You are on page 1of 22

The Shell Petroleum Development Company of Nigeria Ltd

Originator LEE ENGINEERING & CONSTRUCTION. CO. LTD


Project GBARAN SINGLE WELLS OPPORTUNITY PROJECT -
INSTALLATION OF FACILITIES
Document Title MATERIAL REQUISITION FOR PIG LANUCHER AND
RECEIVER
Document Number GSW-NG01017640-GEN-LA7303-00002
DCAF Control ID NA
Security Classification Restricted
Owning Discipline LA Pipelines.
Month/Year Oct/2021

Proprietary Information: This document contains proprietary information and may not be partly or wholly
reproduced without prior written permission from Shell Petroleum Development Company.

Revision Date Description Originator Checker Approver

D01 10/11/2021 Issued for Review Nnamdi Kenneth Sanni


Umezuruike Aloziem Musa
ADDITIONAL AGREEMENT/APPROVAL RECORD
Party Ref Ind Name Sign Date

Revision Philosophy
All revisions for review will be issued at R01, with subsequent R02, R03, etc as required.
All revisions approved for issue or design will be issued at A01, with subsequent A02, A03,
etc as required.
Documents approved for Construction will be issued at C01, C02, and C03 respectively.
Documents or drawings revised as “As built” will be issued as Z01, Z02 Z03 etc.
Narrative sections revised from previous approved issues are to be noted in the table
below and/or highlighted in the RH margin (using the appropriate revision status) thus: |
A02
Previous revision highlighting to be removed at subsequent issues.
Drawings/diagrams revised from previous approved issues are highlighted by 'clouding'
the affected areas and the use of a triangle containing the revision status.

Revision History

Revision No. Date of issue Reason for change

D01 11/10/2021 Issued for Inter-Discipline Check

Page 1 of 21

This document is controlled electronically and is uncontrolled when printed


CONTENTS

1 INTRODUCTION 4

1.1 Project Description 4

1.2 Project Scope 4

2 GENERAL 7

2.1 Purpose 7

2.2 Abbreviations and Acronyms 7

2.3 Terms and Definitions 9

3 CODES AND STANDARDS 10

4 SCOPE OF WORK, SUPPLY AND SERVICES 12

5 VENDOR COMPLIANCE 15

6 CONFLICT 15

6.1 Delivery (Required On Site (ROS) Date) 15

6.2 Precedence of Documents 15

7 DOCUMENTATION REQUIREMENT 16

8 SPARE PARTS 16

9 GUARANTEE 16

10 APPLICABLE DOCUMENTS 16

10.1 Project Specifications, documents attachment and annexures 16

10.2 SHELL Dep’s/ Specifications 17

10.3 Approved Suppliers List 17

11 GENERAL NOTES 18

11.1 General Requirements/Information for Vendor 18

11.2 Vendor Information Delivery Requirements 19

11.3 Contact Information 20

Page 2 of 21

This document is controlled electronically and is uncontrolled when printed


11.3.1 Technical Matters only: 20
11.3.2 Commercial Matters only: 20
11.3.3 Drawing /Document Submission: 20

12 ATTACHMENTS 21

Technical Specifications for Nag Pig Launcher and Nag Pig Receiver 21

Datasheet for Nag Pig Launcher, Nag Pig Receiver, Pressure Gauge & Pig Signallers 21

Pig Trap General Arrangement Drawing 21

Page 3 of 21

This document is controlled electronically and is uncontrolled when printed


1 INTRODUCTION
1.1 Project Description
The Gbaran-026 Hook-up and F1B/ F22B Gas Development opportunity is part of SPDC’s Single
Wells opportunities portfolio for quick win delivery of gas to fill the gap in Shell JV export gas
value stream (NLNG T1 -T6) from 2020 at competitive CAPEX. The opportunity entails
developing 284.9 Bscf of gas and 11.7 MMstb of condensate from the Gbaran F1000B and F2200B
reservoirs. The GBAR-026 well, drilled in 2015, is part of SPDC’s campaign to explore and develop
High Pressure High Temperature (HPHT) reservoirs around the Gbaran Area in a bid to increase
its hydrocarbon resource volumes and increase the robustness of gas supply to NLNG by early
hook-up to production through the Gbaran CPF. The drilling of Gbaran-026 confirmed the
presence of hydrocarbon in the F2200B reservoir and was also used to appraise the already proven
F1000B reservoir. It is proposed to drill a second NAG well (Gbaran-F1F22) from the Gbaran
23/25/26 well cluster to carry out a 6-month Extended Well Test (EWT) of the F2200B reservoir
through the Gbaran CPF. Data gathered during the EWT will be used to develop and secure
approval for the F2200B RDP. Subsequently, the F2200B reservoir will be fully developed by
producing through the Gbaran CPF. Once F2200B is depleted, the Gbaran-F1F22 well will be re-
completed to target the crestal volumes on F1000B.
The Gbaran-026 Hook-up and F1B/ F22B Gas Development opportunity involves the following:
 Drilling of GBAR-F1F22 NAG well from the GBAR-23/25/26 well cluster and initial
completion on F2200B to develop 49 Bscf of gas and 1.6 MMstb of condensate. When
F2200 is depleted, the well will be re-completed on the shallower F1000B reservoir to
develop 160 Bscf of gas and 5 MMstb of condensate.
 Completion of GBAR-026 on the F1000B reservoir to develop 79.5 Bscf of gas and 2.7
MMstb of condensate.
 Laying of 10” x 5km bulk line from the Gbaran well cluster to Gbaran CPF and tie-in of
the 2 wells (GBAR-026 and BGAR-F1F22) to the bulk line via standardized HPHT well
hook-up system for production through the CPF.
 Laying of 48core FO cable from CPF to Gbaran NAG FAR and from the FAR to the
Hook-up skids

1.2 Project Scope


The GBAR-26 is located at the existing GBAR-23/25 wells cluster. The GBAR-F1F22 well will
also be drilled from this cluster. The project scope involves the following:
 Complete the GBAR-26 well (located at GBAR-23/25/26 well cluster) on the F2200
reservoir.
 Drill the GBAR-F1F22 well from the GBAR-23/25/26 well cluster and complete the well
initially on the F2200 reservoir.
 Lay 2 nos. 6” x 125m API 15,000 series SDSS flowlines from the GBAR-26 and GBAR-
F1F22 wells to their individual HPHT skids. Based on learnings from K2S, pipe routing

Page 4 of 21

This document is controlled electronically and is uncontrolled when printed


should be done in such a way to minimise the length between wells and the auto choke,
hence reducing the impact of pressure settle out across the HP (15000#) and LP (2500#)
section on downstream equipment during OSD/ESD.
 Fabricate and install 2 nos HPHT skids (skid mounted well hook-up modules) at the
wellhead location (1 skid per well). Each well hook-up skid should consist of the following:
o A 15,000psi rated, 6“SDSS flowline (Maximum wells CITHP of 12,500psi, but
standardised to 15,000psi for SPDC wide HPHT wells)
o A 15,000psi series integral mechanical HIPPS system.
o A 15,000psi rated automated choke valve for flow/pressure control.
o A 15,000psi manual choke valve system for start-up.
o An ANSI 2500# Wet gas flow meter – preferably a dual venturi type or One
Subsea meter which does not require properties of the mixed stream but only
properties of the single phase for calibration.
o Gas sample connection point
o Automated sand detectors
o sand trap
o Earthing &Bonding
o Rectifier for DC power supply to Well Head Control Panel
o Vent pipe equipped with integrated liquid knock-out /maintenance drain tank.
Skid-edge/sidemounted lighting fittings for illuminating the skid area.
o Electrical and Instrumentation cabinet (to serve as Field Auxiliary Room – FAR)
o Lightning protection system
 Lay 2 nos. 6” x 20m 2500# DSS flowlines from the Gbaran-26 and Gbaran-F1F22 HPHT
skids to the new bulkline
 Provision of a new 15,000psi rated mobile well equalization package at the well location
 Lay 10-inch x 5km DSS bulk line with pig traps from the HPHT skid to Gbaran CPF
 Install a tee for tie-in of GBAR-F1F22 & Gbaran-26 wells before the shutdown valve on
the bulk line.
 Tie-in the new bulk line to the Gbaran NAG slug catcher inlet header at the CPF
 Install shutdown valve on the bulk line at Gbaran CPF end
 Install chemical injection system for pressure equalisation and hydrate inhibition
 Tie-in the well control system to the Gbaran CPF Process Automation System
 Tie-in pipeline isolation system to the Gbaran CPF Safety Instrumented System as shown
below;

Page 5 of 21

This document is controlled electronically and is uncontrolled when printed


 Tie-in electrical power from the existing LV switch at the adjacent Gbaran remote
manifolds FAR.
 Integrate all functionalities in the new installations with the existing Gbaran CPF and
remote facilities
 Terminate the E&I cabinet components to Well Head Control Panel, existing Gbaran
Remote FAR equipment, Gbaran CPF Process Automation/ Safety Instrumented System.

Figure 1 Gbaran-026 Hook-up and F1000B_F2200B Gas Development Process Schematic

Page 6 of 21

This document is controlled electronically and is uncontrolled when printed


2 GENERAL
2.1 Purpose
The purpose of this Document is to provide a list requirements, project documents, codes and
standards, as a minimum, which the supplier shall adhere to, for the complete and satisfactory
design, manufacturing, inspection and testing, and shipment of Pig Launcher and Receiver to be
installed in Gbaran Single Wells Opportunity Project - Installation of Facilities.
The selection of accessories, materials, methods of fabrication and all necessary equipment which
is not mentioned in this requisition, but which is necessary to achieve a functional system, shall be
identified and provided under the EPC Contractor’s/Supplier’s responsibility and shall be carried
out in accordance with good engineering practice.
In case of disagreement or conflict between different standards relevant to the same topic, the
more conservative requirement shall prevail.
Any deviation from this requisition must be approved in writing by Company or by Company
Nominated Representative (EPC Contractor).
Object of this requisition are the following items:

S/N Items Location. Size/mm (inch) Quantity

Gbaran DN300 x 250


1 Nag Pig Launcher (A-1025) 1
Manifold (NPS 12 x 10)
DN300 x 250
2 Nag Pig Receiver (A-1026) CPF 1
(NPS 12 x 10)

2.2 Abbreviations and Acronyms


Abbreviations/Acronyms Meaning
ABS American Bureau of Shipping
AISC American Institute of Steel Construction
ANSI American National Standard Institute
API American Petroleum Institute
API RP American Petroleum Institute – Recommended Practice
API STD American Petroleum Institute – Standard
ASME American Society of Mechanical Engineers
ASTM American Society for Testing of Materials
BPVC Boiler and Pressure Vessel Code
BfD Gbaran Single Well Opportunities Basis for Design

Page 7 of 21

This document is controlled electronically and is uncontrolled when printed


CAPEX Capital Expenditure
CSWIP Certification Scheme for Welding and Inspection Personnel
CPF Central Processing Facility
DEP Design and Engineering Practice
DFT Dry Film Thickness
DNV Det Norske Veritas
GTAW Gas Tungsten Arc Welding
GSW Gbaran Single Well
IDS Inspection Datasheet
ISO International Standards Organisation
LLI Long Lead Items
MMscf/d Million Standard Cubic Feet per Day
MMstb Million Stock Tank Barrels
MSDS Material Safety Data Sheet
MSS Manufacturers Standardization Society
MTO Material Take-off
NDE Non-Destructive Examination
NAG Non -Associated Gas
NLNG Nigeria Liquefied Natural Gas
NPS Nominal Pipe Size
PPE Personnel Protective Equipment
PWHT Post Weld Heat Treatment
PQR Procedure Qualification Record
PQT Procedure Qualification Trial
PTFE Polytetrafluoroethylene
QCP Quality Control Plan
RDDS Required Document Datasheet
SAW Submerged Arc Welded

Page 8 of 21

This document is controlled electronically and is uncontrolled when printed


SMAW Shielded Metal Arc Welded
SMYS Specified Minimum Yield Strength
SPDC Shell Petroleum Development Company of Nigeria Limited
WN Weld neck Flange
WPS Welding Procedure Specification

2.3 Terms and Definitions


Company/Shell/SPDC Shell Petroleum Development Company of Nigeria Limited
Principal Party (Usually SPDC), that initiates the project and ultimately pays
for its design and construction. The Principal will generally specify
the technical requirements. The Principal may also include an agent
or consultant authorised to act for and on behalf of, the Principal.
Contractor Party, which carries out all or part of the detail design. The Principal
may undertake all or part of the duties of the Contractor.
Manufacturer/Supplier Party, which manufactures or supplies equipment and services to
perform the duties specified by the Contractor.
Inspection Set of verification process used to confirm that products and goods
delivered are the same as those requested for, and the physical
condition of the products is acceptable
Procurement Includes Purchasing (products, goods) and Subcontracting
(Services)
Project Gbaran Single Well Opportunities (GB-026_F1B_F22) Project
Shall Indicates mandatory requirement.
Should Indicates preferred course of action or a recommendation.
Supplier/Vendor The person or firm of company whose tender has been accepted
and includes the Vendor’s duly appointed representatives,
successors and permitted assigns.
Traceability The ability to trace the history, application, or location of an item
and like items or activities by means of recorded identification.

Page 9 of 21

This document is controlled electronically and is uncontrolled when printed


3 CODES AND STANDARDS
These are the various International requirements, inputs, procedures and specifications, design
basis/philosophy which are required for the execution of the project, details are as follows:
Document Number Document Title
ASME B31.8 Gas Transmission and Distribution Piping Systems
ASME B31.3 Process Piping
ASME Section VIII Div. 1 Boiler and Pressure Vessel Code
ASME B1.20.1 Pipe Threads, General Purpose (Inch)
ASME Sec IX Welding and Brazing Qualifications
ASME Sec V Boiler and Pressure Vessel Code; Section V; Non-
Destructive Examination
ASME Sec II Boiler & Pressure Vessel Code – Materials
ASME B16.5 Pipe Flanges & Flanged Fittings
ASME B16.9 Factory-Made Wrought Butt-Welding Fittings
API STD 1104 Welding of Pipelines and Related Facilities
API RP 1110 Recommended Practice for the Pressure Testing of Steel
Pipelines for the Transportation of Gas, Petroleum Gas,
Hazardous Liquids, Highly Volatile Liquids, or Carbon
Dioxide
API RP 520 Sizing, Selection, and Installation of Pressure-Relieving
Devices in Refineries
API RP 505 Recommended Practice for Classification of Locations for
Electrical Installations at Petroleum Facilities Classified as
Class I, Zone 0, Zone 1, and Zone 2
API SPEC 5LC Specification for Line Pipe
ASTM A790/A790M Standard Specification for Seamless and Welded
Ferritic/austenitic Stainless Steel Pipes
ASTM A312/A312M Standard Specification for Seamless and Welded Austenitic
Stainless-Steel Pipes
ASTM A 358/A 358M Standard Specification for Electric-Fusion-Welded
Austenitic Chromium-Nickel Alloy Steel Pipe for High-
Temperature Service

Page 10 of 21

This document is controlled electronically and is uncontrolled when printed


ASTM A370/A370M Standard Test methods and Definitions for Mechanical
Testing of Steel Products
ASTM A 671/A 671M Standard Specification for Electric-Fusion-Welded Steel
Pipe for Atmospheric and Lower Temperatures
ASTM A182/A182M Standard Specification for Forged or Rolled Alloy and
Stainless-Steel Pipe Flanges, Forged Fittings, and Valves
and Parts for High Temperature Service
ASTM A 815/A 815M Standard Specification for Wrought Austenitic Duplex
Stain steel Piping Fittings
ASTM A403/A403M Standard Specification for Wrought Austenitic Stainless
Steel Piping Fittings
ASTM A320/A320M Standard Specification for Alloy-Steel and Stainless-Steel
Bolting for Low-Temperature Service
ASTM. A193/A193M Standard Specification for Alloy-Steel and Stainless-Steel
Bolting for High Temperature or High-Pressure Service
and Other Special Purpose Applications
ASTM A194/A194M Standard Specification for Carbon Steel, Alloy Steel, and
Stainless-Steel Nuts for Bolts for High Pressure or High
Temperature Service, or Both
ASTM E709 Standard Guide for Magnetic Particle Examination
BS 1133 Packaging Code
BS 2633 Specification for Class 1 Arc Welding of Ferritic Steel
Pipework for Carrying Fluids
BS 4515 Specification for Welding of Steel Pipelines on Land and
Offshore. Carbon and Carbon Manganese Steel Pipelines
BS CP 3012 Cleaning and Preparation of Metal Surfaces
BS EN 10045-1 Charpy Impact Test on Metallic Materials. Test Method (V-
and U-Notches)
BS EN 462-1 Non-Destructive Testing. Image Quality of Radiographs.
Image Quality Indicators (Wire Type). Determination of
Image Quality Value. Part 1
BS EN 473 Non-Destructive Testing. Qualification and Certification
of NDT Personnel. General Principles.
BS PD 5500 Specification for Unfired Fusion Welded Pressure Vessels

Page 11 of 21

This document is controlled electronically and is uncontrolled when printed


BPVC Section V Non Destructive Examination
BPVC Section IX Welding and Brazing Qualifications
PCN-CSWIP NDT and Welding Certifications of British Institute of
Non-Destructive Testing and the Welding Institute
SNT TC-1A Personnel Qualification and Certification in Non-
destructive Testing
BS EN 10204 Metallic Products – Types of Inspection Documents
NACE MR-0175 Sulphide Stress Corrosion Cracking Resistant Materials for
Oil Field Equipment
ISO 13623 Petroleum and Natural Gas Industries – Pipeline
Transportation Systems
ISO 3183-3 Petroleum and Natural Gas Industries -- Steel Pipe for
Pipelines -Technical Delivery Conditions – Part 3: Pipes of
Requirement Class C
ISO 9001 Quality system – Model for quality assurance in design,
development, production, installation and servicing.
EN 10204 Metallic Products – Type of Inspection documents.
MSS –SP 44 Steel pipeline Flanges
MSS-SP 75 Specification for high –Test Wrought Butt-welding fittings
AWS D1.1 Structural Welding Code
EGASPIN Environmental Guidelines and Standards for Petroleum
Industry in Nigeria

4 SCOPE OF WORK, SUPPLY AND SERVICES


Supplier shall be completely responsible for the supply of the Pig Launcher and Receiver including
all instrument fittings such as pressure gauges and pig signallers required and services for satisfying
the functional / Operational requirements stated in this Material Requisition and its Attachments
& Annexure. Supplier shall have complete responsibility for all the items supplied, including his
sub Vendors, if any.
The Vendor’s scope of work includes, but not limited to:
 Design & Engineering Verification
 Fabrication/Manufacturing
 Painting

Page 12 of 21

This document is controlled electronically and is uncontrolled when printed


 Acceptance Test and Inspection including hydrotest in line with ASME B31.8Packing
 Supply of Spares
 Transportation
 Documentation
It is supplier’s responsibility to verify the selection of the materials of construction of each
component as per the data mentioned in Technical specifications / Technical Data-Sheets of this
requisition. Supplier shall guarantee the functionality of all items in the scope of supply including
buy-out items.
This Requisition gives all the requirements for the Procurement of the Pig Launcher and Receiver
for the Gbaran Single Wells Opportunity Project - Installation of Facilities and includes the
following major attachments:
I. Project Specifications/DEP
II. Technical Specifications for Nag Pig Launcher and Nag Pig Receiver
III. Mechanical Datasheets for Nag Pig Launcher and Nag Pig Receiver
IV. Nag Pig Traps General Arrangement Drawing
V. Specifications and datasheets for pressure gauges and pig signalers

The above documents constitute the requirements for supply of one (1no.) NAG Pig Launcher
and one (1no.) NAG Pig Receiver with complete instrument fittings, Pig Signallers and a Quick
Opening closure that has an interlock system. Vendor shall carefully review items I to V) above
and comply with the requirements specified therein.
The Vendor’s minimum scope of supply shall include, but not be limited to: Material, Manufacture,
Inspection, Testing, Coating (if applicable), Packing and Delivery of Pig Traps (Nag Pig Launcher
and Nag Pig Receiver) in accordance with the requirements summarized in this document and in
compliance with all the specifications and documents as mentioned in this Requisition.
If Vendor has any project requirements from which Vendor would take a deviation/exception
during PO execution, the same shall be stated in writing and submitted.
In the absence of such a statement, it is assumed that the requirements of the specification are met
without exception. Failure to meet the requirements of the specification and referenced documents
shall be corrected at Vendor’s cost.
Only the exceptions and deviations which have been accepted by Contractor and Company during
Bid Evaluation will be considered a part of Vendor’s proposal.

Item
S/No. Q’ty Description
No.

1 See Note 1 N/A 1. Nag Pig Launcher and Nag Pig Receiver

Page 13 of 21

This document is controlled electronically and is uncontrolled when printed


Item
S/No. Q’ty Description
No.
2 - SPARE PARTS
 Spare parts for commissioning / start-up.
 Priced list for recommended spare parts for two (2)
years’ normal operation.
 Priced list for Capital/Insurance Spare Parts
3 - SPECIAL TOOLS
 Any special tools for installation, operation and
maintenance shall be included in the VENDOR’s Scope
of Supply.
 Lockable weatherproof container(s) for storage of special
tools.
4 - DOCUMENTATION
 Documentation as per RDDS and Specifications. (In ‘A’
size format).
5 - CERTIFICATES
 Explosion Proof Certificates for all instrumentation and
electrical apparatuses.
All the instrumentation electrical devices in the
package(s) shall be ATEX certified, apart from which, in
case that the package is located in a hazardous area, the
whole package shall be provided with ATEX
certification.

 Instrument calibration certificates.

 Material Test Certificates.

Table 1: Scope of Supply


NOTE 1: Refer to Technical Specification for Pig Traps Doc. No: GSW-NG01017640-GBRG1-
LA7880-00001, Mechanical Datasheet for Nag Pig Receiver Doc No: GSW-NG01017640-
GBRG1-LA2105-00001 and Mechanical Datasheet for Nag Pig Launcher Doc No: GSW-
NG01017640-GBRS1-LA2105-00001, data-sheets the Pressure Gauges Doc No: GSW-
NG01017640-GEN-IN2105-00001 and Pig Signallers Doc No: GSW-NG01017640-GEN-
IN2105-00001 for the required quantity

Page 14 of 21

This document is controlled electronically and is uncontrolled when printed


5 VENDOR COMPLIANCE
Vendor shall confirm that they have received all the Documents and its attachments as listed in
this Requisition.
Vendor shall confirm that the offer includes all the items / accessories etc. required to meet the
Requisition and for the Safe operation, smooth functioning & installation of the items offered.
Vendor shall confirm that all the Model Nos. offered are completely suitable for the ambient
conditions and the process data as specified in this Requisition. Selection of model number is solely
vendor’s responsibility
Vendor shall confirm that they have listed all deviations in the prescribed format enclosed as
Annexure

6 CONFLICT
In the event of conflict amongst documents relating to this RFQ or Order, the more Stringent
requirement(s) shall apply.

6.1 Delivery (Required On Site (ROS) Date)


Items shall be delivered within the Required on Site (ROS) Date below:
Description Plant Location ROS Date
Pig Launcher, Pig
Receiver, Pressure
CPF/Manifold Facility Gbaran Single Well VTA
Gauges and Pig
Signallers
Table 2: Required on Site Date

6.2 Precedence of Documents


In case of different but not conflicting requirements, the most stringent shall be applied. In case
of conflicting requirements, COMPANY and CONTRACTOR shall be advised for settlement of
the conflict in writing. Any work related to those shall not proceed until Vendor receives
clarification from CONTRACTOR in writing. Verbal communications shall not be considered
official. In case of conflict, the most stringent requirement of safety considerations, Company
Specifications or applicable international Codes and Standards shall prevail. The various
documents related to the Gbaran Single Wells Opportunity Project - Installation of Facilities shall
be considered with the following order of precedence:
1. Accepted deviation list
2. DEP/Specifications
3. Referenced PROJECT Specifications.
4. Nigerian Rules and Regulations,
5. International Codes and Standards

Page 15 of 21

This document is controlled electronically and is uncontrolled when printed


NOTE: Shell DEP/Specifications, listed in the Section 5.2 shall be applicable. Where there is a
conflict or difference between the international Codes or Standard and the Shell Dep
/Specifications, Shell Dep shall apply

7 DOCUMENTATION REQUIREMENT
Supplier shall submit all documents in English Language only.
Vendor shall submit the documents as listed in Annexure Documents as specified in the Annexure
“Required technical Documentation” to be supplied by the vendor, as a minimum. Documents
and drawings not listed but necessary for proper engineering, construction, operation and
maintenance shall also be prepared and supplied by the vendor as part of the scope of supply.

8 SPARE PARTS
Vendor shall include commissioning and start up spares as part of the supply for the system offered
and a list of two year operational and maintenance (O&M) spares to be submitted along with the
break up price. Vendor to note that two year O&M spare parts shall be ordered during the
engineering stage and vendor to keep the validity of the offer at least for six months from the date
of placement of the firm order.

9 GUARANTEE
Supplier shall guarantee the supply for a period of 24 months of continuous operation from date
of performance test and a maximum of 36 months from delivery date. Any parts replaced during
this period shall be guaranteed for a further 12 months from the date of replacement. The
guarantee shall cover all supply and sub supply materials. Supplier shall replace as soon as possible
every part resulting from defective design, materials, and manufacture or derived from
actions/omissions of Supplier during the supply development. All of the above mentioned
guarantees are at the Supplier's expenses.

10 APPLICABLE DOCUMENTS
10.1 Project Specifications, documents attachment and annexures

S/N Description Document №

1 Project Execution Plan GSW-NG01017640-GBRS1-AA5798-


00001

2 Engineering Execution Plan GSW-NG01017640-GBRS1-AA5798-


00003

3 Technical Specification for Line Pipes GSW-NG01017640-GEN-LA7880-


00001

Page 16 of 21

This document is controlled electronically and is uncontrolled when printed


S/N Description Document №

4 Technical Specification for Pig Launcher and GSW-NG01017640-GBRG1-LA7880-


Receiver 00001

5 Piping Material Specification & Specialty Item GSW-NG01017640-GEN-MP7737-


00001

6 Pipeline Material List GSW-NG01017640-GEN-LA4306-


00001

Table 3: Project Specifications and documents


NOTE; All Project documents shall be the latest revisions for the P.O

10.2 SHELL Dep’s/ Specifications

S/N Description Document №

1 Design of pig trap systems DEP 31.40.10.13-Gen

2 Pipeline engineering DEP 31.40.00.10-Gen.

Line pipe for use in oil and gas operations under non- DEP 31.40.20.30-Gen
3
sour conditions

4 Pipeline fittings DEP 31.40.21.30-Gen

Protective Coatings for Onshore and Offshore DEP 30.48.00.31-Gen


5
Facilities

6 Welding of pipelines and related facilities DEP 61.40.20.30-Gen

7 Pipe supports DEP 31.38.01.29-Gen

10.3 Approved Suppliers List


Vendor shall select their Sub-Vendors from the Approved Vendor List on priority. Vendor shall
submit the listing of its Sub-suppliers/Sub-contractors for CONTRACTOR / COMPANY
approval, prior to work commencement. Vendor shall take all responsibility of his Sub-vendors as
imposed by ISO 9001. The material traceability, design material specification, reliable future factory
continuance and local level service availability (if required) and conformance to Project Quality
Assurance shall be ensured.

Page 17 of 21

This document is controlled electronically and is uncontrolled when printed


11 GENERAL NOTES
11.1 General Requirements/Information for Vendor
Vendor shall confirm to the requirements of the requisition by submitting this Requisition with
Attachments duly signed and stamped to the purchaser. Vendor shall confirm that all the data
mentioned in the requisition is sufficient in all respect for proper design / manufacturer of fittings
being offered.
Should a conflict exist in documents referenced in this document which cannot be resolved in
accordance with precedence standards listed above section 6.2, it shall be the responsibility of
Vendor to call attention to the discrepancy and request confirmation, clarification, interpretation
or instruction from the CONTRACTOR’S engineer responsible for the equipment. Vendor is not
at liberty to assume which instruction shall govern.
Vendor shall provide a listing of Sub-vendor from which Vendor would procure components for
CONTRACTOR / COMPANY approval. Vendor shall obtain CONTRACTORS’s approval
before committing any sub-order’s if Vendor intends to procure any material from a Sub-vendor
not on the Company approved Vendor List.
CONTRACTOR will arrange for visits for their authorized representative(s) to Vendor’s
workshop for expediting to avoid any possible delays. Vendor shall furnish all information to
Contractor’s representative on each visit, which has been updated from those provided during the
previous visit. During all such visits Vendor’s nominated Project Manager and/or Project Engineer
shall personally be present with up to date status of all Contract activities.
Vendor shall submit a schedule of contract execution in the form of a bar chart covering
engineering, procurement, manufacturing, inspection & testing within two weeks of award of
contract. Vendor shall submit bi-weekly progress report including all activities for engineering,
procurement, manufacturing, inspection & testing with areas of concern, if any.
It is the responsibility of Vendor to notify all Sub-vendors of applicable specifications, Codes, and
Industry Standards.
Compliance by Vendor with this specification does not relieve it of its responsibility to furnish
equipment and accessories which shall be properly and technically suited to the specified service
condition.
Whenever certain shop inspections and tests required to be witnessed by the CONTRACTOR or
his representative, the Vendor shall provide at least Fifteen (15) working days advance notice prior
to each inspection, test or retest, apart from notices to Third Party Authority. If the originally
scheduled test is not carried out as scheduled, Vendor shall again notify the CONTRACTOR in
writing of the new test date.
Packing list shall be exhaustive to give all the details of items shipped under different categories
(Commissioning spares, Start-up spares, Special tools, etc.). These items are to be boxed up
separately by category. Ship-loose items are not accepted. However, for any technical reasons, if
items are to be shipped loose, it is Vendor’s total responsibility to ship these items along with

Page 18 of 21

This document is controlled electronically and is uncontrolled when printed


materials required for their installation. All spare parts furnished by Vendor shall be wrapped and
packed so that they will be preserved in original and ‘as new’ condition under normal conditions
of storage and shall be properly tagged and coded for identification purposes. Spare parts shall be
packed separately with a separate packing list, clearly marked as “SPARE PARTS” and shall be
shipped along with the main equipment.
COMPANY / CONTRACTOR shall have twenty one (21) days from receipt of Vendor
documentation to comment on the submittal. Certain key documents may have longer review
periods. Review of Vendor documents by CONTRACTOR does not relieve Vendor of his
responsibility for compliance to applicable Codes, Standards, and Specifications.
The "As-Built" drawings issued by the Vendor after shop inspections / testing shall include all
changes, up-dates and modifications incorporated as a result of manufacturing and testing. This
will also include any revisions to documents and drawings after site commissioning.

11.2 Vendor Information Delivery Requirements


CONTRACTOR shall use a designated Document Control Centre (DCC) strategy to ensure that
all Vendor information is made available to all relevant project parties through a single source.
The DCC will be the only environment for the gathering, collection and assembly of ALL Vendor
Information deliverables with the objective of fulfilling the Company/Contractor’s RDDS
(RDDS) requirements for the Project through the following processes:
 Submission, review and approval of the required Project specific Vendor Information in
accordance with the RDDS.
 Submission, review and approval of the required mandatory equipment data to be collected
by the CONTRACTOR and in particular that data directly relating to original equipment
manufacturer (OEM) names, model and part numbers.
The Vendor is required to furnish CONTRACTOR’S DCC with ALL required standard OEM
documentation as per the RDDS to complete the Vendor to Company/Contractor delivery
requirements in accordance with the RDDS after receipt of any Contractor Order, Contractual
Agreement or Call-off Order for selected equipment and materials required by the
CONTRACTOR.

Page 19 of 21

This document is controlled electronically and is uncontrolled when printed


11.3 Contact Information

11.3.1 Technical Matters only:

Lee Engineering & Construction


Vendor
Company Ltd
Engr Kenneth Aloziem
Gbaran Single Wells Opportunity TBA
Attention
Project - Installation of Facilities
Engineering Manager
KL 7, NPA, Expressway Ekpan 1,
Address TBA
Warri, Delta State.
E-mail kaloziem@lee-engineering.net TBA

11.3.2 Commercial Matters only:

Lee Engineering & Construction


Vendor
Company Ltd
Engr. Mrs. Margaret Ugboh
Gbaran Single Wells Opportunity TBA
Attention
Project - Installation of Facilities
Procurement Manager
KL 7, NPA, Expressway Ekpan 1,
Address TBA
Warri, Delta State.
E-mail Mugboh@lee-engineeeing.net TBA

11.3.3 Drawing /Document Submission:

Lee Engineering & Construction


Vendor
Company Ltd
Attention Lee Engineering DCC TBA
KL 7, NPA, Expressway Ekpan 1,
Address TBA
Warri, Delta State.
E-mail oedewor@lee-engineering.net TBA
Table 4: Contact Information

Page 20 of 21

This document is controlled electronically and is uncontrolled when printed


12 ATTACHMENTS
List of attachments:

Technical Specifications for Nag Pig Launcher and Nag Pig Receiver
Datasheet for Nag Pig Launcher, Nag Pig Receiver, Pressure Gauge & Pig Signallers
Pig Trap General Arrangement Drawing

Page 21 of 21

This document is controlled electronically and is uncontrolled when printed

You might also like