evidence of
satisfactorily completing works similar to
offshore construction works (including
scope of work) for TEPNG or other IOCs
in Nigeria within the last 5 years (Work
Completion Certificate, Job Completion
Certificate, required).

9. Health Safety

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
22/74
and (Note - In the case TENDERER intends to sub-
Environment contract a significant part of the scope of
(HSE) SERVICES to affiliates or to sub-contractors or in
case a joint venture is proposed, same information
shall be supplied by each affiliate, proposed major
sub-contractor or proposed partner involved in the
performance of SERVICES.)

It shall be structured as follows and comprise:

1. Documentation

Regarding COMPANY’s HSE policy &


specifications, TENDERER must provide all
documents proving his compliance with such a
policy in particular in the following fields:

a) Certification:
TENDERER is required to provide copies of all
his valid certificates regarding HSE (ISO 14001,
OSHAS 18001 and the like) from any authorised
certifying authority such as BV, DNV or
equivalent.

b) Respect of laws and regulations:


TENDERER shall provide formal confirmation:
- That all necessary Government
authorisations have been obtained or will be
obtained in due time. The list of necessary
authorisations shall be provided in the
TENDER.
- That COMPANY HSE general and specific
regulations, project specific HSE
requirements, Industry standards and OGP
rules mentioned in APPENDIX C will be
applied.

c) Responsibilities:
When existing, TENDERER shall supply his HSE
management system (HSE-MS) manual including
HSE policy and objectives. In addition,
TENDERER shall provide the list of specific
documents he intends to issue and develop as
part of his project HSE plan to comply with
APPENDIX C, General Specifications and
COMPANY HSE requirements. TENDERER shall
also provide:
- His specific objectives in HSE matters for
this project;
- His HSE organisation documents showing
his organisation, responsibilities and
authorities in HSE matters (organisation
charts, job descriptions and the like);
- His daily, weekly, monthly and yearly
normal working time and rest time for the
different types of employees.
- Any HSE procedures which may exist
outside the HSE MS Manual;
- His existing HSE Manual for each site. In
case such manual does not exist,
TENDERER is allowed to provide as an
example the HSE manual dedicated to

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
23/74
another site with similar activities.

d) Risk Evaluation and Management:


The following topics should be subject to
adequate procedures included in the TENDERER
HSE-MS manual. Nevertheless in case these
topics are not covered or partially covered,
TENDERER shall briefly explain how he intends
to be organised for:
- HAZID and risks assessment,
- Risk reduction and mitigation,
- Personnel involvement in HSE matter,
- Access to worksite
In his TENDER, TENDERER shall provide
preliminary list of the main potential and/or
foreseen specific risks which may affect or arise
from his specific project activities on personnel
health and safety, assets and the environment
taking into account technical and local data.
TENDERER shall explain which proactive system
(and incentive) he is using or he intends to use to
improve involvement of personnel in HSE matters.
TENDERER shall also fill in the Medium to High
risk HSE Tender Evaluation Questionnaire in
accordance with the risk level assessement done
by filling in Appendix C of PRD HSE/GEN –M04
displayed in Appendix D of the present
INSTRUCTIONS TO TENDERERS.

e) Respect of the Environment:


Waste management and monitoring of the effect
of TENDERER activities on the environment
shall be included in the TENDERER HSE-MS
manual. Nevertheless in case these topics are
not covered or partially covered, TENDERER
shall briefly explain in his tender how he intends
to be organised.
The TENDERER’s Environment policy should be
developed in the TENDERER HSE-MS manual.
Preliminary list of the main potential and/or
foreseen specific risks to the environment shall
be mentioned in d) above.

f) Safeguarding of health:
Safeguarding of personnel health should be
dealt with as a paramount priority in TENDERER
HSE-MS manual. If the subject is not covered or
partially covered, TENDERER shall briefly
explain in his tender how he is organised or he
intends to be organised for :
- Medical fitness,
- Personnel protective equipment,
- Occupational risks (lifting operations, gas
management, toxic product management,
work at height and the like)
- Non-occupational risks
- Food and hygiene
- Driving risks
In addition, in case of specific risks regarding this
project, TENDERER shall briefly explain how he
intends to be organised for prevention and
mitigation of such specific risks.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
24/74
g) Sub-contractors and purchase control:
In case the existing TENDERER’s HSE-MS
manual does not include the monitoring of the
sub-contractors’ HSE policy, TENDERER shall
briefly explain how he is or he intends to be
organised. TENDERER shall also explain how
HSE matters are taken into account for selection
of sub-contractors.
In case, proposed sub-contractors would be
requested to work on TENDERER worksite,
TENDERER shall supply the relevant existing
procedure or briefly explain how TENDERER and
proposed sub-contractor HSE MS manuals and
plans will coexist.
An example of the follow-up and close out
evaluations of sub-contractors shall be
provided.

h) Competence and Training:


In case the TENDERER’s HSE-MS manual does
not detail the TENDERER’s policy regarding
training of personnel in HSE matters,
TENDERER shall briefly explain how he is
organised and which actions he intends to
develop to improve personnel HSE knowledge
and awareness (training, induction course, drill
and the like). If available, TENDERER shall
provide his HSE training matrix for each
category of personnel and supporting evidence
that the training programme has been achieved
in the past years
i) Emergency preparedness in case
TENDERER not covered by COMPANY
Emergency Plan:
The emergency preparedness procedure shall
be part of the TENDERER’s HSE-MS manual. In
addition TENDERER shall provide the list of
planned events requesting specific
preparedness. In case existing procedures
included in the HSE-MS manual are not
applicable, TENDERER shall briefly explain in
his tender how he intends to be organised for
such events. Where SERVICE will be performed
on COMPANY operated site, TENDERER shall
clarify his intended organisation and identify
interferences with COMPANY organisation.
j) Incident investigation:
In case there is no procedure in the
TENDERER’s HSE-MS manual to cover
requirements of incident investigation,
TENDERER shall briefly explain in his tender
how he intends to be organised. TENDERER
shall provide two examples of recent incident
(accident or near miss) investigation reports.

k) Audits and inspections:


The HSE audit and inspection procedures shall
be part of the TENDERER’s HSE-MS manual. In
case audit and inspection aspect is not covered
or partially covered by the TENDERER’s HSE-MS
manual, TENDERER shall briefly explain in his

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
25/74
TENDER how he intends to be organised.
In addition, for his current activities, TENDERER
shall provide his schedule of planned audits and
inspections and the list of specific audits and
inspections he plans to perform for the
concerned project.

l) HSE improvement plan:


The HSE improvement plan shall be part of the
TENDERER’s HSE-MS manual. Nevertheless, if it
is not the case, TENDERER shall briefly explain
how he intends to be organised in order to
improve his performances in HSE matters.

m) Pre-award audit:
Once compliance with COMPANY HSE
requirements has been assessed, COMPANY
reserves the right to carry out a pre-award HSE
audit of TENDERER both on HSE management
and practices. This audit could cover corporate
organisation, affiliates involved in the contract
including construction sites, yards and
workshops.
Main proposed sub-contractors and proposed
partners could also be audited.

2. HSE Performance
The following information regarding similar
previous projects during the previous five years as
a minimum shall be provided. The information
provided shall include the performances of the
TENDERER aggregated with his sub-contractor
performances for each project.

- The number of fatalities


- The LTIF (Lost Time Injury Frequency),
- The SR (severity rate),
- The TRIR (Total Recordable Incident Rate),
- The number of Environmental Damage Incidents
- Examples of periodic reports, incident reports
and unsafe situation reports shall be provided.
- The list and summary of incidents which have led
to fatalities or Lost Time of more than one month
shall also be provided

As requested above the same information shall be


provided for major sub-contractors and/or partners
proposed in the tender.
For the sake of clarity, the following definitions are
reminded to TENDERER:
LTI: (Lost Time Injury). Any work related injury
or illness other than a fatal injury which results
in a person being medically unfit for work on
any day after the day of occurrence of the
occupational injury. “Any day” includes rest
days, weekend days, leave days or days after
ceasing employment.
LTIF: (LTI Frequency) number of LTI plus
fatalities per one million (106) man-hours
worked.
SR: (Severity Rate) number of lost days per LTI
per one thousand (103) worked hours. The

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
26/74
severity rate includes all lost days associated
with employees who recover from LTI. There is
no lost day associated with personnel who died
as a result of a fatal incident.
TRIR: (Total Recordable Incident Rate) Number
of recordable incidents (fatalities + lost workday
cases + restricted work day cases + medical
treatment cases) per one million (106) hours
worked
“Worked hours” shall include normal worked
hours, supplementary worked hours and
training hour. Leave and recuperation times are
not included.

TENDERER to complete and insert:


Table 13: Health Safety Environnement
10. Quality (Note – Main terms related to Quality are defined in
EXHIBIT 6)
It shall be structured as follows and comprise:

a) TENDERER’s Quality Management System


(QMS), TENDERER shall submit in
accordance with EXHIBIT 6
- TENDERER’s Quality Manual
- Quality Management System certificate
of compliance with the latest version of
the ISO 9001 Standard, obtained from an
accredited independent body (Third
Party), mentioning validity dates and
activities covered
The list of general management procedures
applicable to the contract, with brief outlines
of the objective and field application of each
procedure
The main focus points for evaluation of the
Quality Manual by COMPANY are:
- The relevance of the Quality Policy of
TENDERER with regards to COMPANY’s
own Quality Policy,
- The level of commitment of TENDERER’s
Top Management to quality,
- The practicality of the QMS,
- The quality planning process for human
and Support resources
- The effectiveness of the continuous
Quality Improvement process, based
upon quantified indicators.

b) Contract Quality Plan: TENDERER shall


submit :
- The Quality Management system
TENDERER intends to implement for
each phase of the SERVICE. This
Contract Quality Plan shall be in line with
the requirements of EXHIBIT 6 and shall
form the basis of the Contract Quality
Plan in the event that TENDERER is
awarded the contract. This Contract
Quality Plan shall include as far as is
practically possible the same data for all
Joint Venture Partners and/or main sub-
contractors.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
27/74
This Plan may be based on an existing
similiar Project but shall demonstrate
that the TENDERER has fully understood
the particularities of this contract
therefore simply including an existing
plan will be deemed inadequate.
- Procedures or description, as listed in
EXHIBIT 5 and EXHIBIT 6,
- A Quality Audits Schedule covering:
- TENDERER’s QMS,
- TENDERER’s processes
pertaining to the SERVICE,
- The same for critical sub-
contractors and vendors as
per the provisions of EXHIBIT
6.
The main focus points for evaluation of the
preliminary Contract Quality Plan by COMPANY
are:
- The relevance of Quality
objectives for the contract,
- The level of commitment of
TENDERER’s Top
Management to contract
quality,
- The quality personnel
planned to be mobilised by
TENDERER at each phase of
the SERVICE
- The practicality and the
simplicity of the Contract
Quality Plan itself,
- The practicality of the
organisation provisions to be
implemented for the contract
and the relevance of the
supporting documents listed
in EXHIBIT 5 and EXHIBIT 6,
- The relevance of the Quality
Audits Schedule with
reference to EXHIBIT 6.
c) Quality Control and supply chain quality
surveillance: TENDERER shall provide a
statement acknowledging his understanding
of EXHIBIT 6.
d) Certification: TENDERER shall provide a
statement acknowledging his understanding
of certification requirements as stipulated in
EXHIBIT 6.

TENDERER to complete and insert Table 14:


Quality Assurance/Quality Control
11. Technical It shall be presented in two sections as follows:
Proposals
and/or Section A: technical approach and proposal:
Alternatives
TENDERER shall describe in detail his technical
approach and concepts for the execution of the
SERVICE and explain the procedures and methods
it intends to use in the performance, control and
the follow up of the SERVICES for each of the
items specified hereafter and detailed in APPENDIX

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
28/74
A:

a) ALL Engineering studies, Materials


procurement, Fabrication - Including Specific
Contractor Co-ordination and site execution
and mobilisation.
b) MOBILISATION Period - Including details on
additional resources required before the
hand-over period and planning.
b) HAND-OVER Period –Including list of
positions required for the hand over with the
former contract and description of extra-
resources required for its good performance.
c) TAKE-OVER Period – Including description of
reinforced position found necessary to
implement tools and documentation for the
routine maintenance period.
d) MONITORING, OPERATION AND
SUPERVISION OF UTILITIES.
e) COMPLEMENTARY SERVICES
f) SUPPORT SERVICES
i. PREPARATION AND SCHEDULING
ii. OFFSHORE MATERIALS
MANAGEMENT AND REPAIR
g) HUMAN RESOURCES
i. RECRUITMENT PROCEDURES
ii. COMPETENCIES ASSESSMENT &
FOLLOW-UP
iii. TRAINING PROGRAMME
(EXPATRIATE & NATIONAL)

h) OTHER SERVICES
i. TEMPORARY REINFORCEMENT OF
CONTRACTORS ORGANISATON (kind
of services able ro be provided by
CONTRACTOR, deem to additional
remuneration; in-house or sub-
contracted services to be specified)

TENDERER shall demonstrate its capability to


realise all works in coordination with COMPANY’s
existing Nigerian organisation.
TENDERER shall provide a technical proposal in
strict and full compliance with the TENDER
DOCUMENTS requirements.
TENDERER shall provide all necessary
documentation and data to enable the proper
evaluation of its technical proposal, and any other
documents as may be required in, or induced by,
the TENDER DOCUMENTS.

Section B: alternative(s), if any.

It will be structured as follows and comprise:


Any alternative(s) TENDER proposed by TENDERER
to the technical requirements set out within the
TENDER DOCUMENTS. TENDERER must set out the
precise details of both the original requirement and
the suggested Alternative(s) together with the reason
for the Alternative(s), the effect, if any, on the delivery
schedule and within Section 4 of the Commercial
Proposal any impact upon the prices, rates and other

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
29/74
requirements of the TENDERER DOCUMENTS if the
Alternative(s) were to be accepted by COMPANY. Any
matters detailed as Alternative(s) must be clearly
distinguished from qualifications. Alternatives do not
affect the base offer made by the TENDERER in the
TENDER; they are complete alternatives to that offer.
Alternatives should not challenge the broad concepts
of the TENDER DOCUMENTS but should reduce the
TENDER price or improve the schedule or operating
economics while still meeting the technical
requirements of the contract. Alternatives shall be
presented in a manner, which enable COMPANY at its
option, to accept or reject any such proposed
Alternatives.
TENDERER shall submit Technical Alternatives in the
following format:

TENDERER’S PROPOSED ALTERNATIVES


Item Description Recommended Reasons Impact upon Base
ref. Alternative for TENDER should
proposed COMPANY accept
Alternative Alternative

Price Schedule
impact impact
Yes/No

IMPORTANT NOTICE: Price impact shall only be


included in the Priced Commercial Proposal.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
30/74
12. Qualifications It shall be structured as follows and comprise:
(Technical and Qualifications/Exceptions - The TENDER is required to
Contractual) be made in strict accordance with the technical and
commercial requirements of the TENDER
DOCUMENTS.
Qualifications may only be made in relation to
items within the TENDER DOCUMENTS, which the
TENDERER feels unable to comply with under any
circumstances or at any price. If the TENDERER
wishes to make any qualifications this must be
done by listing the full details of each qualification,
stating the reason for the qualification in
accordance with the table below. TENDERER shall
complete and insert in Section 12 of the Technical
Proposal separate tables for Technical and
Contractual qualifications as shown on the
heading of the table as appropriate.
This notwithstanding, TENDERER may be advised
to drop the Qualifications submitted with this
TENDER, and failure to comply with this may lead
to disqualification of the TENDERER’S bid.

CONTRACTUAL QUALIFICATIONS/EXCEPTIONS

SPECIFIC
DOES THIS
WORDING
HAVE
AFFECTED BY
COMMERCIAL
PROPOSED
REASON FOR IMPACT IF
QUALIFICATION PROPOSED
ART. QUALIFICATION COMPANY
OR EXCEPTION REWORDING
OR EXCEPTION REJECTS
(INDICATE
QUALIFICATION
ADDITION,
OR EXCEPTION
DELETION OR
(YES/NO)
CHANGE)

IMPORTANT NOTICE: No Price value shall be


included at this Technical CFT stage

Qualifications must be distinguished from


Alternatives. If TENDERER is prepared to carry out
and can price a requirement, but would prefer an
offered Alternative, TENDERER must price the
requirement and not qualify the TENDER; but in
this case TENDERER may, at his option, suggest
an Alternative as described in Part 11 of the
present table above.
13. NIGERIAN TENDERER is to provide evidence of his
Content” plan/strategy on how he intends to comply with the
Federal Government Directives on Nigerian
Content Development Policy.
Non-compliance with the Nigerian Content
Requirements constitutes a “fatal flaw”
TENDERER must study the Nigerian Content
Directives and show evidence of full compliance in
its bids. In particular, Tenderer must in his
submissions confirm how he would comply with
the Directives below:

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
31/74
Directive No. 2
Project Management Teams and Procurement
Centers for all projects in the Nigerian Oil and Gas
industry must be located in Nigeria from first
quarter of 2006.
Directive No. 10
All operators and project promoters must ensure
that recommendations for contract awards in
respect of all major projects being forwarded to
NNPC/Constituted Boards of such oil and gas
companies for approval must include evidence of
bidding agreement by the main contractor with
Nigerian Content sub-contractor. Such agreements
shall indicate the cost and detailed scope including
total man-hours for engineering, tonnage of
fabrication and relevant defining parameters for
materials to be procured locally as well as other
services.
Directive No. 12
All equipment and Materials manufactured in
Nigeria must be fully utilized and Clauses that
create impediments for/exclude participation of
local companies should not be included in any ITT.

NIGERIAN CONTENT SCOPE


In this section the following Nigerian content
scope “Consistent with Federal Government
Directives are the minimum scope that have been
earmarked to be executed in Nigeria:
a. Project Management Activities: This must
be 100% domiciled in Nigeria
b. Engineering: 100% Domiciliation of all the
engineering activities in Nigeria.
c. Procurement Centres: The Procurement
centre for this project according to Federal
Government Directies must be located in
Nigeria.
d. Fabrication: If any must be carried out in-
country.
e. Goods of Nigerian origin
The project must utilize all manufactured products
such as paints, cables, gaskets, ropes, cement,
electrical fittings, pipeline coating etc to improve
capacity utilization in Nigerian industries.

NIGERIAN CONTENT GENERAL INFORMATION


WITH REGARD TO THE PRESENT CONTRACT
In addition to the up listed requirements
TENDERER shall provide, with evidence, the
percentage (%) of people (*) within the CONTRACT
that are planned to be Nigerian (existing or intent).
(*) the number of people is including: all the
SERVICES, including Company onshore site and
Contractors office / Workshop management.
TENDERER shall confirm his agreement (or
propose alternatives) to the proposed
Organisational Charts depicted in EXHIBIT 9 ,
assuring COMPANY that the annual
NATIONALISATION Targets can be achieved with
all required training and Competence levels being
attained prior to Operational Phase of CONTRACT.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
32/74
Note: - Nigerian Content Targets may alter each
year and each TENDERER must assure itself that
the requisite Training and Competence can be
achieved and be verified to allow the replacement
of the proposed positions in the years.

NIGERIA CONTENT FORM – SEE APPENDIX 5

14. TENDERER’s TENDERER shall describe in a document of two (2)


Skills and pages maximum, its general qualities and
Advantages advantages for providing the SERVICES and shall
also explain for what reasons COMPANY should
select him instead of the other TENDERERS.
This document shall notably contains the following
information:
- elements that TENDERER believes his
organisation can best offer to ensure quality
personnel and service;
- what superior features TENDERER’s
equipment/service offers compared to
competitors.

15. CONSTRUCTION TENDERER shall provide the following:


& Project Execution plan, Exhuastive list of
INSTALLATION equipment, List of dedicated personnel for site
WORKS works with certificates (e.g scaffold inspectors,
NACE certified personnel e.t.c),Experience with
Blasting and Painting works, Specific painting
equipment with certificates, Welding equipment
with certificates and relevant E&I equipment with
certificates.

4.3 PRICED COMMERCIAL PROPOSALS

The Priced Commercial Proposal will be formally requested from TENDERER, who had
passed the first stage

This second submission (i.e. Stage 2) shall include the priced tables (price or rates) as
stipulated in the of APPENDIX B of the AGREEMENT duly completed by the qualified
TENDERERS and shall take into account all clarifications, adjustments, etc. debated during
the clarifications period further to the first submission.

This second submission shall only be issued when formally requested by COMPANY.

4.4 NIGERIAN CONTENT SECTION PACKAGE


TEPNG is committed to the development of the Nigerian Oil and gas business consistent
with the Nigerian Oil & Gas Industry Content Development Act 2010 (NOGICD Act or The
Act) on Nigerian Content.
It is important that applicants familiarize themselves and comply with the provisions of the
Nigerian Oil & Gas Industry Content Development Act otherwise referred to as The NOGICD
Act in their Expressions of Interest, Pre-qualification, Tender Offer and in execution of
contract(s) that may result from this advert.
As from the commencement of The Act, the minimum Nigerian Content in any project,
service or product specification to be executed in the Nigerian oil and gas industry shall be
consistent with the level set in the Schedule of The Act and any other targets as may be
directed by the Nigerian Content Development and Monitoring Board (NCDMB or The
Board).
Applicants shall comply with all the provisions of the NOGICD Act that relate to this contract
but in particular comply with the minimum Nigerian Content % for the scopes which are

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
33/74
covered in the Schedule of The Act and any other requirement that may arise from time to
time not explicitly stated in this tender but which apply to the contract in complying the
NOGICD Act.

The Work items and their associated costs will be clearly identified and described in the
Commercial stage both within the pricing schedule and as a narrative outlining Nigerian
Content commitments. Failure to fully comply with the Nigerian Content Act or demonstrate
commitment to Nigerian Content Development Policy of the Nigerian Government shall result
in disqualification from bidding this CFT.

As part of the technical tender submissions, Tenderer shall:


a) Develop a Nigerian Content Execution Plan (NCEP), which shall explain the
methodology of how contractor intends to comply with the requirements of The Act,
The Nigerian Content Plan approved for this tender and how to achieve the set
target(s) in the Schedule of Nigerian Oil & Gas Industry Content Development Act
and any targets set by The Board. How it intends to give first consideration to
services provided from within Nigeria, first consideration to goods manufactured in
Nigeria and first considerations for employment and training of Nigerians in work
programme. Tenderer’s detailed plan to achieve/sustain the minimum %tage
Nigerian Content level as prescribed by the applicable measurement metrics in the
Schedule of the Nigerian Content Act 2010.

b) Demonstrate that entity (i.e. applicant or Tenderer) is a Nigerian-registered


company. Submit certified true copies of CAC forms 10, 02 & 07 (or its equivalent;
CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association and
other evidence of entity’s incorporation, shareholding & ownership structure in
Nigeria. Maximizing Nigerian Content is a key contract priority, therefore for foreign
companies and multinationals in alliance with a local company, submit evidence that
the local company is an indigenous company and the binding Agreement of the
alliance duly signed Agreement by the CEO of both parties and stating the specific
work scope to be performed by each member of the alliance.

c) Provide detailed description of the location of in-country committed facilities &


infrastructure (assets, equipment, technical office, and administrative space, storage,
workshop, assembly area, repair & maintenance, testing, laboratory, etc) in Nigeria
to support this contract, evidence that 50% of all equipment deployed to work by
multinational and international companies are owned by the local subsidiaries or
submit a credible and verifiable plan towards compliance to these requirements
including evidence of the OEM Nigerian Content Equipment Certification. Submit the
detailed description of facilities and infrastructure in Nigeria with evidence of
ownership and location in-country.

d) Bidders are requested to execute an enforceable MOA with OGTAN registered Local
Training Service Provider for the provision of training services in specific technical
disciplines involved in the project. Provide a project-specific training, man-hour
budget, skill development and technology transfer plan for Nigerian personnel or
indigenous business including evidence of past performance on training and
development for Nigerians nationals & indigenous business. Plan for sponsorship of
Nigerians to acquire competence and/or certification. Further development of local
employees as professionals. Proposed training plan for Nigerians on the project
including a brief training outline for OEM products, engineering, software &
hardware, project management, procurement, construction, installation, start-up &
commissioning, maintenance, testing and operations.

e) Provide evidence (personnel list and positions with organization chart to


substantiate) of percentage of management that are Nigerian Nationals and the
percentage of the total workforce that are Nigerians. Submit tenderer’s corporate
organization’s overall human resources structure (mgt, supervisors, senior & junior
skilled officers, etc) identifying positions manned/occupied by Nigerian nationals with
evidence of type of employment in-country.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
34/74
f) Provide description of how bidder would maximize the utilization of Nigerian
resources (labour, materials and services) in the execution of this contract.
Maximizing Nigerian Content is a key Project priority.

g) Tenderer's to submit the project key personnel manning plan, the job positions and
skill area in the overall job position/ key personnel matrix that would engage Nigerian
nationals directly on this contract and those that will engage other nationals.

h) Tenderer's to submit binding memorandum of agreement (MOA) with Nigerian


manufacturers of goods and finished products. Submit the list of goods, products,
raw materials & chemicals and equipment of Nigerian origin to be procured & used in
the execution of this contract.
i) Tenderer's to submit a plan for how you intend to give first consideration to services
provided from within Nigeria with a list of work packages, 3rd party services and
subcontracts that should be reserved for Nigerian indigenous contractors and those
for Community Contractors including the list of services that will be provided by
companies of Nigerian origin.

j) This tender is to be bided for exclusively by only Nigerian indigenous companies.

k) Human Capital Development: - Tenderer’s plan and strategy for Human capacity
development training on this tender shall comply with; 10% of project hours man-
hours (not less than 4,000 man-hours annually) as HCD training hours or 3% of total
contract value whichever is greater. The number of trainees shall be determined in
accordance with NCDMB HCD training guidelines.

l) Research and Development (R & D): - R&D shall be carried out on the contract
under the auspices of NCDMB approved R&D cluster. Tenderer shall submit a
signed MOA with any of the NCDMB approved research clusters indicating how the
cluster will be used and the area of research relevant to the contract. Tenderer shall
develop, SCOPE (list areas of research, linkage to industry, key drivers and
expected outcome), provide name of research cluster and Nigerian location of
centres, R&D duration, value of R&D expenditure as a percentage of contract value,
Tenderer’s R&D PLAN shall, (list purpose, NC targets, milestones and deliverables,
performance reporting and period).

m) Nigerian Content Development Fund: - All of CONTRACTOR’s rates, fees and sums
payable under CONTRACT are fully inclusive of the amounts required to be paid into
the Nigerian content Development Fund as required under the provisions of the
Nigerian Oil & Gas Industry Content Act of 22nd April 2010, (“the Act”), Article 104
thereof. CONTRACTOR agrees to COMPANY deducting and retaining the amount
of one percent (1%) on each and every payment made by COMPANY to
CONTRACTOR under the CONTRACT for remittance to the Nigerian Content
Development Board in accordance with the Act. Payment of the retained amount to
the Nigerian Content Development Board will be made by COMPANY.
CONTRACTOR shall ensure that this amount is clearly identified on all invoices
submitted. CONTRACTOR acknowledges that he has made due allowance for this
deduction on all elements of the SERVICES.

n) Nigerian Content definition: - Nigerian Content in the upstream sector of the oil and
gas industry is defined as the quantum of composite value added to or created in the
Nigerian economy through a deliberate utilisation of the Nigerian human and
material resources and SERVICES in the exploration, development , exploitation,
transportation and sale of Nigerian crude oil and gas resources so as to stimulate
the development of indigenous companies, to encourage foreign investment and
participation, without compromising quality, health, safety and environmental
standards.

o) Nigerian Content Equipment Certificate (NCEC): - CONTRACTOR are required to


present the NCEC issued by Nigerian Content Development and Monitoring Board in
respect of any component, spares, equipment, systems and packages to be used to

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
35/74
perform the SERVICES. TENDERER is required to provide evidence of his intention
and capability to comply with this requirement.

Appendix 5A- Contractor’s Nigerian Content Detailed Execution Plan & Summary
In addition to completing the form in appendix A – Contractor’s Nigerian Content Plan
Summary, TENDERER shall develop and provide a Nigerian Content Execution Plan
(NCEP), which shall explain the methodology of how contractor intends to comply with the
requirements of The Act, The Nigerian Content Plan approved for this tender and how to
achieve the set target(s) in the Schedule of Nigerian Oil & Gas Industry Content
Development Act and any targets set by The Board. How it intends to give first consideration
to services provided from within Nigeria, first consideration to goods manufactured in Nigeria
and first considerations for employment and training of Nigerians in work programme. The
NCEP shall consistent with the Act, demonstrate that Nigerian indigenous service companies
have been given exclusive considerations to bid and execute work in land and swamp
operating areas and their full utilization and engagement in exploration, seismic data
processing, engineering design, reservoir studies, manufacturing, fabrication and provision of
services. That the project or contract has given full and effective support to technology
transfer by encouraging foreign and multinational companies to develop joint ventures and
alliances with Nigerian service companies and suppliers. Tenderer’s detailed plan to
achieve/sustain the minimum percentage Nigerian Content level as prescribed by the
applicable measurement metrics in the Schedule of the Nigerian Content Act 2010.

Appendix 5B - Nigerian Content Detailed information - Contractor Corporate Details


TENDERERs shall demonstrate that entity (i.e. applicant or Tenderer) is a Nigerian-
registered company by submitting certified true copies of CAC forms 10, 02 & 07 (or its
equivalent; CAC 2.3, 2.4, 2.5, etc) including company memorandum & article of association
and other evidence of entity’s incorporation, shareholding & ownership structure in Nigeria.
Maximizing Nigerian Content is a key contract priority, therefore for foreign companies and
multinationals in alliance with a local company, submit evidence that the local company is an
indigenous company and the binding Agreement of the alliance duly signed Agreement by
the CEO of both parties and stating the specific work scope to be performed by each
member of the alliance.
Provide detailed description of the location of in-country committed facilities & infrastructure
(assets, equipment, technical office, and administrative space, storage, workshop, assembly
area, repair & maintenance, testing, laboratory, etc) in Nigeria to support this contract,
evidence that 50% of all equipment deployed to work by multinational and international
companies are owned by the local subsidiaries or submit a credible and verifiable plan
towards compliance to these requirements including evidence of the OEM Nigerian Content
Equipment Certification.
Submit the detailed description of facilities and infrastructure in Nigeria with evidence of
ownership and location in-country.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
36/74
SECTION 5 – SUBMISSION OF TENDER

5.1 STAGE 1 TENDER: TECHNICAL PROPOSALS

ALL submissions shall be via the Nipex online platform. Do ensure to follow all necessary
steps to have all documents, attachments for your technical bids properly uploaded in the
right provisions to avoid the rejection of bids.

NO PRICES ARE TO BE INCLUDED AT THIS STAGE.

5.2 STAGE 2 TENDER: PRICED COMMERCIAL PROPOSALS

ALL submissions shall be via the Nipex online platform. Do ensure to follow all necessary
steps to have all documents, attachments for your commercial bids properly uploaded in the
right provisions to avoid the rejection of bids.

5.3 REJECTION OF TENDER

Failure to comply with the procedure set forth in this section 5 shall invalidate the TENDER.

TENDERS delivered after the time stipulated in Paragraph 5.1 herein above will be returned
unopened.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
37/74
SECTION 6 – TENDER EVALUATION

Prior to commencement of detailed technical and contractual evaluation, COMPANY shall


review all TENDERS for fundamental compliance with the INSTRUCTIONS TO
TENDERERS.

TENDERERS that have submitted fundamentally non-compliant TENDERS due to an


incomplete/inappropriate TENDER Technical Proposal(s) shall be rejected.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
38/74
APPENDICES

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
39/74
APPENDIX 1

FORM OF ACKNOWLEDGEMENT AND CONFIDENTIALITY UNDERTAKING

TOTAL E&P NIGERIA LIMITED


Contracts Department
Attn: the Contracts Manager
Building 07 Room 011
Plot 25, Trans Amadi Industrial Layout
Port Harcourt, Rivers State
NIGERIA
Fax N. : 084 236 310 ext 2453:

Subject: Invitation to Tender - Reference number NG0000XXXXXX

Dear Sir,

We acknowledge receipt of your Invitation to Tender and the TENDER DOCUMENTS for the
above-mentioned SERVICE, and are in receipt of all documents listed therein.

We hereby confirm:

1. to hold confidential all information contained in the TENDER DOCUMENTS and warrant
that the same shall not be divulged by ourselves, our servants or agents to any third party
(including prospective sub-contractors and vendors) save to the extent necessary for the
preparation of our proposal and then only on the basis that the recipient of such information
shall be bound by similar confidentiality undertakings to those undertaken by ourselves.

2. that the TENDER DOCUMENTS will not be reproduced without the prior written consent of
TOTAL E&P Nigeria Limited

3. we will return the TENDER DOCUMENTS and any copies to the above address on the
request of TOTAL E&P Nigeria Limited

(either) *a) We have received all Invitation to Tender documents;

(or) *b) We have received all Invitation to Tender documents with the exception of
………………………………………………………………………………………..

(either) *a) We shall submit a Tender to reach you by the Closing Date stated in the
Letter of Invitation.

(or) *b)We shall not submit a Tender and your Invitation to Tender documents are
herewith returned. We are declining to tender due to
………………………………………………………………………………………….
* Tenderer to delete as appropriate

The contact person in our company is:


Name:
Title:
Tel:
Fax:

Yours faithfully,

For and on behalf of:


Date:

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
40/74
APPENDIX 2: FORM OF TENDER
(To be included in the Technical Proposals stated in Section 4 hereinabove)

TOTAL E&P NIGERIA LIMITED


Contracts Department
Attn: the Contracts Manager
Building 07 Room 011
Plot 25, Trans Amadi Industrial Layout
Port Harcourt, Rivers State
NIGERIA

Ref. Number: NG0000XXXXXX

Dear Sirs,

1. Having examined and noted the TENDER DOCUMENTS, i.e.:

- INVITATION TO TENDER
- INSTRUCTIONS TO TENDERERS
- Form of AGREEMENT, together with APPENDIX A TO D and EXHIBITS 1 TO 9

And considering the Commercial Proposal submitted separately as specified in the


INSTRUCTIONS TO TENDERERS, we undertake to complete the SERVICE and perform all
services and obligations described in the TENDER DOCUMENTS within the contractual
dates attached to the Technical Proposal, for the prices and rates referred to in the
Commercial Proposal, all in accordance with the terms and conditions set forth in the
TENDER DOCUMENTS.

2. We acknowledge receipt of the following addenda to the TENDER DOCUMENTS


issued by COMPANY during the TENDER period:
........................................................................................................................
........................................................................................................................
........................................................................................................................
And have taken the changes contained therein into account in making this offer.

3. We agree to keep this offer open for a period of 12 calendar months from the closing
date and it shall remain binding upon us and may be accepted by COMPANY at any time
before the expiration of such 12 month period.

4. If this offer is accepted within the period of time mentioned in the foregoing provision,
we agree to enter into a formal agreement to perform the SERVICE in accordance with the
Conditions of CONTRACT and the EXHIBITS listed herein above.

5. We understand that you are not bound to accept the lowest or any offer you may
receive; we agree that your decision shall not be contested or opposed by us, and that the
submission of this offer does not involve COMPANY incurring any costs whatsoever and no
claim for any compensation of any kind regarding the preparation of the offer shall be
receivable.

6. COMPANY shall not be bound to accept the lowest offer and may reject all or any
offer received without giving reason of its rejection.

Dated the ........................... day of ...................... 20…


Signature..........................
In the capacity of..........................
Duly authorized to sign Tenders for and on behalf
of............................................................................

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
41/74
APPENDIX 3: PARENT COMPANY GUARANTEE

Ref. Number: NG0000XXXXXX

Dear Sirs,

<<INSERT SHORT DESCRITPTION OF SERVICES + PROJECT>>

1. With reference to the accompanying TENDER for the above CONTRACT, we, as
(b) .............'s ultimate holding company do hereby enter into the following
unconditional and irrevocable undertakings with............. (a), (hereinafter referred to
as "COMPANY"), and its associates in the Consortium if any, that on condition that
COMPANY enters into a CONTRACT with .............(b) for the above subject and in
consideration of the same:
1.1 ............. (b) Shall perform all his obligations contained in the said
CONTRACT, and,
1.2 If .............(b) shall in any respect fail to perform the said obligations
contained in the said CONTRACT or commits any breach thereof, we shall
ourselves perform on the simple demand by COMPANY or take whatever
steps may be necessary to achieve performance of the obligations under the
CONTRACT of .............(b) and shall indemnify and keep indemnified
COMPANY and its associates in the Consortium if any, against any loss,
damages, costs and expenses, for which .............(b) may be liable
thereunder, howsoever arising from the said failure or breach.

2. We shall not be discharged or released from our undertakings hereunder by any


waiver or forbearance by COMPANY whether as to payment, time, performance or
otherwise.

3. This guarantee shall be unconditional, irrevocable, without benefit of discussion


and shall continue until all............. (b)'s obligations under the CONTRACT have
been performed, notwithstanding:

- Any alterations or additions to or deletions from the CONTRACT and/or


- Any modifications in the shareholding relationship between us and.............
(b) And/or
- Any assignment in accordance with the CONTRACT.

4. The expression CONTRACT shall have the meaning ascribed to it in the form of (c)
AGREEMENT.

5. This document shall be construed and take effect in accordance with the laws of
the Federal Republic of Nigeria and we shall submit to the jurisdiction of the Courts
of Lagos, Federal Republic of Nigeria.

Yours faithfully,

Signed:

For and on behalf of (TENDERER's ultimate holding (c) Company)

Name:
Title:
Date:

(a) Name of COMPANY


(b) Name of TENDERER

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
42/74
(c) Common seal of signature of TENDERER's ultimate holding Company or such
formalities as may be required under the law or articles of association to render a
unilateral promise binding on TENDERER's ultimate holding Company. Each page
(other than signature page) to be duly initialled.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
43/74
APPENDIX 4: FORM OF BID BOND
(BANK GUARANTEE)

I We, the Undersigned (1) ....................... (hereinafter referred to as


GUARANTOR), established at (2)....................... duly represented by (3)
......................., have taken notice of the TENDER submitted by (4) whose
registered office is at (5) ......................., (hereinafter referred to as
TENDERER) to TOTAL E&P NIGERIA (hereinafter called COMPANY) a
company registered under the laws of Nigeria, whose registered office is at
35, Kofo Abayomi Street Victoria Island, Lagos, Nigeria for
(7)…………………………….,.

II GUARANTOR hereby guarantees the due performance by TENDERER of


TENDERER's obligations under the TENDER DOCUMENTS.

III If TENDERER fails to comply with any of his obligations under the TENDER
DOCUMENTS and/or if TENDERER withdraws said TENDER within the
period of validity of his TENDER and/or if TENDERER fails after receipt from
COMPANY of notice of award to enter into the CONTRACT with COMPANY,
or to give Performance Bond in accordance with CONTRACT requirements,
then GUARANTOR hereby irrevocably undertakes on behalf of
CONTRACTOR to pay to COMPANY on first demand any sum or sums not
exceeding <<1,000,000.00>> NGN ( <<one million>> Nigerian Naira) <<to
be adapted in consideration of the value of the Contract Price and the
stipulations of article 3.19 of the present ITT>>.

IV Each demand by COMPANY for payment under this guarantee shall be


made in writing (including telex or cable) to the following address:
(6).......................
Telex: .......................
GUARANTOR shall promptly notify to COMPANY any change in the above
address.

V Each demand under paragraph IV above shall indicate the breach of


TENDERER's obligations as notified to TENDERER by COMPANY.

VI GUARANTOR shall make payment hereunder on first demand without


restriction or conditions and notwithstanding any objection by TENDERER.
GUARANTOR shall not require COMPANY to justify the breach indicated in
its demand for payment, nor shall GUARANTOR have any recourse against
COMPANY in respect of any payment made hereunder.

VII No alteration in the terms of the TENDER made by agreement between


TENDERER and COMPANY shall in any way release GUARANTOR from all
or any part of its liabilities under this Guarantee.
VIII GUARANTOR shall pay any sum demanded by COMPANY hereunder within
fifteen (15) calendar days after the date of receipt of COMPANY's demand.

IX This Guarantee shall be valid for the validity duration of the TENDER from
the closing date for TENDER and in the event that TENDERER is notified of
the award of the CONTRACT by COMPANY he shall in addition be valid until
signature of the CONTRACT by TENDERER and COMPANY and the
approval by COMPANY of the Performance Bond for the CONTRACT.

X The expression CONTRACT shall have the meaning ascribed to it in the


form of AGREEMENT.

XI This Guarantee shall be interpreted in accordance with the laws of the


Federal Republic of Nigeria and any proceedings for enforcement shall be
brought before the competent Court of Lagos.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
44/74
XII GUARANTOR represents that this Bank Guarantee has been established in
such form and with such content that it is fully and freely enforceable against
GUARANTOR in the manner provided in paragraph XI above.

Signed and delivered as a deed by GUARANTOR

( Signature of Director ) ( Signature of Director or Company


Secretary)

( Name of Director) (Name of Director or Company


Secretary)

(Date) (Date)

(1) Name of the Bank proposed by TENDERER to be approved by COMPANY


(2) Address of Bank
(3) GUARANTOR officer's name and quality
(4) Name of TENDERER
(5) Address of office of TENDERER
(6) Bank address for notices
(7) Title and reference number of the ITT

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
45/74
APPENDIX 5: NIGERIAN CONTENT FORM

CONTRACT TITLE/REFERENCE

COMPANY DATA
NAME OF COMPANY Telephone N°
HEAD OFFICE ADDRESS
BRANCH OFFICE ADDRESS
PART A

COMPANY SHARES DISTRIBUTION


OWNERSHIP/CONTROL
% NIGERIAN SHARES /
OWNERSHIP
% FOREIGN SHARES /
OWNERSHIP

LOCAL FOREIGN % LOCAL


TOTAL
CONTENT CONTENT CONTENT
VALUE
DESCRIPTION ** VALUE VALUE (VALUE)
<Do not
<Do not <Do not <Complete
Complete>
Complete> Complete> Only>
GOODS/MATERIALS
SERVICES (Training,
Operations, logistics etc.)
ENGINEERING studies,
design
FABRICATION
TRANSPORTATION (Air,
Marine, Road)
MAINTENANCE &
INSPECTION
INSTALLATION
TOTAL
PART B

OTHERS (not listed above)

GRAND TOTAL

**Select only those applicable to the CONTRACT

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
46/74
APPENDIX 6: MODEL OF TAGS

APPENDIX 6/A:

STAGE 1 - TECHNICAL AND CONTRACTUAL PROPOSAL:

SEALED PARCEL - OPENING FORBIDDEN WITHOUT AUTHORIZATION

TOTAL E&P NIGERIA LIMITED


Contracts Department
Attn: the Contracts Manager
Building 07 Room 011
Plot 25, Trans Amadi Industrial Layout
Port Harcourt, Rivers State
NIGERIA

CALL FOR TENDER : <<insert short description of SERVICES and Project>>

REFERENCE NUMBER: NG0000XXXXXX

STAGE 1- TECHNICAL PROPOSAL

TENDERER’S NAME: __________________________

APPENDIX 6/B

STAGE 2 – PRICED COMMERCIAL PROPOSAL:

SEALED PARCEL - OPENING FORBIDDEN WITHOUT AUTHORIZATION

TOTAL E&P NIGERIA LIMITED


Contracts Department
Attn: the Contracts Manager
Building 07 Room 011
Plot 25, Trans Amadi Industrial Layout
Port Harcourt, Rivers State
NIGERIA

CALL FOR TENDER : <<insert short description of SERVICES and Project>>

REFERENCE NUMBER: NG0000XXXXXX

STAGE 2- PRICED COMMERCIAL PROPOSAL

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
47/74
TENDERER’S NAME: __________________________

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
48/74
APPENDIX 7: TABLES

<<NB: the tables below are examples only. Some amendments/deletions may be required in
consideration of the SERVICES>>

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
49/74
TABLE 1
SPLIT OF RESPONSIBILITIES
ORGANIZATION

Ye No
s
Will the services be performed by CONTRACTOR with his own resources?

If no, the CONTRACTOR shall indicate how the services will be performed:

Location of main office:

Split of responsibilities (if applicable and known)


NAME OFFICE LOCATION W ORK-SCOPE RESPONSIBILITY

CONTRACTOR and
Joint Venture
Partners

DOCUMENTS TO BE PROVIDED:

 Joint Venture Agreement


 Sponsor’s declaration

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
50/74
TABLE 2

GENERAL INFORMATION

NAME OF CONTRACTOR
CONTRACTOR’S ADDRESS FOR
COMMUNICATIONS AND NOTICES

TELEPHONE NUMBER
FAX NUMBER
COUNTRY OF REGISTRATION
REGISTRATION NUMBER
CLASS OF COMPANY (A/S, LTD…)
DETAILED ADDRESS OF BASES, OFFICES,
WORKSHOPS , …., IN THE COUNTRY
REGISTERED OFFICE ADDRESS
CONTACT FOR ENQUIRIES
CONTACT NAME
TITLE
TELEPHONE NUMBER
FAX NUMBER
ADDRESS
DOCUMENTS TO BE PROVIDED:
 Registration certificate of company in NIGERIA,
 If not established in the country the CONTRACTOR shall detail plan and organization
showing how the CONTRACTOR intends to perform the services.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
51/74
TABLE 3
CONTRACTOR’S CORPORATE STRUCTURE
PARENT COMPANY AND OWNERSHIP

PARENT COMPANY SHARE %

ULTIMATE PARENT COMPANY: ……………………………


ASSOCIATED/AFFILIATED/SUBSIDIARY COMPANIES
COMPANY NAME ASSOCIATE/AFFILIATE/SUBSIDIARY

SHAREHOLDING
SHAREHOLDER ‘S NAME PERCENTAGE (%)

DOCUMENTS TO BE PROVIDED:
 Company corporate organization
 Company corporate general presentation brochure

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
52/74
TABLE 4

FINANCIAL INFORMATION
CAPITAL & TURNOVER

MAXIMUM AUTHORISED CAPITAL

PAID-UP CAPITAL

ANNUAL TURNOVER OF THE CONTRACTOR OR Y-3


PARENT COMPANY RELATED TO THE SERVICES AND
OPERATIONS FOR EACH OF THE LAST THREE YEARS Y-2

Y-1

BANKERS, EXTERNAL FINANCIAL AUDITORS & BANK GUARANTEE


NAME ADDRESS

MAIN BANKERS

EXTERNAL AUDITORS

FIRST CLASS INTERNATIONAL BANKS


PROPOSED FOR PROVIDING
GUARANTEE FOR THIS PROJECT

Name bankers and auditors to be approached for references:……………………………


DOCUMENTS TO BE PROVIDED:
 Certified annual reports for the last three fiscal years
 Certified audit reports
 Schedule giving monthly average conversion rate in USD over the past three years
when national currency are used in the above table
 Documents giving references to current/proposed financing scheme

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
53/74
TABLE 5

MAXIMUM ADMISSIBLE W ORKLOAD

Indicate what is the maximum admissible work load you can efficiently undertake and what
are the critical criteria in this respect:

List of Tonnage Manpower Cost of Equipment Available Remarks


Work (MT) Requirement Project Engaged Space for
Fabrication
& Storage

Attachment to be provided:
Please provide the following workload curves on the same histogram for the period mid 2008
to 2016 (in man hours) :
- Current work load curve,
- Potential work load curve,
- Maximum work load curve.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
54/74
TABLE 6

CURRENT CONTRACTS RELATED TO OIL & GAS OFFSHORE CONSTRUCTION W ORKS

CLIENT/PROJECT/NATURE ANNUAL SCOPE* AVERAGE AVERAGE ROLE** AWARD Completion


OF WORKS AVERAGE Of MANPOWER MANPOWER DATE Date
CONTRACT Services (NATIONALS) (EXPATS) (MM/YYYY) (MM/YYYY)
VALUE
(MUSD)
***

* Scope = specify: detail <<short descriptionof the SERVICES>>


** Role = Specify: MAIN contractor, partner of JV, SUB-contractor
*** ANNUAL AVERAGE CONTRACT VALUE (MUSD): is a mandatory information

Tenderer is laso required to provided the information regarding current contracts in the
format below;
List of Tonnage Manpower Cost of Equipment Available Remarks
Work (MT) Requirement Project Engaged Space for
Fabrication
& Storage

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
55/74
Attachment to be provided:
Please provide the following workload curves on the same histogram for the period mid 2008
to 2016 (in man hours) :
- Current work load curve,
- Potential work load curve,
- Maximum work load curve.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
56/74
TABLE 7
__________________________________________________________________________
__________

POTENTIAL WORKLOAD FOR OIL & GAS <<short descriptionof the SERVICES>>
POTENTIAL WORKLOAD: BIDS IN PREPARATION AND ON-GOING PRE QUALIFICATION CAMPAIGN

CLIENT/PROJECT/NATURE OF SCOPE* Of ROLE** PLANNED AWARD PLANNED


WORKS Services DATE (MM/YYYY) COMPLETION DATE
(MM/YYYY)

* Scope = specify: detail <<short descriptionof the SERVICES>>


** Role = Specify: MAIN contractor, partner of JV, SUBcontractor

Tenderer is laso required to provided the information regarding current contracts in the
format below;
List of Tonnage Manpower Cost of Equipment Available Remarks
Work (MT) Requirement Project Engaged Space for
Fabrication
& Storage

Attachment to be provided:
Please provide the following workload curves on the same histogram for the period mid 2008
to 2016 (in man hours) :
- Current work load curve,
- Potential work load curve,
- Maximum work load curve.

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
57/74
TABLE 8

PAST THREE YEARS MAJOR WORLDWIDE CONTRACTS FOR <<short descriptionof the
SERVICES>>

CLIEN ANNUAL SCOPE MANPOW MANPO ROLE AWARD COMPLET JV REMA


T AVERAG * ER WER ** DATE ION DATE PARTNE RK
PROJE E OF (AVERAG (AVERAG (MM/YY (MM/YY RS
CT CONTRA SERVIC E) E) YY) YY)
NATUR CT ES (NATIONA (EXPATS
E OF VALUE LS) )
WORK (MUSD
S )
***

* Scope = detail <<short descriptionof the SERVICES>>


** Role = Specify: MAIN contractor, partner of JV, SUBcontractor
*** ANNUAL AVERAGE CONTRACT VALUE (MUSD): is a mandatory information

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
58/74
TABLE 9

PAST FIVE YEARS AND CURRENT OIL & GAS <<short descriptionof the SERVICES>>
IN THE COUNTRY

CLIENT/PROJECT/ ANNUA SCOP MANPO MANPO ROL AWARD COMPLE JV REMA


NATURE OF L E* WER WER E** DATE TION PARTN RK
WORKS AVERA OF (AVERA (AVERA (MM/YY DATE ERS
GE SERVI GE) GE) YY) (MM/YY
CONTR CES NATION EXPATS YY)
ACT ALS
VALUE
MUSD
***

* Scope = detail <<short descriptionof the SERVICES>>


** Role = Specify: MAIN contractor, partner of JV, SUBcontractor
*** ANNUAL AVERAGE CONTRACT VALUE (MUSD): is a mandatory information

TABLE 10

EXPERIENCE BY TYPE OF ACTIVITY & REFERENCES


CONTRACTOR SHALL INDICATE EXPERIENCE OVER THE LAST FIVE YEARS BY TYPE OF ACTIVITY.

GROUP A: <<short descriptionof the SERVICES>> SERVICES

PERFORMANCE OF MANAGEMENT OF <<short descriptionof the SERVICES>> OPERATIONS AT


SITE
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

PERFORMANCE OF MANAGEMENT OF <<short descriptionof the SERVICES>> OPERATIONS AT


SITE
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

PERFORMANCE OF MECHANICAL <<short descriptionof the SERVICES>>OPERATIONS AT SITE

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
59/74
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

PERFORMANCE OF ELECTRICAL <<short descriptionof the SERVICES>> OPERATIONS AT SITE


SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

PERFORMANCE OF INSTRUMENTATION/D.C.S./METERING <<short descriptionof the


SERVICES>> OPERATIONS AT SITE
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

COMMENTS:
……………………………

GROUP B: SUPPORT SERVICES

PERFORMANCE OF <<short descriptionof the SERVICES>> SUPPORT FOR AN OIL/GAS


PRODUCTION SITE
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

PERFORMANCE OF MANGEMENT OF AN ONSHORE W ORKSHOP FOR AN OIL/GAS PRODUCTION SITE


SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR Activity (work Comments
ESTIMATED VALUE, DATE content):

OTHER SUPPORT SERVICES (FABRIC <<short descriptionof the SERVICES>>TEAM,


PROCUREMENT….)
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

COMMENTS:
……………………………

GROUP C: RECRUITMENT AND TRAINING

EXPERIENCE IN RECRUITMENT AND TRAINING OF SITE <<short descriptionof the SERVICES>>


PERSONNEL
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

EXPERIENCE IN RECRUITMENT AND TRAINING OF NIGERIAN NATIONAL SITE <<short


descriptionof the SERVICES>> PERSONNEL
SITE DESCRIPTION, LOCATION, CONTRACT CONTRACTOR ACTIVITY (WORK COMMENTS
ESTIMATED VALUE, DATE CONTENT):

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
60/74
COMMENTS:
……………………………

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
61/74
TABLE 11

HUMAN RESOURCES POLICY

EXPATRIAT NATIONA SUB- SUB-


ES LS CONTRACT CONTRACT
ED ED
EXPATRIAT NATIONAL
ES S
CONTENT AND
STANDARD OF
PERSONNEL POLICY
LABOUR RELATIONS
AND GENERAL WORK
CONDITIONS
RECRUITMENT POLICY:
 ORGANIZATION
AND
PROCEDURES
 REALISATION
OVER THE
LAST 2 YEARS
TRAINING PLAN:
 ORGANIZATION
AND
PROCEDURES
 REALISATION
OVER THE LAST
2 YEARS

DOCUMENTS TO BE PROVIDED:
 Recruitment procedures
 Training procedures
 HR Statistics within CONTRACTOR’s organisation (Turnover, Age, % local staff,
Status…..)

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
62/74
TABLE 12

HEALTH, SAFETY, THE ENVIRONMENT PERFORMANCES

POLICY, PROCEDURES AND ORGANISATION


CONTRACTOR shall provide:
 His HSE Policy
 His HSE Manual
 His HSE Audit & Inspection Program
 His HSE Training Plan for the past three years
 Existence of HSE improvement Plan
 Copy of HSE organization
 Health, Safety and Environment loss prevention policy and/or program
 Drills & exercises program
 Safeguarding of Health Policy
 Safeguarding of driving Policy
 Subcontractors HSE evaluation procedures
 Details to show how Health, Safety, or Environment protection are promoted within
its organization,
 Internal procedures for following HSE anomalies/incidents (CONTRACTOR has to
provide two examples of investigations reports)
 Internal audit reports
COMMENTS:
……………………………

TRAINING AND INCENTIVES PROGRAMS


CONTRACTOR shall:
 Describe its detailed Health, Safety, Environment orientation / training program,
 Indicate how the training program addresses the following topics:
 Safe work practices
 Provide internal incentive HSE Policy Implementation and enforcement of the safety
program
 Tool box meetings
 Emergency procedures
 Fire prevention/protection
 New worker orientation
 Give evidence of Knowledge of Work permit requirements in petroleum industry
 Give evidence of Knowledge of COMPANY Work permit procedure
 Administrative technical instruction/Induction
COMMENTS:
……………………………

<<MEDIUM TO HIGH RISK HSE TENDER EVALUATION QUESTIONNAIRE>> <<or>> <<LOW RISK
HSE TENDER EVALUATION QUESTIONNAIRE>> <<delete the HSE Tender Evaluation
Questionnaire which does not apply in accordance with the risk level determination done by
filling in Appendix C of of COR PRD HSE GEN 15 (also displayed in PR type RV) >>

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17
63/74
MEDIUM TO HIGH RISK HSE TENDER EVALUATION QUESTIONNAIRE
Max
Score Weighted
Weight Score
Question Requirement Guidiance (Xi = 1, Score (Yi Comments
(Wfi) (Zi =
2 or 3) = XixWFi)
3xWFi)
1.0 Policies

1.1 Does your Company have the following HSE Policy


3.0 9 0 0
Policies?
Drugs & substances abuse, Provide signed copy
smoking, etc
1.0 3 0 0
Policies

Are the Policies signed by the MD?


1.2 2.0 6 0 0
Are staffs made to sign commitment for
1.3 HSE? Provide signed evidence 1.0 3 0 0
Are HSE Policies displayed in the
contractor premises?
1.4 1.0 3 0 0

24 0

2.0 Organisation and Management

Does your Company have HSE


Organisation?
2.1 1.0 3 0 0
Is the organisation chart signed by the
2.2 MD? Provide signed copy 0.5 1.5 0 0
Does HSE rep reports to MD?
2.3 0.5 1.5 0 0
Does your Company have HSE
Management

organisation in field operation?


2.4 0.5 1.5 0 0
2.5 Are HSE responsibilities of personnel for managers 1.0 3 0 0
clearly defined?
for Supervisors Provide validated Job description 0.5 1.5 0 0
for all other staff 0.5 1.5 0 0

Contains Safety 0.5 1.5 0 0


Does your Company have
2.6 Comprehensive and documented HSE Contains Environment Provide signed copy 0.5 1.5 0 0
MS?
Contains Health 0.5 1.5 0 0
2.7 Is the HSE-MS updated? Date of last update
yearly 1.0 3 0 0

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 2/74
once in two year 0.5 1.5 0 0
Does your Company have a Quality Mgt
System?
2.8 Provide evidence 1.0 3 0 0
2.9 Does your Company perform Service
at least three reports available Provide copies of reports 0.5 1.5 0 0
Quality Evaluation?
actions are documented provide tracking record 0.5 1.5 0 0

actions are tracked & close out Provide % close out 0.5 1.5 0 0
Does your Company have a HSE
2.10 Handbook? Provide evidence 2.0 6 0 0
2.11 Does your Company have appropriate identify at least three scenarios 0.5 1.5 0 0
Emergency Response Procedures?
At least three scenarios tested 0.5 1.5 0 0

Drill schedule available 0.5 1.5 0 0

schedule followed Provide copy 0.5 1.5 0 0


Contact person & phone number
available 0.5 1.5 0 0
identifies Emergency Response
Teams 0.5 1.5 0 0
2.12 Are annual HSE objectives established Corporate HSE objective in line
and implemented at each level within with OGP
your Company? 0.5 1.5 0 0
Departmental hse objectives in Provide copy
line with Corp 0.5 1.5 0 0
Individual HSE objectives
available 0.5 1.5 0 0
Does your Company have a periodic provide list of employees with
medical examination of personnel? fitness certificates
2.13 0.5 1.5 0 0
2.14 Does your Company have an Employee
retainer clinic available Provide letter from clinic MD 0.5 1.5 0 0
Health protection/Education programme
for employee? Pre employment medical fitness
provide procedure 1.0 3 0 0
annualr medical check up
provide summary 0.5 1.5 0 0
Health education given by
specialist Provide certificates 0.5 1.5 0 0

Staff & dependant vaccinated provide evidence 0.5 1.5 0 0


2.15 Does your Company provide PPE to
PPE procedure 0.5 1.5 0 0
employee?
PPE specification available 0.5 1.5 0 0

Conform to spec above 0.5 1.5 0 0

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 3/74
2.16 Does your Company have a structured monthly HSE meeting Evidence of meeting chaired by a
system of meetings for cascading Health, mgr
0.5 1.5 0 0

Communication
Safety and Environment down through
your Organisation? Quarterly management HSE Evidence of meeting chaired by
meeting MD
0.5 1.5 0 0
2.18 How does your Company provide
safety posters provide 3 copies of posters 0.5 1.5 0 0
information on HSE issues for
employees? provide 3 copies of HSE
newsletters
newsletters 0.5 1.5 0 0

safety notices/alerts provide 3 copies of notices/alerts 0.5 1.5 0 0


2.19 Do you have HSE competence
assessment programme for your for managers 1.0 3 0 0
employees?
Provide appraisal form
for supervisors 0.5 1.5 0 0
Training and Competence

other workers 0.5 1.5 0 0


2.20 Have Managers and Supervisors who will
plan, monitor, oversee and carry out
work received Specialised HSE in their Provide training manual
respective responsibilities?
1.0 3 0 0
2.21 Are training needs identified within your
Training plan/matrix available 0.5 1.5 0 0
Company? provide copy
Training plan/matrix followed 0.5 1.5 0 0
2.22 Does your Company provide general
HSE induction 0.5 1.5 0 0
safety and environment training to
employees? Fire fighting training 0.5 1.5 0 0
provide training status
first aid training 0.5 1.5 0 0

survival at sea 0.5 1.5 0 0

Section total 90 0

3.0 Planning and Implementation

Procedure for risk assessment


Risk Assessment

3.1
available? 2.0 6 0 0
3.2 Has your Company assessed the risks of Provide copy assessment
their activities? 5 to 10 risks assessed 2.0 6 0 0
Has your Company developed Provide copy of HSE Plan &
Plan include control measure 2.0 6 0 0
evidence that plan is followed
HSE plan to manage risks
identified above? Plan include Recovery measure 1.0 3 0 0

Plan followed 1.0 3 0 0

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 4/74
3.3 Does risk assessment process include? Liquid Cargo handling Provide copy
0.5 1.5 0 0
Hazardous materials
1.0 3 0 0
Working at height
1.0 3 0 0
Welding
1.0 3 0 0
Lifting with colour code
1.0 3 0 0
Does risk assessment provide for
periodic review of assessments?
3.4 1.0 3 0 0
3.5 Does your Company have in place Provide copy
arrangements for documenting risk Hazards register available? 1.0 3 0 0
assessments and providing relevant
information to personnel who may be Completed and validated JSA 2.0 6 0 0
affected? Zone classification 0.5 1.5 0 0

PPE requirement per area 1.0 3 0 0


Does your Company have a system for Provide meeting procedure/guide
pre-job meetings to discuss HSE
3.6 matters? 1.0 3 0 0
3.7 Does your company have established
Permit to Work System 1.5 4.5 0 0
work methods?
inspection procedures 1.0 3 0 0
Safe System of Work

3.8 Are your plants and equipment correctly


maintenance register 1.0 3 0 0
managed?
certificates valid 1.0 3 0 0
3.9 System for managing changes equipment 1.0 3 0 0
available?
process 1.0 3 0 0

organisation 0.5 1.5 0 0


deviations from HSE
procedures? 2.0 6 0 0
shift and crew hand-over? 1.0 3 0 0
modifications control
1.0 3 0 0

Section total 90 0

4.0 Performance Measurement


Inciden

Does your Company have an incident Provide copy


Investi
gation

reporting, investigation & follow up


t

procedure?
4.1 2.0 6 0 0

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 5/74
4.2 Does Incident reporting, investigation & Provide copy
Occupational injuries 2.0 6 0 0
follow up procedure include
Occupational illness 0.5 1.5 0 0

High potential nearmisses 0.5 1.5 0 0

equipment damage 0.5 1.5 0 0

environmental pollution 0.5 1.5 0 0


4.3 Incident investigations corrective actions
idenifies action responsible? 0.5 1.5 0 0
tracking system available?
close out date 0.5 1.5 0 0
Are actions from incident investigation
closed out?
>60 % closure (last 12 months) 2.0 6 0 0
4.4 incident investigation findings Provide presentation outline
to managers 1.0 3 0 0
communicated adequately?
to supervisors 1.0 3 0 0

other workers 0.5 1.5 0 0


4.5 Does your Company perform an analysis Provide incident analysis and
Last three yrs analysis 2.0 6 0 0
of incident statistics? statistics record
Statistics

year till date analysis 0.5 1.5 0 0

current month analysis 0.5 1.5 0 0


analysis discussed in HSE
meeting 0.5 1.5 0 0
Section total
45 0

5.0 Monitoring, Audit and Review

Does your Company have HSE audit and Provide copy


inspection procedure
5.1 0.5 1.5 0 0
Does your Company have a system for Provide evidence
regular HSE inspections at the work site?
5.2 0.5 1.5 0 0
Are records of health, safety and Provide 3 copies
environmental inspections, monitoring
5.3 and audits maintained? 0.5 1.5 0 0
5.4 Are records of health, safety and provide 3 reports
last three reports 0.5 1.5 0 0
environmental inspections, monitoring
and audits maintained? last two reports 0.5 1.5 0 0

last audit report 0.5 1.5 0 0


Are audit actions closed out? >60 % closure (last 12 months) 0.5 1.5 0 0

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 6/74
5.5 findings of audits & inspections
management 0.5 1.5 0 0
communicated?
workforce 0.5 1.5 0 0
Has your Company carried out an
independent HSE-MS audit ?
5.6 0.5 1.5 0 0

Section total 5.0 15 0

Grand Total 264 0

Percentage Performance #DIV/0!

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 7/74
LOW RISK HSE TENDER EVALUATION QUESTIONNAIRE

Score
Weighted
Weight Max Score (Xi =
Question Requirement Guidiance Score Comments
(WFi) (Zi=3xWFi) 1, 2 or
(Yi=XixWFi)
3)

1.0 Policies

Does your Company have the HSE Policy Provide a signed duplicate copy 3.0 0 0
9
Policies

1.1 following Policies?


Drugs and substances abuse
2.0 0 0
Policy 6
1.2 Are the Policies signed by the MD? 2.0 0 0
6

21 0

2.0 Organisation and Management


Does your Company have a
2.1 1.0 0 0
Organisational Chart? 3
Provide signed copy
Is the organisation chart signed by the
2.2 1.0 0 0
MD? 3
Does your Company have a HSE
2.3
Officer? Provide the CV 2.0
6
0 0

Does your Company have a HSE


2.4 Provide signed copy 2.0 0 0
Management

Mannual or Handbook? 6
Does your Company have appropriate identified at least three
1.0 0 0
Emergency Response Procedures? scenarios 3

At least three scenarios tested 2.0 6 0 0


2.5 Provide copy
Drill schedule available 1.0 3 0 0

Contact person & phone


1.0 0 0
number available 3
Has your company establised an
Provide copies of HSE Objectives for
annual HSE objectives and is the
2.6 last three years and progress of 2.0 0 0
implementation monitored?
implementation
6
Does your Company conducts a pre- provide list of employees medical
Health

employment & periodic medical status and five duplicate copies


2.7 1.0 0 0
examinations of personnel? fitness certificates
3

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 8/74
Does your Company provide PPE to
2.8 employee? Provide evidence
2.0
6
0 0

Does your Company have a structured monthly HSE meeting Provide copies of at least three past
meetings for cascading Health, Safety meetings 1.0 0 0
and Environment information to 3

Communication
2.9 employees? Toolbox meeting Provide summary of toolbox meeting
topics for 1 months and attendance
1.0 0 0
list for five meetings
3
Does your Company use Posters, 2.0 0 0
safety posters provide 3 copies of posters 6
newsletters & alerts to pass HSE
information to employees? newsletters provide 3 copies of HSE newsletters
2.10 2.0 0 0
6

safety notices/alerts provide 3 copies of notices/alerts 2.0 6 0 0


Are employees' HSE training needs
2.11 2.0 0 0
identified? Provide HSE Training plan 6
Training

2.12 Does your Company provide general Provide duplicate copies of training 2.0 0 0
HSE induction 6
safety and environment training to certificates
employees? Fire fighting training 1.0 3 0 0

First aid training 1.0 3 0 0

Section total 90 0

3.0 Planning and Implementation

Procedure for risk assessment


3.1 3.0 0
available? 9 0
Risk Assessment

Has your Company identified major Provide evidence


risks of it activities? 3.0 0
5 to 10 risks identified 9 0
3.2 Has your Company assessed Provide copies of two risk 3.0 0
Control measure 9 0
assessment
the risks identified above?
Recovery measure 3.0 9 0 0
Is risk assessment periodically
3.3 1.0 0
reviewed? 3 0
Have been educated on the risks Provide evidence
3.4 inherent in their tasks? 1.0 0
3 0
Does your Company have a system for Provide meeting procedure/guide
System of

3.5 pre-job meetings to discuss HSE risks 2.0 0


Work
Safe

with personnel? 6 0
Does your company have worksite Provide three worksite inspection
3.6 inspection procedure? 2.0 0
reports 6 0

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 9/74
Does your company have a
3.7 system for preventing Provide evidence 2.0 0
execution of unsafe task? 6 0

Section total 60 0

4.0 Performance Measurement

Does your Company have an incident Provide copy


Incident Investigation

4.1 reporting, investigation & follow up 3.0 9 0 0.0


procedure?
Does your company have a system for Provide summary of unsafe
identifying, reporting and correcting acts/conditions that have been 3.0 0 0.0
unsafe acts and unsafe conditions reported
4.2 9
Are actions from incident investigation
2.0 0 0.0
closed out? >60 % closure (last 12 months) 6
Are incident investigations findings Provide presentation outline
4.3 communicated to staff? 2.0 0 0.0
6
Does your Company perform an Provide incident analysis and 3.0 0 0.0
Statistics

analysis of incident statistics? Last three yrs analysis statistics record 9


4.4 year till date analysis 2.0 6 0 0.0

2.0 0 0.0
current month analysis 6
Section total 0.0
51

5.0 Monitoring, Audit and Review

Does your Company have Internal Provide copy


5.1 HSE audit procedure 3.0 0 0
9
Are records of HSE inspections and Provide 3 copies
5.2 audits maintained? 3.0 0 0
9
Are records of health, safety and provide 3 internal audit reports
5.3 environmental inspections, monitoring 2.0 0 0
and audits maintained? 6
5.4 Are audit actions closed out? >60 % closure (last 12 months) 2.0 6 0 0

Section total 30 0

Grand Total 252 0.0

Percentage Performance #DIV/0!

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 10/74
TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 11/74
TABLE 13
QUALITY ASSURANCE / QUALITY CONTROL
CONTRACTOR shall complete the following table referring to its own QA / QC policy:

QUESTION: ANSWER, COMMENTS, DATE OF


IMPLEMENTATION
Has CONTRACTOR developed a QA/QC policy?

Has CONTRACTOR hired the services of specialized consultants for


that purpose?

Does CONTRACTOR have a Quality Plan?

Does CONTRACTOR have a QA / QC Manual?

Has CONTRACTOR been audited by independent certifying


authorities?

Has CONTRACTOR presented for ISO 9000 certification?

Is there any QA / QC manager within CONTRACTOR Organisation?

What are the responsibilities and authority of the CONTRACTOR’s QA


/ QC manager, if any?

What standards does the CONTRACTOR’s QA/QC system comply


with?

ATTACHMENTS TO BE PROVIDED (Including certificates as necessary):


 Policy statements with regard to QA/QC
 QA/QC organisation
 QA/QC manual summary
 Quality Plan summary
 QA/QC Audit Schedule
 Quality Management System (QMS) Overview
 HSE Quality Control & Improvement Plan (including for subcontractors)
 QA/QC for Procurement
 QA/QC for Fabrication & Material Repair
 QA/QC for SUBCONTRACTOR’s

TEPNG/ C&P/ ITT for INTEGRATED OFFSHORE CONSTRUCTION WORKS/ Ref. number: NG50000085/ECP/17 2/74

You might also like