You are on page 1of 3

BIDDER'S QUERIES & COMPANY RESPONSES

S.No. Bidder's Query Company Response


Pre - Bid Clarification No. 03 (3 December 2020)
Please be apprised that bidder is responsible for safety and security of the complete
plant and facility alongwith their personnal, tools and plans during entire project
execution phase including rental and O&M phase. As a minimum bidder to install 12 ft
This is with reference to Bidder's Query No. 78 stated in Pre - Bid Clarification No. 02 dated
high fencing (9 feet fenced plus 3 feet Anti climb comprising of Barbed and Razor
87 23 November 2020. Please specify Typical Details, Heights etc. for Boundary Wall / Fences
Cutter Wire) with corrugated sheets on the perimeter of the entire plot (plot size
and its applicable lenghts for bidding purpose.
mentioned in ITB). Additionally facility should be with proper gate along with CCTV,
double barrier and check post to control the entry / exit and movement of trucks etc.
Indicative pictures of gate and barrier are attached.
This is with reference to Bidder's Query No. 82 stated in Pre - Bid Clarification No. 02 dated
Storm water for the facility should be terminated at appropriately sized pit (other than
88 23 November 2020. For Storm water drainage, we understand that Client will provide us
evaporation pond).
adequate disposal point for SW Effluent with in the periphery of Acutal Plot Area.
This is with reference to Bidder's Query No. 85 stated in Pre - Bid Clarification No. 02 dated Considering the size of land (approx 600 x 500 mtrs) earmarked for the facility, we
89 23 November 2020. Company to specify minimum number of Watch Towers for this project understand that as a minimum 6 watch tower will suffice. The watch tower should be
with tentative requried dimesions & heights similar to those installed at well locations in Oil & gas industry of Pakistan.
This is with reference to Bidder's Query No. 86 stated in Pre - Bid Clarification No. 02 dated
23 November 2020. Structural Concrete Strength shall be defined as per design Bidder is responsible for correctness of design of the facility with respect to its integrity
90
calculations and type of structures. Minimum strength mentioend in ITB documents are on etc.
very higher side.

Refer to Company's response to Pre - Bid Query no. 8 & 9, the process scheme will itself be
modified if cooler (with cooling pads) with additional vessel are to be added. Bidder would re-
iterate his concern to store hydrocarbon near to its boiling points along with Flash point and
this will ingress inherent safety risk for storage of large hydrocarbon storage (i.e. 30000
barrels). The high temperature will release massive vapor flashing and tank normally not
We understand that the storage will be below its boiling point thus in line with OGRA
91 install for handling of such vapor flashing.
regulations. RVP of stabilized oil below or equal to 8 psia will be acceptable.
Furthermore, if cooler is to be added as stated, then temperature of oil will be declined, in
this case, lighter hydrocarbon will be settled and RVP will increase. PPL is requested to
review RVP requirement of stabilized oil as conventional water bath heater (selected by
PPL) has temperature limitation due to water boiling point and lighter end are not completely
removed from oil hence RVP of stabilized oil increases from 7 psia.

Company's response to Pre - Bid Query 11 is noted. Water showering / circulation and
92 Noted
packing arrangement is not required.
Refer to Company's response to Pre - Bid Query no. 14, provision (with valve and blinds)
will be provided as upstream of HP Separator for Future Desalter as advised by PPL. Since
93 Noted
Desalter is not part of scope hence salt will not be separated upto desired vallue as stated
and therefore salt content in product oil will solely be based on inlet feed stream.
Refer to Company's response to Pre - Bid Query no. 17, no other CI injection is required Bidders recommendation is noted, however, bidder may add CI point on the additional
94
other than locations specfied in ITB. locations if identified subsequently.
Company's response to Pre - Bid Query 18 is noted. Bidder will consider facility inlet
operating condition as illustrated in provided simulation by PPL in PBC-1.
1. Noted.
2. The facility inlet PSV will be set at 1350 psig on Blocked Outlet condition. The Flare KOD
95 Noted
will be sized on 30 minutes hold-up time of liquid from PSV discharge (i.e. worst scenario
from all other PSVs).
3. Manual choke valve will provide to have fix pressure at upstream of PCV and to limit PCV
failure beyond relief load from design case (i.e. EPF inlet PSV blocked-outlet scenario).
Company's response to Pre - Bid Query 21 is noted.
96 For Point No. 5, quality of rejected water will be shared once bore water assessment to be Noted
performed after award of contract.
Company's response to Pre - Bid Query 27 is noted, however 10 barrels slug volume is
97 Noted
considered in HP Separator sizing for the same, as advised by PPL in ITB.
Company's response to Pre - Bid Query 28 is noted. PPL to note that 0.2 psi pressure drop
across 6" vent header for Tank in Dispersion Study of ITB is even higher than design
98 Noted, however, the tank design pressure can be upto 2.5 psig as per API 650.
pressure of Oil Storage Tank (i.e. 100 mm H2O), therefore Bidder has performed analysis
and found that vent line will be 8" (instead of 6") and vent stack dia will be 6" (instead of 4").
Refer to Company's response to Pre - Bid Query no. 30, Bidder has evaluated NACE
required as per MR-0175 and found that for 100 ppm H2S, if operating pressure reaches up
99 to 500 psig then NACE is applicable for the relevant equipment. In this EPF, only Noted
compressor is therefore required as NACE Compliant as per MR-0175. Remaining whole
facility including HP & LP Separators are not required as NACE compliant.
Bidder has NOT considered batch metering for oil before loading. Simple Turbine flowmeter Noted, however, provision to record storage tank level monitoring via dip should also
100
is considered for oil metering. Please confirm PPL requirement. be provided.
Refer to Company's response to Pre - Bid Query no. 45, Bidder proposes to use attached
specification for the procedure of Stress Analysis which was considered in past project as
101 Noted
understanding over these specifications is already developed between client and bidder.
Please confirm.
Company's response to Pre - Bid Query 48 is noted. Non-U Stamped vessels have been
102 Noted
considered from ASME certified workshops.
Company's response to Pre - Bid Query 49 is noted. Bidder will submit the Conceptual Plot Noted, however Company will verify the proposed plot plan in line with the
103
Plan along with Technical Proposal as basis of bid for company`s information. requirements of codes and standards and regulation, statutory requirments etc.
Company's response to Pre - Bid Query 54 is noted. Bidder will submit the Conceptual Plot
104 Please refer Company's response to Bidder's query no. 103 above.
Plan along with Technical Proposal as bidding basis for company`s information.
Company's response to Pre - Bid Query 55 is noted. However Bidder proposes to use
attached specification for Equipment design, Insultaion which was considered in past
project as understanding over these specifications is already developed between client and
Noted, however this may please be noted that those specification provided with ITB
105 bidder. Please confirm.
must be followed.
Furthermore, Valves specifications as mentioned in different Piping Specs are missing,
Please share.
Company's response to Pre - Bid Query 56 is noted. We are considering Gas Gensets for 3
106 Noted based on bidder's confirmation.
x 55% operating philosophy.
Company's response to Pre - Bid Query 61 is noted. We are considering all incoming and
107 Noted
outgoing feeder breakers with LSIG units
Company's response to Pre - Bid Query 62 is noted. As basic requirement, we are Noted, Bidder to supply the electrical system in compliance to the ITB requirement,
108
considering Load Flow and Short Circuit system studies for electrical system design. therefore, bidder to assess the requirement of electrical system studies at its own.
Company's response to Pre - Bid Query 63 is noted. However, where specific standards are
109 not provided, relevant international standards and good engineering practices shall be Noted
considered.
Refer to Company's response to Pre - Bid Query no. 71, BFA system with Smoke Detection
110 Noted
is being considered. We understand FM200 system is not required.
Refer to Company's response to Pre - Bid Query no. 72, Since soil report is not available,
therefore for Bidding Purpose, shallow foundations are being considered for this project with
allowable soil bearing capacity of 100 Kpa @ 1.5m depth from NGL / FGL.
Bidder is responsible for correctness of design of the facility with respect to its integrity
111
etc.
Clause # 12 (Page # 37 of Document - Last Bullet or Page # 68 of PDF File # 15121-ITB
DOCUMENT) states that Soil Report from EPC Contractor will be verified by Company Soil
Report.
Refer to Company's response to Pre - Bid Query no. 74, Sheds over Compressor & Genset
Company reiterate bidders to assess the requirment of shed as Plant O&M will be in
112 with Over Head Crane are not being considered in this Bid will be given as Optional in
bidders scope.
Techno Commercial Bid.
Refer to Company's response to Pre - Bid Query no. 76, Future 3 Tanks and their related
113 Noted
Civil Infrastructes like Tank Foundations, Dyke Wall etc. are not considered in bidder scope.
Refer to Company's response to Pre - Bid Query no. 78, 2.4m high Fence around facility is
114 Please refer Company's response to Bidder's query no. 87 above.
being considered for this project. Please confirm.
Company's response to Pre - Bid Query 80 is noted. Same will be discussed with PPL after
115 Please refer Company's response to Bidder's query no. 135 above.
Site Visit.
Refer to Company's response to Pre - Bid Query no. 81, SOW will be as per shared plot
116 Bidders query require further illustration.
plan along with our BID.
Refer to Company's response to Pre - Bid Query no. 82, this will be discussed & confirmed
117 Please refer Company's response to Bidder's query no. 88 above.
after Site Visit.
Refer to Company's response to Pre - Bid Query no. 83, followng is being considered as our
SOW for this BID:
MASJID: 20 ft x 8 ft x 2 Nos. Comnined Porta Cabins Containers
Noted, however Bidder to provide all the services to Company's personal as
118
mentioned in ITB.
RECREATIONAL AREA: 20 ft x 8 ft x 1 Nos. Porta Cabins Container.

RESIDENCE AREA: 20 ft x 8 ft x 4 Nos. Porta Cabins Container.


Refer to Company's response to Pre - Bid Query no. 84,
1& 2) MECHANICAL & ELECTRICAL WORKSHOP: Combined Shed is being proposed for
both workshops with size of 40ft x 20ft x 12ft High x 1 Nos. along with 3 tons Monorail.

3) CAR PARKING SHED:


Car Parking Shed for 6 cars are being considered for this facility.

Trucks & Bowsers Parkings are considered without any parkings shed / paved area.

4) LABORATORY: 20 ft x 8 ft x 1 Nos. Porta Cabins Container is considered for this.


119 Noted, Bidder to fulfill all the requirment mentioned in ITB.
5) FIRE TENDERING SHED: Since complete Fire Water Network is being provided for this
facility, therefore Fire Tenders and their shed are not applicable, hence not considered.

6) CCR & MCC ROOM: 20 ft x 8 ft x 2 Nos. Combined Porta Cabins Container is considered
for this.

7) OFFICE BLOCK: 20 ft x 8 ft x 2 Nos. Combined Porta Cabins Container is considered for


this.

8) CLINIC: 20 ft x 8 ft x 1 No. Porta Cabins Container is considered for this.


Refer to Company's response to Pre - Bid Query no. 85, Watch Towers are not being
120 Please refer Company's response to Bidder's query no. 89 above.
considerd for this BID and will be given as Optional in Techno Commercial Bid.
Refer to Company's response to Pre - Bid Query no. 86, considering type of Structures and
Noted, however Bidder is responsible for correctness of design of the facility with
121 Shallow Foundations, maximum Concrete Strenght considered for RCC Structures is 3000
respect to its overall integrity etc.
psi.
Line Heater Drawing:
The shared Inline Heater Drawing shows the pressure rating as 5000 Psi. It is to confirm
122 Noted
that it’s for “reference only” and actual heater pressure rating would be ANSI #150 or as per
the requirement in the Process scheme.
Differences Between Shared Simulation and ITT Design Basis:
A number of discrepancies are noted between the shared Hysys Simulation and Design
Basis provided in the ITT. Some of these are:
Total Flowrate of 4488 bopd in contrast to 5,000 bopd as ITT requirement.
Simulation provided to Bidders is for reference only. However, Bidders are responsible
123 Final crude not meeting the RVP requirement.
to develop simulation models based on all requirement mention in ITB.
Export Gas T and P.
4.3.10: Radiation and Dispersion Studies
It is to be confirmed that ITT document and Basis of Design has precedence over any
Datasheet of simulation shared if any mismatch occurs.
Provision of Cond Stabilization Column:
In order to blend the condensate recovered in Compressor KO Scrubbers back with the
Bidder may propose alternative options separately on the simlar format as per ITB as
Crude, the process scheme requires a condensate stabilizer. Without that the, on mixing the
optional item. However, bidder's proposal in line with the ITB process scheme will be
124 condensate off-sets the RVP of the stabilized crude. Another option is to keep the recovered
evalauted first. Company may consider the alterantive scheme of the technicaly
condensate stream (mostly LPG separate and have separate means to store and export it.
qualified lowest evaluated bidder at its own discretion.
PPL to clarify if any such modification or optimization of the process scheme is acceptable.

SOFTWARES for HMB and Dispersion Study:


125 To Confirm if Hysys and PHAST are in Company Approved software’s List for Heat and Aspen Hysys V10 is acceptable.
Material Balance and Dispersion Simulations.
Salinity and BS&W of Export Crude:
Due to very low produced water quantity, the BS&W and Salinity specification of the export
crude could be within the required limits after stabilization. However kindly note that no
dedicated equipment for meeting these specs have been considered in the process scheme
126 Please refer to Company's response to Bidder's clarification no. 93 above
(Treater/Desalter). In absence of these equipment’s the guarantee to meet these product
specs is empirical at best. Provisions will be provided for these equipment’s to be added in
the scheme.
PPL to confirm the understanding.
Crude Flow rate of 5,000 bopd:
PPL to confirm that the Design Oil Handling and processing capacity of 5,000 bopd is at the
127 Noted, 10% margin shall be provided at Design flowrate.
Plant outlet battery limit. In other words the design crude production out of the facility should
be 5,000 bopd (along with associated gas and water).
Pre-Bid Clarification #16:
The Fuel Gas system normally does not have any FG storage capacity or any backup for
Bidder to suggest and provide the size of fuel gas scrubber as in case of absence of
emergency. The role of FG scrubber and heater is to dry the gas any remove any entrained
128 fuel source the scrubber will provide 2 mins back up (considering largest fuel
liquids.
consumer) from operating pressure to low pressure requirement.
PPL to clarify any requirement of 2 mints storage of FG in case of Emergency.
Facility Arrival Pressure and Temperature:
As per Section 4.0 of Basis of Design Document (), Wellhead Feed will undergo a pressure
reduction at the Wellhead Choke Valve to a pressure of 200 Psig. Similarly the Annexure-L Bidder to refer Company's response to Bidder's clarification no. 95 above. Feederlines
129 provides the Facility Arrival Pressure of 200 Psig. may be of 600 lb rating as minimum. It is to be noted that PSVs of Feederline shall be
sized on Blocked discharge scenario.
The Pt#18 of Pre-Bid Clarifications mention the facility arrival Pressure of 800~1000 Psig.
Kindly clarify the pressure figure along with rating of incoming flow lines.
Pre Bid Clarifications #16:
The PB Clarification #16 talks of providing PSV for the feeder lines. PPL to provide the relief
130 Please refer Company's response to Bidder's query no. 129 above.
load information and pressure ratings of feeder lines in order to size the Flare and Relief
system of the Facility for this component.
Storage Tanks:
All Storage Tanks (Dry & off spec crude tank, produced water, Fire Water storage tank) will
131 Noted. Fire Water tank does not require blanketing.
be fixed roof provided with blanketing. No Floating Roof Tanks are required for any service.
Please confirm it is acceptable to Company.
Battery Limits:
The Contractors scope of Work will be within the Fence Boundary Limits of the Facility. Any
Pig launcher/Receiver, insulating joints etc for incoming lines and gas export lines are Noted, Bidder to provide inlet manifold to accommodate atleast 3 feeder lines. All the
132 outside contractor’s scope. PPL to Confirm. three feeder line connection will be equipped with ESDV and PSV as shown in the
philosophy provided in ITB.
Flanged connection with manual isolation valves will be provided for connectivity for
incoming and outgoing lines.
Tankers Parking and Stabilization Area:
Any area for Tankers Parking (over-night) or for Stabilization period is not in Contractors
133 Please refer Company's response to Bidder's query no. 119 above.
scope within the Facility Fence limits. Any civil work related to that is outside contractor’s
scope. PPL to confirm.
Material Selection:
The materials for all equipment, vessel internals and pumps shall be based on Bidder’s
134 material selection study and not mandated by the indicated material selection in the ITT Bidder to follow the requirement mentioned in ITB as minimum.
documents.
Please confirm.
Civil and Roads:
Company to confirm that bidder is only responsible for Roads inside the fence of the Dhok
Access road for connectivity of the facility with main highway will not be in Bidder's
Sultan (DS) Processing Facility and access roads to evaporation pond, loading bay and pits.
135 scope. However, Bidder is responsible for safe and secure delivery and installation of
Kindly also confirm that it is not in the bidder scope any other road including the access
complete facility alongwith equipment etc.
road for connectivity of the facility with main highway or any road outside the plant fence
limits.
Connectivity:
136 Any connectivity or data gathering from the wellheads and transmission of Data from the Noted.
facility to other PPL installations is also currently outside contractors scope of work.
Retention Money:
137 As this is not a EPC, PC or construction contract but rather a BOO project, therefor Retention money will be as per ITB
deduction of retention money from payments is not applicable.
Performance bank guarantee:
Submission of 10% performance bank guarantee, whereas, contractor guarantee is the
138 Performance bank guarantee will be as per ITB.
plant itself which the contractor will install at its own cost. On the contrary, PPL to advise on
the assurance or guarantee for timely payments to the contractor.

You might also like