0% found this document useful (0 votes)
407 views39 pages

Section Iii Technical Proposal Form: ITT NUMBER 00000144

This document provides instructions and formatting requirements for bidders to submit a technical proposal for an onshore construction and installation contract with Mobil Producing Nigeria Unlimited. Bidders must provide details of relevant project experience, project management and organization capabilities, engineering, quality management, and other technical areas. Tables are included to submit information on the bidder's contracts, projects, safety performance, fabrication yards, financial details, partners and subcontractors, exceptions to documents, and clarifications requested from the company. The proposal requests execution, technical and unpriced commercial information from bidders according to the specified format and instructions.

Uploaded by

brook emenike
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
407 views39 pages

Section Iii Technical Proposal Form: ITT NUMBER 00000144

This document provides instructions and formatting requirements for bidders to submit a technical proposal for an onshore construction and installation contract with Mobil Producing Nigeria Unlimited. Bidders must provide details of relevant project experience, project management and organization capabilities, engineering, quality management, and other technical areas. Tables are included to submit information on the bidder's contracts, projects, safety performance, fabrication yards, financial details, partners and subcontractors, exceptions to documents, and clarifications requested from the company. The proposal requests execution, technical and unpriced commercial information from bidders according to the specified format and instructions.

Uploaded by

brook emenike
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as DOCX, PDF, TXT or read online on Scribd

ITT Number 00000144 Instructions & Forms

Onshore Program Construction and Installation Technical Proposal Form


Contract

ES/NCDMB/MPN-TITT/07032023/UPD

MOBIL PRODUCING NIGERIA UNLIMITED

SECTION III
TECHNICAL PROPOSAL FORM
of

ITT NUMBER 00000144


Onshore Program Construction
and Installation Contract (OPCIC)
(Enabling Agreement)

TECHNICAL INVITATION TO TENDER


September 2022

Table of Contents
Page 1 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

A. General Instructions........................................................................................
1. Description....................................................................................................................
2. Tender Compliance......................................................................................................
3. Document Preparation................................................................................................
4. Alternate Tenders.........................................................................................................
5. CONTRACTOR Execution Basis..................................................................................

B. Technical Tender Format................................................................................


1. BIDDER’S Cover Letter................................................................................................
2. Onshore Brownfield Construction and Installation Project Experience in
Nigeria 6
2.1. Onshore Construction and Installation Projects successfully completed in
Nigeria...........................................................................................................................
2.2. Onshore Construction and Installation Projects currently ongoing in Nigeria.......
2.3. Onshore Construction and Installation Projects successfully completed
OUTSIDE Nigeria...........................................................................................................
3. Project Management and Organization Capability....................................................
3.1. Project Execution Strategy and Plans........................................................................
3.2. Schedule........................................................................................................................
3.3. Organization Charts.....................................................................................................
3.4. Office Locations and Descriptions..............................................................................
3.5. Information Management.............................................................................................
4. Engineering...................................................................................................................
5. Quality Management..................................................................................................
6. Interface Management...............................................................................................
7. SSHE and Community Affairs....................................................................................
7.1. Security, Safety, Health, and Environment (SSHE) Management...........................
7.2. Community Relations and Development..................................................................
8. Project Controls, Procurement, and Subcontracting..............................................
8.1. Project Controls..........................................................................................................
8.2. Procurement and Material Management...................................................................
8.3. Subcontracting...........................................................................................................
9. Fabrication..................................................................................................................
10. Transportation & Installation.....................................................................................
10.1. Transportation............................................................................................................
10.2. Installations.................................................................................................................
11. Marine Vessels, Equipment, and Resources............................................................
12. Onshore Marine / Logistics Base..............................................................................
13. Unpriced Commercial Tender....................................................................................
13.1. Financial Contact........................................................................................................
13.2. Corporate Information................................................................................................
Page 2 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

13.3. General BIDDER Information.....................................................................................


13.4. Joint venture / Consortium / Major Subcontractors................................................
14. Exceptions...................................................................................................................
14.1. PRINCIPAL DOCUMENT / JOB SPECIFICATION......................................................
15. Site Evaluation............................................................................................................

C. Tables.............................................................................................................
Table 1 – Contracts awarded and Projects Executed...............................................................
Table 2 – Man-Hour Summary for executed Project(s).............................................................
Table 3 – Safety Performance Indicators for executed Project(s).............................................
Table 6 – Onshore Marine/Logistic Base..................................................................................
Table 7A – Fabrication Yard Specifications..............................................................................
Table 7B – Fabrication Yard Equipment...................................................................................
Table 8A – BIDDER’S Financial Contact Information...............................................................
Table 8B – BIDDER’S General Corporate Information.............................................................
Table 8C – General BIDDER Information.................................................................................
Table 8D – Proposed JV/Consortium Partners and/or Subcontractors.....................................
Table 9A – Exceptions to PRINCIPAL DOCUMENT.............................................................
Table 9B – Exceptions to EXHIBIT A - COMPENSATION....................................................
Table 9C – Exceptions to JOB SPECIFICATIONS................................................................
Table 9D – List of ITT Addendums / Bulletins issued by COMPANY...................................
Table 9E – List of Clarifications issued by COMPANY in response to BIDDER’s queries
......................................................................................................................................

Page 3 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

A. General Instructions

1. Description

1.1. This “Section III - Technical Proposal Form” lists information that COMPANY requires
BIDDER to provide as part of its Tender for the WORK.
1.2. BIDDER shall submit execution, technical, and unpriced commercial information in the
manner set forth in this “Section III - Technical Proposal Form”. No Priced Commercial
Tender Form is expected at this stage.
1.3. BIDDER’S submittal will consist of detailed execution plans and information describing
the process and methodology that BIDDER proposes to use in performing the WORK
and to provide the services requested in addition to technical design information. The
submittal shall include identification of each major area of WORK or services covered
by the JOB SPECIFICATION.
1.4. BIDDER’S submittal will include unpriced commercial information compliant with the
requirements described in this document and in “Section I”.
1.5. BIDDERS are cautioned not to present any priced quotations in the
submittal of the Technical Tender.

2. Tender Compliance
2.1. A responsive Technical Tender will consist of a technical proposal from BIDDER which
is in accordance to the requirements specified herein and other documents contained
in this ITT Package.
2.2. If BIDDER does not intend to comply with all the submittal requirements of this
invitation to Tender (ITT), then BIDDER shall advise COMPANY immediately. BIDDER
should declare all such non-compliance with COMPANY and obtain COMPANY’s
formal approval prior to submission of the Tender.
2.3. BIDDER must seek clarification of any requirement which is unclear to BIDDER in this
“Technical Proposal Form” and other documents contained in this ITT Package prior to
submittal of its Tender. Otherwise, any non-conformance to the requirements and/or
conditions specified in the ITT Package may be deemed to be non-compliant or
unresponsive and BIDDER may be dropped from further consideration in the
Tendering process. Exceptions should be handled as set forth in this “Section III -
Technical Proposal Form”.

3. Document Preparation
3.1. BIDDERS shall respond to each numbered section, subsection, and table of this
“Section III - Technical Proposal Form” and provide requested information within each
numbered section, subsection, and table. BIDDER’S submission must be in electronic
format. The final tender package, duly signed and stamped, shall be scanned in to
Adobe PDF format in a 300 dpi resolution. The native files editable in Microsoft
Office Software must also be submitted along for each of the Tender documents.
3.2. BIDDER’S Technical Tender shall be organized and indexed, with numbered tabs, per
the format given in “Section B – Technical Tender Format” of this “Section III -
Technical Proposal Form”.

Page 4 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

3.3. The tender submission for Nigerian Content shall be prepared as stated
in “Section II – Nigerian Content” contained in “Instructions & Forms” of
this ITT. The Nigerian Content section should form an integral part of the
Technical and Unpriced Commercial Bid submitted by the Tenderer.
3.4. BIDDER’S submittal shall be prepared in Microsoft Word documents in Arial font
with a minimum font size of 11-point. Microsoft Excel documents can be also used
where necessary.
3.5. Where drawings would be helpful to highlight execution plans for performance of the
WORK, reduced-size drawings (to European A-3 size or U.S. B size) are preferred.
Full-size drawings are discouraged except where needed for clarity.

4. Alternate Tenders
Not Acceptable.

5. CONTRACTOR Execution Basis


5.1. Information provided by the BIDDER in “Section B – Technical Tender Format” of
this “Section III - Technical Proposal Form”, when combined with the
clarifications/exceptions for this ITT agreed and accepted between the BIDDER and
the COMPANY, shall form CONTRACTOR’s Execution Basis. After clarifications,
qualifications and agreement between COMPANY and CONTRACTOR, these
elements shall become specific and binding execution requirements as detailed in
Approved Work Orders under the CONTRACT.

Page 5 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

B. Technical Tender Format

1. BIDDER’S Cover Letter


1.1. BIDDER’S cover letter should be printed on BIDDER’S letterhead and should be duly
signed and stamped by BIDDER’S authorized legal signatory. The Cover Letter should
have the following attachments:
i. A high-level snapshot of its Onshore Construction and Installation Services
profile. This snapshot must be brief, to the point, and must provide sound
rationale to justify why the BIDDER should be considered a capable candidate
for executing complex Onshore Construction and Installation Projects for
major Oil & Gas operators in Nigeria.
ii. Detailed “Table of Content“ of BIDDER’S entire technical Tender submission,
duly indexing all sections / subsections, headings / sub-headings, Tables,
forms, documents, records, certificates etc. with page Numbers and
necessary cross-references.

2. Onshore Construction and Installation Project Experience in Nigeria


2.1. Onshore Construction and Installation Projects successfully completed in
Nigeria
BIDDER shall provide details of BIDDER’S recently completed major Onshore
Construction and Installation projects for the major oil & gas operators in Nigeria
within the last Five (5) years. Only the following documents are admissible as valid
evidence of BIDDER’S project experience:
i) Project / Work Completion Certificates / Final Acceptance Certificates issued to
BIDDER, duly signed by Client (major oil & gas operators in Nigeria). Note that
accounting / payment advices will not be acceptable.
ii) For each individual Completion Certificate, the BIDDER must also attach the
corresponding Contract document signed by both parties (i.e., Client and
BIDDER). Without the associated signed Contract document, the Completion
Certificate will not be eligible for evaluation.
iii) In the event the signed Contract Document is too big to be attached, the BIDDER
as a minimum, must attach the following Pages extracted from signed Contract
document clearly showing the following mandatory details:
a) All Contract page(s) clearly showing the citations between Client and
BIDDER (normally the initial page), and
b) All Contract page(s) / Call-off Order pages (Service, Work and/or Purchase
Order)) clearly showing the CONTRACT value, and
c) All Contract sections showing the Contract validity / term, Scope of Work
summary, work location, date of commencement, and estimated
completion date.
d) Contract Signature page clearly showing the signatures of both Client and
BIDDER.
2.2. Onshore Construction and Installation Projects currently ongoing in Nigeria
BIDDER shall provide details of BIDDER’S currently ongoing major Onshore
Construction and Installation projects for the major oil & gas operators in Nigeria. Only
Page 6 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

the following documents will be considered as valid evidence of current ongoing EPC
work:
i) Milestone Completion Certificates issued to BIDDER, duly signed by Client (major
oil & gas operators in Nigeria), and
ii) The first and the last Monthly Project Progress reports (acceptable only when duly
endorsed by Client).
iii) For each individual Completion Certificate, the BIDDER must also attach the
corresponding Contract document signed by both parties (i.e., Client and
BIDDER). Without the associated signed Contract document, the Milestone
Completion Certificate and/or the Progress Reports will not be eligible for
evaluation.
iv) In the event the signed Contract Document is too big to be attached, the BIDDER
as a minimum, must attach the following Pages extracted from signed Contract
document clearly showing the following mandatory details:
a) All Contract page(s) clearly showing the citations between Client and
BIDDER (normally the initial page), and
b) All Contract page(s) / Call-off Order pages clearly showing the
CONTRACT Value, and
c) All Contract sections showing the Contract validity / term, Scope of Work
summary, work location, date of commencement, and estimated
completion date.
d) Contract Signature page clearly showing the signatures of both Client and
BIDDER.

BIDDER to note:
In addition to the above, BIDDER must submit completed “TABLE 1 – Contracts awarded
and Projects Executed” and “TABLE 2 – Man-Hour Summary for executed Project(s)” as
part of its Tender submission.
ITT evaluation shall be a function of total value of major onshore oil & gas EPC Projects
successfully completed / ongoing by BIDDER. Therefore if the BIDDER has executed
any Work Orders / Change Orders / subcontracts in addition to the original Contract
value and desires to have those values considered for evaluations, then BIDDER must
also attach all such signed Call-off Orders / Change Orders / Subcontracts as part of the
corresponding signed Contract documents.

2.3 BIDDER shall also provide details of relevant experience in self-performing the
types of Mechanical Works as described in the Job Specification – Section A –
Mechanical Works. This MUST be a carve-out from the earlier mentioned projects
provided in satisfaction of Sections 2.1 and 2.2.
2.4 BIDDER shall also provide details of relevant experience in self-performing the
types of Civil Works as described in the Job Specification – Section B – Civil Works. This
MUST be a carve-out from the earlier mentioned projects provided in satisfaction of
Sections 2.1 and 2.2.
2.5 BIDDER shall also provide details of relevant experience in self-performing the
types of Instrumentation & Electricals (I&E) Works as described in the Job Specification
– Section C – I&E Works. This MUST be a carve-out from the earlier mentioned projects
provided in satisfaction of Sections 2.1 and 2.2.

Page 7 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

2.6 Bidder is expected to have capacity and capability to execute in excess of USD 5
Million of fabrication work per calendar year.

3. Project Management and Organization Capability


This section relates to assessing BIDDER’S Project Management and Organization
Capability/Capacity as demonstrated from BIDDER’s recent Onshore Construction and
Installation Project experience. It seeks to evaluate the systems, plans, processes, and tools
that BIDDER has used to perform its Onshore Construction and Installation works for major
oil & gas operators in and outside Nigeria.
For each of BIDDER’S relevant two (2) Onshore Contracts picked from
BIDDER’S submission in Section 2.1., 2.2. and Error: Reference source not
found, BIDDER’S ITT submission must also essentially provide the following:

3.1. Project Execution Strategy and Plans


BIDDER to submit its Project Execution Plan(s) used for executing BIDDER’S topmost
Two (2) Onshore Construction and Installation Contracts as derived from BIDDER’S
submission for Section 2.1., 2.2. and Error: Reference source not found above.
Each Project Execution Plan must be duly signed by the client, and should not have
been edited / tampered with in any way, failing which it will not be considered for
evaluations.
The BIDDER must submit the signed & complete Project Execution Plans for each of
the Two (2) corresponding EPC Contracts.

3.2. Schedule
For each of BIDDER’S Onshore Contracts picked from BIDDER’S submission in
Section 2.1., 2.2. and Error: Reference source not found above, BIDDER shall also
provide the corresponding actual detailed Project Execution Schedule(s) used to
execute that specific Onshore Construction and Installation Project. In order to be
eligible for consideration, the project schedules(s) must be the ones actually used for
the same Onshore Construction and Installation Projects. Schedules endorsed by the
Client shall have added advantage.
The Schedule must be detailed enough to demonstrate the actual resources and time
taken to perform various activities for Engineering, Procurement, Fabrication,
Transportation, Installation, Hook-up, Commissioning, and close-out.

3.3. Organization Charts


For each of BIDDER’S Onshore Contracts picked from BIDDER’S submission in
Section 2.1., 2.2. and Error: Reference source not found above, BIDDER shall also
provide the corresponding Project / contract Organization Chart(s) used to execute that
specific Onshore Construction and Installation Project. In order to be eligible for
consideration, the Organization Charts:
a) Must be the ones actually used for the same Onshore Construction and
Installation Projects Execution Plan(s) submitted by BIDDER in Section 3.1.
above.

Page 8 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

b) Must clearly show the proper names and discipline of the personnel (craft
employees by discipline) and further state whether they are Expatriates or
Nigerian nationals. Organization Charts showing only designations but not
personnel names and status will be rejected. In addition, bidders should
indicate the availability of listed personnel in the Org. charts clearly stating
whether they are currently under Bidders’ employ or may be contracted when
required; that is a split of direct employed vs. subcontracted craft labor.
c) Must be detailed integrated organization chart(s) clearly showing the following:
a) The Project Management Team used for the Project.
b) Departmental organizations (Engineering, procurement, fabrication,
construction, etc.) used for the Project.
d) Organization Charts endorsed by the Client shall have added advantage.
e) For all Nigerian personnel listed as currently employed with the BIDDER, the
BIDDER must attach color scans (both front and back) of the following
documents as evidence:
 Current & valid “Electronic Tax Clearance Certificate (e-TCC)”, and
 Current & valid corporate Health / Medical Insurance Card.
f) For all expatriate personnel listed as currently employed with the BIDDER, the
BIDDER must attach color scans (both front and back) of the following
documents as evidence:
 Current & valid CERPAC card, and
 Current & valid corporate Health / Medical Insurance Card.
g) For all expatriate personnel listed as BIDDER’S former employees (must have
worked for BIDDER for at least (1) Year within the last Three (3) years), the
BIDDER must attach color scans (both front and back) of the following
documents as evidence:
 Copies of any CERPAC cards held by the former employee within last
Three (3) Years.
NOTE: Each of the above-mentioned document(s) must not have been edited /
tampered with in any way, failing which the document shall not be deemed
eligible for evaluations. During the site verification phase, COMPANY will
cross-verify and validate all the submissions made by BIDDER and may
require to sight additional evidence, documentation, and physical presence of
the resources / equipment etc. available on ground

3.4. Office Locations and Descriptions


Tenderer shall identify location(s) and describe the offices where WORK coordination
would be performed for the Onshore Construction and Installation works. Examples
include the following:
i. Project / Engineering Management
ii. Purchasing and Materials Management
iii. Subcontracting Management
iv. Project cost and schedule management
v. SHE (Safety, Health and Environment) management

Page 9 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

vi. Security management


vii. Construction management (Onshore Fabrication – Availability of suitable
quayside for load outs will be an added advantage)
viii. Testing, commissioning and completions
ix. QA/QC management
x. Community and labor relations management
xi. Interface management

3.5. Information Management


For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Approved “Information Management Plan”;
ii. Approved “Master Document Register”;
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited /
tampered with in any way, failing which the document shall not be deemed
eligible for evaluations.

4. Quality Management
4.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Project Quality plan.
ii. Quality Audit Schedule.
iii. The Quality Audit report for the last Quality Audit conducted per the above
Quality Audit Schedule;
iv. Inspection & Test Plans;
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited /
tampered with in any way, failing which the document shall not be deemed
eligible for evaluations.

4.2. BIDDER to submit copies of the Certificates of any internationally recognized


Quality Standards accredited to BIDDER (e.g.: ISO 9001, ISO TS 29001, API Q1
etc.)

5. Interface Management
5.1.1. Tenderer shall submit an Interface Management Plan which shall provide an
explanation of the basis, philosophy and approach to management of interfaces as
described in ”Section D – Scope of Work” and ”Section F – Coordination Procedure”
contained in the JOB SPECIFICATIONS for the following:

Page 10 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

i. Internal Interfaces
ii. External Interfaces
iii. Critical Interfaces
5.1.2. Tenderer shall describe how interfaces will be identified and managed during
performance of the WORK. Tenderer shall include the following:
i. Description of the interfaces and identification of key coordination and interface
requirements and any specific challenges that Tenderer believes require close attention.
ii. Highlight of any issues related to interfaces that require resolution before CONTRACT
award and issues that require priority action early in the engineering phase after
CONTRACT award.
iii. Description of the process for managing interfaces with other CONTRACTOR(S) and/or
COMPANY to avoid disruption of activities.
iv. A preliminary register that lists key data and deliverables required to be provided to
CONTRACTOR by other CONTRACTOR(S) and/or COMPANY.
5.1.3. Interface Matrix
Tenderer shall build an interface matrix that includes all WORK SITES that will be used to
complete the WORK. Interfaces shall include the following:
i. Line of authority
ii. Lines of communication
iii. Lines of responsibility
iv. Support services

For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1., 2.2.
and Error: Reference source not found above, BIDDER shall also submit the following
documents as part of its Technical Tender:
i. Interface Management Plan for each Project.
ii. Responsibility Matrix / Interface Matrix for each project – detailing both
external and internal interfaces.

6. SSHE and Community Affairs

6.1. Security, Safety, Health, and Environment (SSHE) Management


6.1.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Final Safety Report for each completed Project , comprehensively capturing
the final SSHE (Security, safety, Health and Environment) performance
measured / recorded for the entire Project life-cycle, including but not limited
to the following data:
− Total overall Man-hours recorded for the Project;
− Overall cumulative numbers of incidents recorded on the Project, with the
incident classification and recordability criteria clearly stated (i.e., Injury /
illness, near-misses, first-aid cases, MTIs, LTIs, fatalities etc.).

Page 11 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

ii. Safety Audit Report for each project;


iii. Project Safety Management Plan for each Project;
iv. Regulatory Compliance Plan for each Project;
v. Environmental Management Plan for each project;
Tenderer shall describe its approach to onshore security in compliance with the
requirements of the JOB SPECIFICATION and include the following as a minimum:
i. A Table of Contents for the Security Plan.
ii. Onshore Journey Management.
iii. Process for maintaining/updating emergency response procedures.
iv. Links to Emergency Response Plans.
v. Security awareness training.
vi. Access Control to sites / searches.
vii. A summary of the security organization.
viii. Arrangements for gathering security information.

6.1.2. Historical Safety Performance Indicators


BIDDER shall provide the following safety performance information in the
formats described:
i. Submit historical safety performance of CONTRACTOR using “TABLE 3 –
Historical Safety Performance Indicators”.
ii. Ensure that each nominated major subcontractor submits its historical safety
performance to COMPANY using the same “TABLE 3 – Historical Safety
Performance Indicators”.
iii. Attach brief definition of BIDDER’S injury classification system(s) if materially
different from COMPANY’s classification system.
iv. Work hours as appropriate.
v. Attach a description of recent and significant improvements or declines
in safety performance.
NOTE:
- Each of the above-mentioned document(s) must be duly approved / endorsed
by the associated Client, and must not have been edited / tampered with in any
way, failing which the document shall not be deemed eligible for evaluations.
- COMPANY does not expect nor desire BIDDER to include its Corporate or Site
Safety Manual in the Technical Tender. Only project specific documents
signed / endorsed by Client will qualify for tender submission.

6.2. Community Relations and Development


6.2.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Community Engagement Plan

Page 12 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

ii. The “Community support / Assistance Project” executed


iii. Contact Office in the community for each Project, including contact details for
reference / verification purpose.
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited / tampered with
in any way, failing which the document shall not be deemed eligible for
evaluations.
Tenderer shall submit a high-level summary of its approach to community relations
in compliance with the requirements of “Section F – Coordination Procedure” of
JOB SPECIFICATIONS. As a minimum, this summary shall address the following:
i. Pre-mobilization preparations.
ii. Communication with host community and Authorities/Homage.
iii. Community Liaison Officer.
iv. Proactive resolution of disputes/misunderstandings.
v. Compensation/Wages.
vi. Environment issues.
vii. Contact Office in the community.
viii. Use of Local Labor/Other Employment matters.
ix. Community Assistance Projects.

7. Project Controls, Procurement, and Subcontracting

7.1. Project Controls


7.1.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Detailed Project Schedule – Last revision;
ii. Copy of license of BIDDER’S existing scheduling software (e.g., Primavera
etc.) – clearly showing the software version and the license validity.
iii. Cost Control Plan;
iv. “Final Cost Report” for each Project;
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited / tampered
with in any way, failing which the document shall not be deemed eligible for
evaluations.

7.2. Procurement and Material Management


7.2.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Overall Procurement Management Plan;
ii. Material Reconciliation Report (MRR) – Part of Project Close-out
documentation.
NOTE: Each of the above-mentioned document(s) must be duly approved /
Page 13 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

endorsed by the associated Client, and must not have been edited / tampered
with in any way, failing which the document shall not be deemed eligible for
evaluations.

7.3. Subcontracting
7.3.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. Overall Subcontracting Plan;
ii. Most recent “Subcontracting Status Report” clearly tracking the status and
timelines of Requisitions received, inquiries issued, Bids received, Evaluations
conducted, Subcontracts issued, Services received, and Subcontracts close-
out;
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited / tampered
with in any way, failing which the document shall not be deemed eligible for
evaluations.

8. Engineering
8.1 Bidders shall provide a plan for completing the engineering requirements for the JOB
SPECIFICATION. Bidders shall submit a preliminary document register of all engineering
deliverables for similar WORK to demonstrate that Bidders understands the proposed
Scope of WORK and deliverables required. In addition also provide the followings:
1. Details of Installation Engineering experience on similar projects for the past 5
years.
2. Provide list of work stations, equipment, facilities, softwares, etc., including its
availability for the WORK.
3. Describe how Bidder will verify and validate Company’s provided IFC (Issued for
Construction) drawings and prepare construction drawings.
4. Details of how pre-installation surveys and site verifications will be carried out to
ensure that re-work and interference with ongoing operations will be kept to a
minimum.
5. Bidder to describe its plan, including the name of the third party service contractor
who will conduct the pipe fit assurance verification as part of its pre-construction
verification/validation exercise.
6. Details of installation engineering tasks that will be performed and the deliverables
to be produced.
7. Details of how constructability and installation reviews will be carried out.
8. Provide an organizational chart showing names, titles, responsibilities and lines of
authority. Indicate personnel who are currently employed and those who will be
required to be hired by Bidder for the OPCIC Contract.

9. Fabrication
9.1. For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
Page 14 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

following documents as part of its Technical Tender:


i. Most recent “Fabrication Status Report / closeout Report or similar” clearly
detailing the sizes, weights, and volumes of the following:
ii. Fabrication Plan;
iii. Details of the Fabrication yard used for the Project;
iv. Approved WPS, PQR, WPQT, and NDE procedures;
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited / tampered
with in any way, failing which the document shall not be deemed eligible for
evaluations.
9.2. BIDDER is required to nominate the Fabrication Yard which BIDDER will use to
perform all of BIDDER’S Fabrication works for BIDDER’S Projects in the event of the
BIDDER being awarded the proposed CONTRACT. BIDDER must provide the
following details for the BIDDER’S nominated Fabrication yard:
i. BIDDER’S Ownership documentation for the nominated Fabrication Yard. If
not owned by the BIDDER, then the following needs to be provided:
− Legally binding long term Lease agreement executed between BIDDER
and the actual Owner, clearly stating the lease rent, duration, and scope of
the lease, and
ii. The Fabrication Yard specifications, including the following:
− Location on map – Satellite image (Google maps),
− Physical layout – must be on scale – with areas clearly laid-out, marked
and labelled to show the location and area of the Workshop,
Blasting/Painting Area, Warehouse, offices, open storage area, covered
storage area, accommodations etc.
9.3. BIDDER shall complete the “TABLE 7A and TABLE 7B and submit the same as
part of their Tender submission.

[Link] & Installation

10.1. Construction
For each of BIDDER’S Contracts picked from BIDDER’S submission in Section 2.1.,
2.2. and Error: Reference source not found above, BIDDER shall also submit the
following documents as part of its Technical Tender:
i. BIDDER’S Construction Plan and Method statement;
ii. Approved Construction schedule clearly showing the activity sequences and
durations;
NOTE: Each of the above-mentioned document(s) must be duly approved /
endorsed by the associated Client, and must not have been edited / tampered
with in any way, failing which the document shall not be deemed eligible for
evaluations.

[Link] Commercial Tender

Page 15 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

11.1. Financial Contact


11.1.1. BIDDER shall provide BIDDER’S financial contact information in Table 8A –
BIDDER’S Financial Contact Information.

11.2. Corporate Information


11.2.1. BIDDER shall describe BIDDER’S corporate structure, organization, turnover,
bankruptcy, litigation, and financial arrangement in Table 8B – BIDDER’S General
Corporate Information.

11.3. General BIDDER Information


11.3.1. BIDDER shall provide BIDDER’S general information regarding ownership and
capitalization in “Table 9A – General BIDDER Information” and “Table 9B – General
BIDDER Declaration”.
11.3.2. BIDDER to submit the following documents as part of their Unpriced Commercial
Tender. In case the BIDDER is submitting its Tender as a Joint venture/Consortium,
then the below documents are to be submitted for each of the JV/Consortium
members:
i. Copy of current, valid and renewable:
− Current copy of permit from the Department of Petroleum Resources for
Major Construction: Installation/Upgrade of On-/offshore Production
Facilities and Platforms or Process Facilities
− Nigerian Corporate Affairs Commission (CAC) Registration Certificate
(CO2, CO7 Certificate of Incorporation).
ii. Certified Audited Accounts from the past three (3) years (2016, 2017 and
2018). Current Tax Clearance Certificate (2016, 2017 and 2018), Bidders
making Joint Venture submissions shall submit these documents for each
partner
iii. Copies of BIDDER’S all existing insurance policy certificates for immediate
past 3 years (2016,2017 and 2018) for the following insurances:
− Comprehensive All Risks General Insurance
− Workman Compensation Insurance
− Water Craft Liability Insurance
iv. Original Letter of Intent from an “A” rated bank (Moody, Fitch, or S&P) for
provision of “Letter of Credit”, specific to this ITT/CONTRACT, for the amount
stated in PRINCIPAL DOCUMENT and/or EXHIBIT A - COMPENSATION.
v. Original Letter of Intent from an “A” rated insurers and or reinsurers (A.M.
Best, Fitch, or S&P) for provision of:
− Comprehensive All Risks General Insurance, specific to this
ITT/CONTRACT, for the amount stated in PRINCIPAL DOCUMENT and/or
EXHIBIT B - COMPENSATION.
− Water Craft Liability Insurance, specific to this ITT/CONTRACT, for the
amount stated in PRINCIPAL DOCUMENT and/or EXHIBIT A -
COMPENSATION.
11.4. Joint venture / Consortium / Major Subcontractors
11.4.1. In case the BIDDER has formed a Joint Venture / Consortium for the purpose of this
Page 16 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

ITT, or wishes to subcontract any major WORK to a proposed Subcontractor(s), then


the BIDDER must complete the “Table 8D – Proposed JV/Consortium Partners
and/or Subcontractors” and attach all the applicable documents as follows:
i. For BIDDER’S Proposed JV/Consortium, BIDDER must provide a legally
binding “Joint-Venture/Consortium agreement”, as per the format prescribed
in “Appendix 1.4” of the “Instructions to Bidders” signed between all the
parties forming the JV/Consortium and also submit a legally binding “Power
of Attorney”, as per the format prescribed in “Appendix 1.5” of the
“Instructions to Bidders”, duly signed & stamped by all the parties forming the
JV/Consortium thereby authorizing the “Lead Member” to receive instructions
from COMPANY for and on behalf of all Members of the Consortium for the
entire execution of the contract. BIDDER may elect to execute a
“Memorandum of Agreement (MOA)” instead of the “Joint-Venture/Consortium
agreement”, but such MOA will be acceptable only if all the following
obligations are unconditionally satisfied:
− The MOA must satisfy all the condition of the JV agreement prescribed in
“Appendix 1.4” of the “Instructions to Bidders”, and
− Such MOA must be accompanied by a legally binding “Power of
Attorney”, as per the format prescribed in “Appendix 1.5” of the
“Instructions to Bidders”, duly signed & stamped by all the parties.
− Memorandum of Understanding (MOU) is not acceptable in this case.
ii. In addition to the above, for each proposed major Subcontractor, BIDDER
must submit a legally binding “Memorandum of Agreement (MOA)” duly
signed & stamped by both parties with the terms & duration of the MOA
clearly stated for the entire execution of the contract; and
iii. For the entire CONSTRUCTION AND INSTALLATION scope under the
proposed OPCIC CONTRACT, BIDDER must provide the detailed
“responsibility Matrix” where the responsibilities of each party in the
JV/Consortium and/or proposed major Subcontractors must be clearly
identified in a “Responsibility Matrix”. The work distribution amongst the
JV/Consortium members and proposed major Subcontractors within the
“Responsibility Matrix” must be clear, exclusive, and any scope assigned to
any specific party can’t be also assigned to another party for the entire
duration of the CONTRACT.

[Link]

12.1. PRINCIPAL DOCUMENT / JOB SPECIFICATION


12.1.1. BIDDER is required to confirm acceptance of the PRINCIPAL DOCUMENT and THE
JOB SPECIFICATIONS.
i. BIDDER shall list any proposed exceptions to the “PRINCIPAL DOCUMENT”
in the format provided in “TABLE 9A” of this document.
ii. BIDDER shall list any proposed exceptions to the “EXHIBIT A –
Compensation” in the format provided in “TABLE XX” of this document.
iii. BIDDER shall list any proposed exceptions to the “JOB SPECIFICATION” in
the in the format provided in “TABLE XX” of this document.
iv. COMPANY will review any exceptions taken by BIDDER and may opt to
discuss with BIDDER, in an attempt to reach mutual agreement based on the

Page 17 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

merit of the exception(s) proposed by the BIDDER.


v. BIDDER to note that COMPANY is not obligated in any way to consider or
accept any exception(s) to the ITT, and COMPANY, at its sole option, will
consider only those specific exceptions which in COMPANY’S opinion are
constructive and add value to the tendering process. All exceptions rejected
by COMPANY will be deemed withdrawn by the BIDDER. Any attempt to
introduce the same exceptions during the next phase of the Tender may result
in BIDDER being omitted from further participation in the Tender.

[Link] Evaluation
13.1. BIDDER to note that COMPANY may carry out site visit(s) to BIDDER’S facilities,
including BIDDER’S home office, Onshore Marine / Logistics base, Fabrication yard etc.,
with the intention to assess the facilities and to cross-verify BIDDER’S submitted
information in its Tender submission. COMPANY will provide the details for the site
verification and give minimum One (1) week notification to BIDDER prior to any visit to
BIDDER’S facilities.
i.

Page 18 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

C. Tables

Page 19 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 1 – Contracts awarded and Projects Executed


NOTES:
i) Each individual Contract must be submitted as a separate, standalone Table, and MUST list all ongoing / completed projects under that Contract. Any attempts to combine or mix two or more Contracts within a single
Table shall result in all those Contracts and projects being discarded from evaluation considerations.
ii) In order to qualify as a valid submission, all the Projects listed below for each Contract MUST be backed up with the fully signed Contract documents as well as the “Project Completion Certificates” or “Milestone /
Work Completion Certificates” duly endorsed by the Client. Contracts or Projects which can’t be cross-verified with the Contract documents / Completion certificates endorsed by Client will be declared invalid.
iii) Only Projects completed within the last Five (5) years shall qualify for further considerations.
Contract No: Contract Title: Client: [BIDDER to enter Client name, and References including Mobile No, and Email ID]
Total Contract Ceiling: US$___________________ Date of Award: dd-mmm-yyyy Close-out Date: dd-mmm-yyyy Number of Projects executed: Contract Pricing Strategy: [Lump sum / Measured Unit Rates / Time & material Etc.]
Project Name Project Cost Breakdown (USD)   Start Date Completion Date Project Project Scope Description
S   Engineering Procurement Fabrication Installation Overall Total Target Actual Target Actual Location  
N   Self-Performed Subcontracted Self-Performed Subcontracted Self-Performed Subcontracted Self-Performed Subcontracted Self-Performed Subcontracted (dd-mmm-yy) (dd-mmm-yy) (dd-mmm-yy) (dd-mmm-yy)  
1                                
2                                
3                                
4                                
5                                
6                                
7                                
8                                
9                                
10                                
                                 
                                 
                                 
                                 
 Contract Description:

 
BIDDER’S Declaration:
The BIDDER hereby declares and affirms that the information provided in this Table is complete & true, and no information, however small or insignificant, has been hidden or withheld from being listed in this Table. The BIDDER understands that if
any information is found to be incorrect / incomplete / withheld by the BIDDER, this may result in disqualification of the BIDDER from the Tendering process.

BIDDER’s Authorized Signatory – Name Designation Signature Date

Page 20 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 2 – Man-Hour Summary for executed Project(s)


NOTES:
iv) Each individual Project man-hours must be submitted in a separate, standalone Table.
v) All the Man-Hours listed below for each Project MUST be backed up with documented
evidence of actual Project Man-hours reports endorsed by the Client.
vi) Only Projects completed within the last Five (5) years shall qualify for further
considered.

Project Title:   Contrac


Client:   Start Date:   Co
Activity Man-hour Category Management Administrative Engineering
Project Direct Man-hours        
Management Subcontractor Man-hours        
TOTAL Project Management        
Engineering Direct Man-hours        
Management        
Surveying (site)        
Civil/Structural        
Mechanical        
Piping        
Loss Prevention        
Instrumentation        
Electrical        
Subtotal - Direct        
Subcontractor Man-hours        
Project Management        
Surveying (site)        
Civil/Structural        
Mechanical        
Piping        
Loss Prevention        
Instrumentation        
Electrical        
  Subtotal - Subcontractor        
TOTAL Engineering        
Procurement Direct Man-hours        
Purchasing/Contracting        
Expediting        
Inspection        
Subtotal - Direct        
Subcontractor Man-hours        
Purchasing/Contracting        
Expediting        

Page 21 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Project Title:   Contrac


Client:   Start Date:   Co
Activity Man-hour Category Management Administrative Engineering
Inspection        
Subtotal - Subcontractor        
TOTAL Procurement        
Fabrication Direct Man-hours        
Fabrication Management        
Civil        
Structural        
Mechanical        
Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Direct        
Subcontractor Man-hours        
Fabrication Management        
Civil        
Structural        
Mechanical        
Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Subcontractor        
TOTAL Fabrication        
Construction Direct Man-hours        
Construction Management        
Civil        
Structural        
Mechanical        
Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Direct        
Subcontractor Man-hours        
Construction Management        
Civil        
Structural        
Mechanical        
Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Subcontractor        

Page 22 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Project Title:   Contrac


Client:   Start Date:   Co
Activity Man-hour Category Management Administrative Engineering
TOTAL Construction        
Installation Direct Man-hours        
Installation Management        
Civil        
Structural        
Mechanical        
Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Direct        
Subcontractor Man-hours        
Installation Management        
Civil        
Structural        
Mechanical        
Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Subcontractor        
TOTAL Installation        
Completions Direct Man-hours        
Completions Management        
Civil        
Structural        
Mechanical/Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Direct        
Subcontractor Man-hours        
Completions Management        
Civil        
Structural        
Mechanical/Piping        
Instrumentation        
Electrical        
Inspection        
Subtotal - Subcontractor        
TOTAL Completions        
 

GRAND TOTAL OVERALL PROJECT        


Project Description:

Page 23 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Project Title:   Contrac


Client:   Start Date:   Co
Activity Man-hour Category Management Administrative Engineering

 
BIDDER’S Declaration:
The BIDDER hereby declares and affirms that the information provided in this Table is complete & true, and no information, howev
or withheld from being listed in this Table. The BIDDER understands that if any information is found to be incorrect / incomplete / w
disqualification of the BIDDER from the Tendering process.

BIDDER’s Authorized Signatory – Name Designation Signature

Page 24 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 3 – Safety Performance Indicators for executed Project(s)

NOTES:
i) Each individual Project’s Safety Performance Indicators must be submitted in a
separate, standalone Table.
ii) In order to qualify as a valid submission, each information listed below for each Project
MUST be backed up with documented evidence of Project’s actual Safety Reports
endorsed by the Client.
iii) Only Projects completed within the last Seven (7) years shall qualify for further
considerations
iv) .

Project Title: Contract N


Client: Start Date:
S PMT & Onshore Sub
No. Safety Performance Indicators Engineering
Procurement
Fabrication
Installations O
1 Work Related Hours          
2 Number of Fatalities          
3 Number of Loss Time Incidents          
4 Loss Time Injury Rate (LTINR)          
5 Loss Time Occupational Illness Rate (LTOIR)          
6 Loss Time Incident Rate (LTIR = LTINR + LTOIR)          
7 Total Recordable Incidents Rate (TRIR)          
8 Number of Restricted Work Cases Incidents (RWI)          
9 Number of Medical Treatment for Incidents (MTI)          
10 Number of Near Misses          
11 Number of First Aids          
12 Number of Fire Incidents          
13 Number of Property Damage Incidents
14 Number of Vehicle Incidents          
 Project Description:

BIDDER’S Declaration:
The BIDDER hereby declares and affirms that the information provided in this Table is complete & true, and no inform
has been hidden or withheld from being listed in this Table. The BIDDER understands that if any information is found
by the BIDDER, this may result in disqualification of the BIDDER from the Tendering process.

Page 25 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Project Title: Contract N


Client: Start Date:
S PMT & Onshore Sub
No. Safety Performance Indicators Engineering
Procurement
Fabrication
Installations O
BIDDER’s Authorized Signatory – Name Designation Signature

Page 26 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 6 – Fabrication Yard Specifications


(BIDDER to fill in the blanks / tick the applicable options)
Currently Available at BIDDER'S
Item REQUIREMENT DESCRIPTION
Fabrication Yard
1 Fabrication Area and Equipment  
Covered (weather-proof) workshop for fabrication of structural, piping, electrical and Total available covered Workshop area:
1.1 instrumentation work item and must be equipped with, but not limited to, the _____ Meters x _____ Meters =
following :- ___________ M2
1.1.1 Uninterrupted electrical power supply available 24X7 ☐ Yes / ☐ No
1.1.2 Adequate Compressed air available 24x7 ☐ Yes / ☐ No
1.1.3 Adequate running Water supply available at all necessary points 24x7 ☐ Yes / ☐ No
Adequate night time lightings available to allow for full scale night time
1.1.4 ☐ Yes / ☐ No
fabrication
Total number of Overhead Gantry crane(s) currently available at Fabrication
Gantry Crane 1: ______ Ton Capacity;
1.1.5 Yard for movement/handling of materials during fabrication (State each crane
Gantry crane 2: ______ Ton Capacity;
Capacity)
2 Blasting / Painting Area  
Total available area for Blasting/Painting:
A totally enclosed area, , to be used for blasting and painting of project materials and
2.1 _____ Meters x _____ Meters =
completed components, complete with the following :-
___________ M2

Airless spray paint equipment set, each set complete with applicator gun + ________ Sets currently available in
2.1.1
trigger spring return, min. 10M air hose and accessories Blasting / Painting area.
Grit blasting pot set, each set complete with blasting pot, min. 10M blasting ________ Sets currently available in
2.1.2
hose, blasting nozzle ( with “deadman” switch ), blasting hood and accessories Blasting / Painting area.
Air compressor, Ingersoll Rand or equivalent, min. 1200 CFM @ 225 psiG ________ Sets currently available in
2.1.3
capacity Blasting / Painting area.
3 Sheltered Storage Area  
Sheltered storage area currently available at Fabrication Yard for storage of raw, Total available Sheltered Storage area:
3.1 fabricated project materials and surplus materials (pending disposition) for the _____ Meters x _____ Meters =
WORK. ___________ M2
 4 Open Storage Area  
Open storage area currently available at Fabrication Yard for storage of raw, Total available Open Storage area:
4.1 fabricated project materials and surplus materials (pending disposition) for the _____ Meters x _____ Meters =
WORK. ___________ M2
 5 Material Movement and Handling  
Contractor’s Fabrication Yard is currently equipped with the following for material
 
handling / movement within the fabrication yard :-
5.1 30 tons all terrain mobile crane ________ Units currently available
5.2 10 tons forklift ________ Units currently available
5.3 5 tons forklift ________ Units currently available
5.4 3 tons forklift ________ Units currently available
5.5 40ft length low bed trailer ________ Units currently available
5.6 Pick-up trucks ________ Units currently available
5.7 Quick lift hydraulic pallet truck, minimum 3T capacity, heavy-duty construction ________ Units currently available
6 Offices available at Fabrication Yard  

Page 27 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Currently Available at BIDDER'S


Item REQUIREMENT DESCRIPTION
Fabrication Yard
Fully furnished enclosed offices (10ft. x 12ft) currently available at Fabrication Yard.
6.1 Fully furnished means each office is furnished with Desktop Computer, Executive ________ Units currently available
Table, 3 Chairs, file cabinets, Telephone, and Printer.

Fully furnished open offices (10ft. x 12ft) currently available at Fabrication Yard. Fully
6.2 furnished means each office is furnished with Desktop Computer, Executive Table, 3 ________ Units currently available
Chairs, file cabinets, Telephone, and Printer.
BIDDER’S Declaration:
The BIDDER hereby declares and affirms that the information provided in this Table is complete & true, and no information, however small or
insignificant, has been hidden or withheld from being listed in this Table. The BIDDER understands that if any information is found to be
incorrect / incomplete / withheld by the BIDDER, this may result in disqualification of the BIDDER from the Tendering process.

BIDDER’s Authorized Signatory – Name Designation Signature Date

Page 28 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 7 – Fabrication Yard Equipment


BIDDER to provide the following documents for each of the equipment listed below:
1. Proof of ownership for the equipment, and
2. Copies of current and valid calibration certificates for all equipment
Unit of Actual Quantity at
Item ITEM DESCRIPTION
Measure Fabrication Yard
Main power generator, of adequate capacity to support fabrication yard facilities and
1 unit
fabrication work
Back-up power generator, of adequate capacity to support fabrication yard facilities and
2 unit
fabrication work
Electric arc welding machine, Miller or equivalent, complete with 240mm 2 cable,
3 connectors, legs clamps, electrode holder and running spares, unit
or
Welding machine 500 amp., Lincoln or equivalent, diesel driven, complete with 240mm2
cable, connectors, legs clamps, electrode holder and running spares plus one fire
extinguisher
Magnetic base drilling machine set, complete with power cord, safety chain, chuck/wedge
12 set
key, and drill bits and accessories to drill 1/4” to 2” diameter hole.
Rigid Model 535 pipe threading machine set, complete with threading bits and accessories
13 set
to thread 1/8” – 2” NS pipe and conduit, and 1/4” – 2” NS rod.
14 Air compressor, Ingersoll Rand or equivalent, min. 600 CFM @ 175 psiG capacity unit
Hydrotest Pump set, air operated, 68.9 MPa (10,000 psi) capacity, complete with 10M
15 set
hoses, certified test gauges, valves, test fittings and min. 12M test tubings.
Select-A-Torque wrench set, can be operated by one man, set complete with ratchet,
16 ratchet extender, torque multipliers, and sockets for 1/2” – 2” diameter stud in 3/16” set
increments, and 2” – 3 ½” diameter stud in 3/8” increments
Propane gas heater set, complete with propane gas cylinder (full), heating torch, flash-
17 set
back preventer, regulator, min. 10M gas hose and accessories.
TIG welding machine set, air cold pulse control, each set complete with TIG electrode
18 set
holder, Argon gas cylinder (full), regulator, diffuser cup and Tungsten electrode.
ENERPAC SC-Series, Single-Acting Cylinder-Pump Set.
19 Each set shall comprise of the following :- set
i) Hydraulic hand pump, complete with gauge, gauge adaptor, couplers and hydraulic
hose
ii) General purpose cylinders (jacks) – 2 nos. each of 5T (RC-55), 10T (RC-106), 15T
(RC-154) and 25T (RC-254)
iii) Low height cylinders – 2 nos. each of 10T (RCS-101), 20T (RCS-201) and 30T (RCS-
302)
Electric high speed cutting machine set, BOSCH or equivalent, 3900 RPM, complete with
21 set
spare cutting disc (set of 6 pcs.)
30 Chain hoists, 1 ton to 5 tons capacity ( 2 units each capacity ) unit
31 Lever hoists, 1 ton to 3 tons capacity ( 2 units each capacity ) unit
BIDDER’S Declaration:
The BIDDER hereby declares and affirms that the information provided in this Table is complete & true, and no information, however small or
insignificant, has been hidden or withheld from being listed in this Table. The BIDDER understands that if any information is found to be incorrect
/ incomplete / withheld by the BIDDER, this may result in disqualification of the BIDDER from the Tendering process.

BIDDER’s Authorized Signatory – Name Designation Signature Date

Page 29 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 8A – BIDDER’S Financial Contact Information


BIDDER shall complete the tables herein providing information regarding BIDDER’S finances and supplying additional information as requested in the
tables.
Company Name:
Mailing Address:
Name of Contact Person(s):
Telephone Number:
Facsimile Number:
e-mail Address:

Table 8B – BIDDER’S General Corporate Information


Question / Inquiry BIDDER’S Response
Describe the corporate structure of your company, including relationships to
parent/associated organizations and joint ventures, partnerships or alliances in which
you are participants.
Provide copies of your most recent certified audited financial statement for the last 3
years as submitted to Federal Inland Revenue Services (FIRS) Agency.
Provide an organization chart showing relationship of principal divisions, departments,
and sections within your facility.
Provide annual US$ equivalent turnover for the past three years for the company that
will be performing the WORK.
Has BIDDER or any proposed major lower-tier Subcontractors entered into any
bankruptcy or other similar proceedings? If so, summarize the proceedings, the
current status and any impact on BIDDER operations and ownership.
Does BIDDER or any of BIDDER’S proposed major lower-tier subcontractors have
any major litigation pending that could adversely impact BIDDER’S ability to carry out
parts of the WORK? If so, describe the litigation and the potential impact.
Describe any government subsidy programs available to or associated with this
project.
Name of BIDDER’S principal bank and details of conditions that could impede the flow
of receivables from the WORK to pay employee, supplier or lower-tier subcontractor
financial commitments. Describe access to and current utilization of available lines of
credit and ability and current available capacity for bonding.
Describe access to and current utilization of available lines of credit and ability and
current available capacity for bonding.

Page 30 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Page 31 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 8C – General BIDDER Information


(Insert additional pages, as necessary).

Question / Inquiry BIDDER’S Response


5.3.1 (a) If a CONTRACT is entered into between COMPANY and BIDDER, what would be the name
and address of the contracting party for your company?
(b) Is the entity listed in 5.3.1 (a), above, a publicly traded company with capitalization greater Yes No
than US$ 25 million?
(c) Is the entity listed in 5.3.1 (a), above, wholly owned by a publicly traded company with Yes No
capitalization greater than U.S$ 25 million?
If yes, please provide the name and address of such company.
(d) If the answers to 5.3.1 (b) and (c) are “no”, please list the names and addresses of the owners
owning, directly or indirectly, more than 10% ("Principal Owners") of the contracting party
identified in 5.3.1 (a), above.
(e) If the answers to 5.3.1 (b) and (c) are “no”, please list the name and address of the members
of the board of directors (or equivalent body) and senior management for the contracting party
identified in 5.3.1 (a) above.
5.3.2 (a) If a CONTRACT is entered into between COMPANY and BIDDER, would any other individual,
company, or entity perform any of the WORK, or be part of any type of joint venture or alliance
with your company, or otherwise receive or share any of the payments COMPANY would
make under the CONTRACT? For purposes of answering this question, please exclude any Yes No
companies or entities BIDDER plans to use solely as contractors or vendors.
(b) If yes to 5.3.2 (a) above, please list the name and address of each individual, company or
entity.
(c) Please list the names and addresses of the Principal owner(s) of the companies and entities
listed in 5.3.2 (b), above. BIDDER may exclude companies that are both publicly traded and
have a capitalization of at least U.S. $25 million.
(d) Please list the names and addresses of the members of the board of directors (or equivalent
body) and senior management for the companies listed in 5.3.2 (b), above. BIDDER may
exclude companies that are both publicly traded and have a capitalization of at least U.S. $25
million.
5.3.3 With respect to the individuals, companies and entities listed in 5.3.1 (a) and 5.3.2 (b), above,
please provide answers to the following questions. BIDDER may exclude companies that are both
publicly traded and have a capitalization of at least U.S. $25 million.
(a) Does any current or former Nigerian government official, government oil company employee,
political party official, candidate for political office ("Official"), or relative of an Official, have an Yes No
ownership or other financial interest, direct or indirect, in a company or entity or with an

Page 32 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Question / Inquiry BIDDER’S Response


individual listed in 5.3.1 (a) or 5.3.2 (b), above?
(b) Is any Official, or relative of an Official, an employee, secondee, officer, or director of a
company or entity or an employee of an individual listed in 5.3.1 or 5.3.2, above? Yes No

(c) If a CONTRACT is entered into between COMPANY and BIDDER, would any part of that
CONTRACT be performed by any Official, or relative of an Official, as an agent, consultant,
Yes No
contractor or lower-tier subcontractor (or in similar capacity) for any individual, company or
entity listed in 5.3.1 (a) or 5.3.2 (b), above.
5.3.4 If the answer to 5.3.1 (a), 5.3.2 (b), or 5.3.3 (c), above, is yes, please provide the following
information.
(a) The name and official position of each Official:
(b) The official duties and responsibilities of each Official or duties related to the office for which
such Official is a candidate:
(c) (i) Indicate the type and extent of the ownership or other financial interest of the Official in
the company or entity or with an individual listed in 5.3.1 (a), 5.3.2 (b), above:
(ii) Indicate the position of the Official, or the relative of the Official, with the individual,
company or entity listed in 6.3.1(a) or 6.3.2(b), above.
(iii) If the Official is a relative of an owner of a financial interest, or of an employee, officer or
director of an individual, company or entity listed in 5.3.1 (a), or 5.3.2 (b),above, state the
relationship of the Official to the owner, employee, officer or director:
6.3.5 Prior to CONTRACT award, COMPANY may elect to conduct a due diligence inquiry relative to
compliance with Nigerian and United States laws and regulations, including without limitation, the
U.S. Foreign Corrupt Practices Act. Do you agree to cooperate with such an Inquiry to the extent it
involves the individuals, companies, or entities listed in 5.3.1 (a) and 5.3.2 (b).
6.3.6 Please list the name, address, and phone number of the person completing this Questionnaire.

Page 33 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 8D – Proposed JV/Consortium Partners and/or Subcontractors


Table 8D – Proposed JV/Consortium Partners and/or Subcontractors Responsibility Matrix Type of Agreement between BIDDER
Company Name Address Contact Person Mobile No. Email ID for Proposed Party and Proposed Party
Item
A Proposed JV / Consortium Partner
          ☐ Attached ☐ JV / Consortium Agreement with
☐ Not Attached “Power of Attorney”
A.1 ☐ MOA with “Power of Attorney”
B Proposed Major Subcontractor(s)
          ☐ Attached ☐ MOA attached 
B.1 ☐ Not Attached ☐ MOA Not attached 
          ☐ Attached  ☐ MOA attached 
B.2 ☐ Not Attached ☐ MOA Not attached 
          ☐ Attached  ☐ MOA attached 
B.3 ☐ Not Attached ☐ MOA Not attached 
BIDDER’S Declaration:
The BIDDER hereby declares and affirms that the information provided in this Table is complete & true, and no information, however small or insignificant, has been hidden or withheld from being listed in
this Table. The BIDDER understands that if any information is found to be incorrect / incomplete / withheld by the BIDDER, this may result in disqualification of the BIDDER from the Tendering process.

BIDDER’s Authorized Signatory – Name Designation Signature Date

(If space does not permit a complete answer, insert additional pages, as necessary).
Notes:
1) Tenderer may retype this page, but this same format is required.

Page 34 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 9A – Exceptions to PRINCIPAL DOCUMENT


Document Title / Article/Paragraph Tenderer’s Proposed Alternative
Item # Tenderer’s Reasons for Exceptions
Number Reference (Brief Description)
1

The BIDDER attests that this list of exceptions represents BIDDER’S complete list of exceptions to the PRINCIPAL DOCUMENT
and associated Exhibits.

Printed
BIDDER: Signed
Name
Title Date
Notes:
- BIDDER may retype this page, but this same format is required.
- BIDDER shall add as many rows to this Table as may be required to completely list all the exceptions.
- If there are no exceptions, BIDDER shall state this above.

Page 35 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 9B – Exceptions to EXHIBIT B – PAYMENT AND INVOICING


Document Title / Article / Paragraph Tenderer’s Proposed Alternative (Brief
Item # Tenderer’s Reasons for Exceptions
Number Reference Description)
1

The BIDDER attests that this list of exceptions represents BIDDER’S complete list of exceptions to the EXHIBIT A -
COMPENSATION and associated Appendices/Attachments.

Printed
BIDDER: Signed
Name
Title Date
Notes:
- BIDDER may retype this page, but this same format is required.
- BIDDER shall add as many rows to this Table as may be required to completely list all the exceptions.
- If there are no exceptions, BIDDER shall state this above.

Page 36 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 9C – Exceptions to JOB SPECIFICATIONS


Document Title / Article/Paragraph Tenderer’s Proposed Alternative (Brief Description)
Item # Tenderer’s Reasons for Exceptions
Number Reference
1

The BIDDER attests that this list of exceptions represents BIDDER’S complete list of exceptions to the JOB SPECIFICATIONS
and associated Sections/Appendices/Attachments.

Printed
BIDDER: Signed
Name
Title Date
Notes:
- BIDDER may retype this page, but this same format is required.
- BIDDER shall add as many rows to this Table as may be required to completely list all the exceptions.
- If there are no exceptions, BIDDER shall state this above.

Page 37 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Table 9D – List of ITT Addendums / Bulletins issued by COMPANY


Date Received by
COMPANY Ref # Subject
BIDDER
Addendums to ITT issued by COMPANY
     
     

     

     
     
     
Bulletins to ITT issued by COMPANY
     
     
     
     
     
     
     
     

BIDDER's Company Name or Stamp: ______________________________________________________________________  

Signature of Authorized Representative: ____________________________________________________ Date: ______________________

Name: __________________________________________________________________________________

Designation: __________________________________________________________________________________

Table 9E – List of Clarifications issued by COMPANY in response to BIDDER’s queries


BIDDER’s Query Date requested by Subject COMPANY’s Date Received by

Page 38 of 39
ITT Number 00000144 Instructions & Forms
Onshore Program Construction and Installation Attachment III - Technical Proposal Form
Contracts

Ref # BIDDER Clarification Ref# BIDDER


   
     
     
     
     
     
     
     
     
     
     
     
     
     

BIDDER's Company Name or Stamp: ______________________________________________________________________


 

Signature of Authorized Representative: ____________________________________________________ Date: ______________________

Name: __________________________________________________________________________________

Designation: __________________________________________________________________________________

Page 39 of 39

You might also like