Sie sind auf Seite 1von 29

PROVISION OF ENGINEERING SERVICES

AGREEMENT IV / (ESA IV)

ITT. NO: CNL 00000187

TECHNICAL BID INSTRUCTION TO BIDDERS

DOCUMENT NO.

U02 DEC. 2019 ISSUED FOR TENDER BAQB OAGB OOOK


U02 SEPT. 2019 ISSUED FOR NAPIMS REVIEW BAQB OAGB NAPIMS
U01 JULY. ISSUED FOR CNL INTERNAL REVIEW BAQB OAGB OOOK
2019
REV DATE DESCRIPTION ORIG CHK APPR
APPROVED BY: COMPANY APPROVAL:

DATE DATE:
Project Area Discipline Type Originator Package Sequence-Sht. Revision
Document
Control No.
CHEVRON NIGERIA LIMITED

INVITATION TO TENDER

FOR

THE PROVISION OF ENGINEERING SERVICES

(AGREEMENT IV)

FOR FACILITIES ENGINEERING PROJECTS

NipeX TENDER NO.: CNL 00000187


INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019

INVITATION to TENDER

TABLE OF CONTENTS
INSTRUCTIONS TO BIDDER - GENERAL 3
1. INTRODUCTION 4
2. BID ACKNOWLEDGEMENT 4
3. BID DOCUMENTATION 4
4. BID TIMETABLE 5
5. BID LANGUAGE 5
6. BID SUBMITTAL 5
7. DELIVERY ADDRESS FOR ITT BIDS 6
8. COMMUNICATIONS 7
9. OPENING OF THE BIDS 7
10.BID VALIDITY 7
11.CONTRACTOR SELECTION 7
12.PARTNERSHIPS 7
13.GENERAL REQUIREMENTS 8
13.1 Commissions and Fees 8
13.2 Confidentiality 8
13.3 Study of the Bid Documents 8
13.4 Pre-Bid Meeting9
13.5 Bid Clarification Meeting 9
14.PREPARATION AND DELIVERY OF TECHNICAL BIDS 9
BID PACKAGE 1 - TECHNICAL BID 11
SECTION 0 – EXCEPTIONS AND QUALIFICATIONS 12
a) Exceptions to COMPANY Technical Requirements 12
b) Exceptions to COMPANY Contract 12
SECTION 1 – BIDDER DETAILS 12
SECTION 2 - NIGERIAN CONTENT 13
SECTION 3 - FINANCIAL DETAILS15
SECTION 4 - D.P.R. PERMIT 15
SECTION 5 – CERTIFICATE OF INSURANCE 16
SECTION 6 - PARTNERSHIP AND PARENT COMPANY GUARANTEE 16
SECTION 7 – INDEPENDENT CONTRACTOR HEALTH, ENVIRONMENT AND SAFETY
MANAGEMENT16
SECTION 8 - DRUG, ALCOHOL, AND SEARCH POLICIES 16
SECTION 9 – PROJECT EXPERIENCE 17
SECTION 10 - PROJECT EXECUTION PLANNING 17
SECTION 11 - PROJECT CONTROLS18
a) Project Controls Procedures 18
b) Project Controls Tools 19
c) Project Controls Information 19

Page 1 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019
SECTION 12 – DOCUMENT CONTROL & INFORMATION TECHNOLOGY 19
SECTION 13 - QUALITY ASSURANCE AND QUALITY CONTROL 20
a) Accreditation 20
b) Policy 20
c) Quality System Manual 20
SECTION 14 - CONTRACTOR ORGANIZATION & KEY PERSONNEL 20
SECTION 15 – CONTRACTOR’S FACILITIES AND EQUIPMENT 21
SECTION 16 - LIST OF SUBCONTRACTORS 21
SECTION 17 - SITE SECURITY 21
SECTION 18 - CURRENT AND PROJECTED WORKLOAD 22
SECTION 19 – ENGINEERING DISCIPLINES 22
FORMS 23
FORM 1 - BIDDER’S FORM OF ACKNOWLEDGEMENT 24
FORM 2 - TECHNICAL BID FORM 25

Page 2 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019

Page 3 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019

INSTRUCTIONS TO BIDDER - GENERAL

Page 4 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019

1. INTRODUCTION

Chevron Nigeria Limited, a Nigerian company, (hereinafter “COMPANY”), is issuing this


Invitation to Tender (ITT) for the Provision of Engineering Services (Agreement IV) for its
Facilities Engineering Projects.
Engineering services required shall include feasibility studies, Front End Engineering and
Design (FEED), Detailed Engineering Design (DED), Follow-On Engineering (FOE) and
procurement support of long lead equipment and material items for CNL’s portfolio of
engineering projects.
Typical Facilities Engineering project portfolio is comprised of oil, gas and water handling
facilities which shall not be limited to platform installations and modifications, oil and gas
terminal facility modifications and additions, and infrastructure projects (buildings, roads,
airport facilities, community development projects) in CNL’s office locations, onshore, swamp
and offshore operational areas.

This ITT defines COMPANY’s minimum requirements for executing work under the
Engineering Services (Agreement IV)

BIDDER will review the contract and all exhibits which contain instructions and minimum
requirements for the Work.

2. BID ACKNOWLEDGEMENT
Acknowledgement should be sent to Company on or before the date defined in the Bid
Timetable. Any BIDDER whose acknowledgment is not received on or before the stipulated
date may not participate in the bid clarification meeting.

Intent to Bid
BIDDER proposing to respond to the bid invitation by submitting technical bid shall notify
COMPANY using the “Form of Acknowledgement” (included in this document as FORMS,
Form 1) by scanning and e-mailing to the contact below within the date defined in the Bid
Timetable:

Declining to Bid
In the event BIDDER is not inclined or is unable to submit a bid, BIDDER shall notify
COMPANY via the e-mail address below, using the “Form of Acknowledgement” (included in
this document as FORMS, Attachment 1).

E-mail: L9lek387@chevron.com

with the following e-mail subject:

SUBJECT: Tender for the Provision of Engineering Services


Agreement IV) - For facilities Engineering Projects
Tender No.: CNL00000187
ITT Intent to Bid / ITT Declined (as appropriate)

Page 5 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019
3. BID DOCUMENTATION

COMPANY’s Bid Documents consist of all ITT items contained or referred to herein and all
responses and/or formal addendum (if any) issued by COMPANY prior to COMPANY’s
receipt of bids. BIDDER should review the Bid Documents carefully, and immediately notify
COMPANY of any omissions, discrepancies, or inability to access COMPANY supplied
electronic files, by e-mail to:

L9lek387@chevron.com

with the following subject on the e-mail:

SUBJECT: Provision of Engineering Services


(Agreement IV) - For Facilities Engineering Projects
Tender No.: CNL00000187
Bid Documentation Issues

BIDDER shall note that these Bid Documents are the property of COMPANY.
No unauthorized alterations may be made to COMPANY documents.

4. BID TIMETABLE

Bid Activity Mode/Venue Dates Time


Invitation to Bid (Technical & NIPEX Portal March 9, 2020
Commercial) Issued to BIDDER as DET
COMPANY receipt of BIDDER Form of E-mail March 13, 2020 4:00pm
Acknowledgment
**Pre-Bid Clarification Meeting Meeting/TBA Tentative March 18, 10:00am –
(Technical & Commercial Packages) 2020 1:30pm
BIDDER Preliminary/Final Clarifications E-mail March 13 - 24 4:00 pm
COMPANY final response to Bidders’ E-mail April 3, 2020 4.00 pm
clarifications

Bid Due Date (Bidder submission of Bid NIPEX Portal April 10, 2020 4:00 pm
Response – Technical/Commercial)

Bids received after the Bid-Close date and time will not be considered.
** The Technical and Commercial Bid clarification meeting will take place in Lagos on the date
specified in the Bid time table above. Only BIDDERs who have submitted duly signed technical and
commercial bids acknowledgement and have indicated interest that they will be submitting a bid will
be required to attend the Technical and Commercial Bids Clarification Meeting.

5. BID LANGUAGE
Bids and supporting documentation shall be written in the English language.

6. BID SUBMITTAL
The BID shall comprise of the under listed documentation in the order detailed below.

The BID shall be developed to provide COMPANY with a level of understanding that the
bidders have:

 Reviewed COMPANY’s Contract with emphasis on the Scope and Technical


Requirements and have determined methods/measures to implement the said
requirements.
 Performed sufficient internal analysis of bidders’ relationships with their partners, major
subcontractors and associated capabilities/facilities, where applicable.

Page 6 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019

All spreadsheets and tables shall be submitted in native, executable format and PDF format.
MS-Word and Excel format are acceptable. The PDF version must be signed by BIDDER’s
authorized representative and has the same content with the native version. Any
discrepancies found will lead to total disregard of the native format, and the signed PDF
version shall be the valid version.

Bids for the SUBJECT: Provision of Engineering Services (Agreement IV) shall be submitted
in two packages

 1 Bid Package - Technical Bid


 1 Bid Package – Commercial Bid

The Technical ITT bid shall be presented and submitted as follows:

Electronic copies shall each be presented and submitted in NIPEX.


Format for NIPEX electronic- technical bids shall depict the following:

Section 00: Table of Contents


Section 0: Technical Exceptions
Section 1: BIDDER Details and Company Profile
Section 2: Nigerian Content Execution Plan
Section 3: Financial Details
Section 4: Current DPR Permits/Certificates
Section 5: Current Insurance Certificate
Section 6: Partnership & Parent Company Guarantee
Section 7: HES Questionnaire, Compliance Questionnaire, HES Programs, Policies
Section 8: Drug, Alcohol and Search Policies
Section 9: Project Experience
Section 10: Project Execution Planning, Method statements and the Notional Project
Section 11: Project Controls and Administration
Section 12: Document Control and Information Technology
Section 13: Quality Assurance and Quality Control Plan
Section 14: Bidder/Contractor Organization and Key Personnel
Section 15: Contractors Facilities, Equipment and Resources
Section 16: List of Subcontractors
Section 17: Site Security Plan
Section 18: Bidder’s /Contractor’s Current and Projected Work Load
Section 19: Engineering Disciplines.

The above shall be similarly structured utilizing a directory tree with folders emulating the
“tabbed” sections of a paper format version. also, it shall be in native file format and shall
contain all elements of BIDDER’s bid.

7. DELIVERY ADDRESS FOR ITT BIDS

All bids must be submitted and uploaded via the NIPEX Portal.
Bids not submitted via the NIPEX portal will result in automatic disqualification of the BIDDER.

Page 7 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019
8. COMMUNICATIONS

The preferred means for communication to COMPANY during the Bid Period shall be via e-
mail to l9lek387@chevron.com with the following email subject:

SUBJECT: Engineering Services Agreement IV Tender


Attention: Adekoya, Babatunde/ Onigbogi, Oyinda
Bid No. CNL 00000187
ITT Bid Inquiry

Communications from Bidders shall only be considered if they concern a point for clarification
involving an apparent ambiguity or discrepancy in the Bid Documents. Bidders are to use the
standard Bid enquiry forms attached in the Bid Package.
All Communications during the Bid Period from COMPANY to Bidders shall be numbered
sequentially. The last date for receipt of Bidder’s queries is indicated in Bid Timetable.
COMPANY will not reply to queries received from Bidders after that date.

9. OPENING OF THE BIDS

The submitted Technical Bids shall be accessed electronically from the NIPEX portal and
carefully evaluated by COMPANY and Partner. If BIDDER’s Technical Bid fails to meet
COMPANY’s requirements, BIDDER shall not be notified. Only those BIDDERs meeting
COMPANY’s minimum Technical Requirements and approved by COMPANY’s partner will
have their commercial Bids downloaded and opened via the NIPEX portal.

IT IS REQUIRED THAT NO BIDDER SHOULD QUOTE ANY PRICES HOWSOEVER IN


THE TECHNICAL BID PACKAGE. THEREFORE, BIDDER SHOULD NOTE THAT IF ANY
PART OF BIDDER’S TECHNICAL BID CONTAINS PRICES OR COMMERCIAL VALUES,
BIDDER WILL BE DISQUALIFIED.

10. BID VALIDITY

Bid must not be ambiguous. Bids must be firm and shall remain valid for the proposed duration of
the contract which is Three (3) primary years and one (1) optional additional year.

11. CONTRACTOR SELECTION

COMPANY reserves the right to select the successful Bidder on the basis of the Bidder’s
qualifications, as determined by the sole judgment of COMPANY’s and JV Partner’s Technical
Review Committees. Consideration will be given to Bidder’s corporate structure, organizational
experience, technical capability, present and forecasted work load, management capability,
Nigerian content of the bid, financial capability, equipment and facilities, understanding of scope,
costs, schedules and documentation capability.

COMPANY may reject bids which are incomplete, or do not contain all the information and
documents required by COMPANY.

COMPANY requires that any Engineering Work Awarded is to be carried out in Lagos.

12. PARTNERSHIPS

A requirement for this ITT is that BIDDER is able to provide design and engineering services
to complete single projects equal to or greater than 50,000 man-hours. If in order to meet this
requirement the BIDDER must partner / Joint Venture with another Company; this partnership
/ Joint Venture must be clearly disclosed on the acknowledgement form submitted by

Page 8 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019
BIDDER. Any bids submitted in conflict of BIDDER’S Form of Acknowledgment shall be
disqualified.

13. GENERAL REQUIREMENTS

Submission of a bid is entirely the prerogative of the BIDDER. BIDDER shall be responsible
for all costs associated with BIDDER’s bid preparation, and all activities relating to the bid
including clarifications and negotiations. COMPANY will not contribute towards the expenses
of compiling any bid nor be responsible for any losses.
BIDDER should ensure that adequate information is presented with its bid to provide for
thorough and complete evaluation by COMPANY. Incomplete, ambiguous or vague bids may
be rejected.

Bids may not be considered complete and compliant unless all requested information is
submitted, and all instructions have been followed.

By proposing and quoting an offering to COMPANY, BIDDER makes the following


representations:
 BIDDER has read and studied all the Bid Documents supplied by COMPANY, along with
all specified governing codes, standards, rules and regulations, and is proficiently
knowledgeable of their content.
 BIDDER is deemed to be aware of all applicable laws and regulations regarding the
importation of materials, equipment and services into Nigeria, and the provision of
expatriate personnel, if required. BIDDER is reminded to make full inquiries concerning all
local laws, regulations, practices and conditions that might affect its performance of the Work
as envisaged in the Contract.
 BIDDER understands that its offices for any engineering work shall be based in Lagos as
per Article11 INSTRUCTION TO BIDDER GENERAL. The office space requirements,
workstations, software, materials, equipment and personnel are to be provided within
schedule and specifications to the satisfaction of COMPANY.
 BIDDER understands the level of workmanship required and its responsibilities as
defined by the Bid Documents.
13.1 Commissions and Fees

BIDDER must ensure that they, their personnel and/or representatives do not pay any
commission or fee or grant any loan or rebate or favor to any COMPANY personnel,
COMPANY affiliates or any government or public international organization, including any
officer, employee or affiliate of any government department, agency or instrumentality, nor
provide such personnel with gifts or entertainment irrespective of cost or value, nor enter into
any business arrangement with such personnel either as individuals or as representatives of
anyone. A breach of any of these conditions will disqualify BIDDER.

13.2 Confidentiality

The Bid Documents are to be regarded as confidential and may not be reproduced in whole
or in part or disclosed other than for the purpose of preparing the BIDDER’s bid.
BIDDER shall not make any public announcements relating to the Engineering Services
Agreement without the prior written consent of COMPANY.

13.3 Study of the Bid Documents

BIDDER shall examine COMPANY’s Bid Documents and obtain all information required to
enable it to submit its bid.
BIDDER shall furthermore satisfy itself with regard to the extent and nature of the Work and
the nature of the conditions under which the Work will be carried out. BIDDER must also
make itself aware of the conditions affecting the supply of labor, staff, materials, and
equipment and any other matter which may affect its bid and take these fully into account.

Page 9 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DEC 2019

13.4 Pre-Bid Clarification Meeting

COMPANY will host a pre-bid meeting with all BIDDERs to allow a forum for COMPANY to
clarify COMPANY’s intent, and for BIDDERs to raise any issues. COMPANY will advise the
meeting under cover of a separate communication. BIDDER’s proposed key personnel for the
Engineering Services Agreement shall attend these meetings.

14. PREPARATION AND DELIVERY OF TECHNICAL BIDS

BIDDER shall acknowledge review and understanding of the Technical Bid by notifying
COMPANY using the “Form of Acknowledgement” (included as FORMS, Form 2) by scanning
and e-mailing to the contact in Article 8, Communications.

Bids must be signed by a person duly authorized to do so and evidence of such authorization
shall accompany the bid. Where bids are submitted in a partnership of two (2) or more
companies, evidence of such signatory authorization to bind all parties forming the
Partnership, Joint Venture or Consortium shall be provided.

BIDDER shall sign its bid with the exact name of the contracting entity. If the contracting
entity is:
a) A Corporation: BIDDER shall show the country (and state) in which incorporated
b) A Partnership: BIDDER shall give the name and business address of each Partner
c) A Consortium: BIDDER shall give the names and business addresses of each
Consortium member
d) A Joint Venture: BIDDER shall give the names and business addresses of each Joint
Venture partner
e) An individual: BIDDER shall provide the business address

The following section specifies the information requested by COMPANY to be included in


technical bid.

BIDDER is requested to compile and submit the requested information to COMPANY in


exactly the form and content, including sections, section titles, and sub-headings, as
described herein.

The various details, plans and procedures requested in this appendix shall be sufficiently
developed to provide COMPANY with a level of understanding that BIDDER has:

 Reviewed COMPANY Bid Documents and is aware of the Contract with particular
emphasis on the Scope and Technical Requirements and has determined
methods/measures to implement said requirements
 Performed sufficient internal analysis of BIDDER relationships with BIDDER’s other
alliance members, partners and major subcontractors and associated
capabilities/facilities, if applicable.

BIDDER SHOULD NOTE THAT IF ANY PART OF BIDDER’S TECHNICAL BID CONTAINS
PRICES, BIDDER WILL BE DISQUALIFIED.

Page 10 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED JULY 2019

BID PACKAGE 1 - TECHNICAL BID

Page 11 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

SECTION 0 – EXCEPTIONS AND QUALIFICATIONS

COMPANY wishes to receive technical bids that fully comply with COMPANY’s Invitation to
Tender and COMPANY’s Bid Documents. However, in the event that BIDDER can not comply
with this requirement, BIDDER shall advise any and all BIDDER’s exceptions in this section, and
this section only.
COMPANY deems that BIDDER accepts and will comply with all elements of COMPANY’s
requirements if no exceptions are submitted in this Section 0.

a) Exceptions to COMPANY Technical Requirements

Proposed exceptions to COMPANY Technical Requirements as detailed in the Contract and


Contract Exhibits shall be compiled in accordance with the form included in the spreadsheet,
Engineering Services Agreement -2019-ITT_Forms, Section 0.a – Exceptions to COMPANY
Technical Requirements”.

Only those exceptions proposed in Agreement-2019-ITT_Forms, Section 0.a will be


considered by COMPANY, and if accepted by COMPANY, incorporated into Contract.
Exceptions or clarifications otherwise included in Bidders technical bid shall not be
considered or accepted by COMPANY. BIDDER shall refer to the paragraph, section
number and page involved, and shall set out and explain the precise nature of, and reason
for, the proposed exception from COMPANY’s Technical Requirements.

b) Exceptions to COMPANY Contract (Terms and Conditions)

Any proposed exceptions from the Contract Terms and Conditions and its Exhibits of the
“Engineering Services Agreement” shall be submitted in accordance with the form included
in the spreadsheet, Engineering Services Agreement-2019-ITT_Forms, Section 0.b –
Exceptions to COMPANY Contract”. BIDDER shall refer to the paragraph, section number
and page involved, and shall set out and explain the precise nature of, and reason for, the
proposed qualification or deviation from COMPANY’s express requirements.

Any proposed exceptions to the Terms and Conditions of the Contract must be included in
this table. Only those exceptions proposed in the Engineering Services Agreement-2019-
ITT_Forms, Section 0.b – Exceptions to COMPANY Contract” will be considered by
COMPANY, and if accepted by COMPANY, incorporated into Contract. Exceptions
otherwise included in technical bid shall not be considered or accepted by COMPANY.

SECTION 1 – BIDDER DETAILS

BIDDER shall provide the following information in this section:

a) Incorporation of Bidding Entity - BIDDER shall provide copies of certification and date of
incorporation or registration of bidding entity (i.e. private company, partnership, joint
venture, limited company, etc.).
b) Power of Attorney for Bid - BIDDER shall provide copies of Power of Attorney for Bid
signatory confirming authority to bind the bidding entity to fulfillment of commitments
contained in its Bid to perform the Work.

Page 12 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

c) Articles of Association - BIDDER shall provide copies of the Articles of Association for
Joint Ventures, Consortia or other partnerships including statements of joint and several
liabilities.
d) Collective Bargaining Agreements - BIDDER shall describe any collective bargaining
agreements BIDDER has with labor unions or similar organizations which it proposes to
use during the executing of the Work. BIDDER shall describe its plan for managing such
agreements to ensure risk of interruptions and delays are minimized.
e) Intellectual Property - BIDDER shall advise COMPANY of any patents, proprietary
information, licenses, royalties, or other intellectual property that will be included in the
Work or are required to execute or complete the Work.
f) BIDDER shall advise COMPANY of its proposed strategy to deal with intellectual property
issues related to the Work. BIDDER shall provide COMPANY with adequate assurances
that BIDDER owns or has obtained all necessary patents, licenses, and the like, and that
BIDDER has conducted the appropriate searches in the relevant jurisdictions regarding
any potential infringement issues.
g) BIDDER shall completely fill out the Supplier Compliance Questionnaire in Agreement-
2019-ITT_Technical Forms, Section 1.g

SECTION 2 - NIGERIAN CONTENT

Bidder shall comply with the provisions of the Nigerian Oil and Gas Industry Content
Development Act

Bidder shall demonstrate that the entity is a Nigerian Registered Company, or Nigerian
Registered Company as the contracting entity in genuine Alliance or Joint Venture with foreign
company, with details on scope and responsibilities of parties for this work clearly defined. Such
companies must show evidence of Joint Venture binding agreement duly signed by the CEO of
both companies including evidence or plans of physical operational presence and set-up in
Nigeria.

Bidder shall furnish details of company ownership and shareholding structure. Bidder shall
additionally provide clear copies of CAC Forms CAC2 and CAC7.

Bidder’s Plan shall clearly specify the percentage of Nigerian Equipment, Labor and Materials to
be employed in the performance of this scope of work. Bidder shall also show overall percentage
of work to be performed by Nigerian resources relative to total work volume.

Bidder’s Plan shall also state what percentage of key management positions is to be held by
Nigerians and what percentage of the total workforce will be Nigerians. The Man-hour estimates
provided in Bidder’s Work Execution Plan shall also detail the estimated Nigerian Man-hours.

Bidder shall submit a detailed Nigerian Content Plan showing how it intends to maximize the
utilization of Nigerian human and material resources in the execution of this job. On Contract
award, this plan will become an Attachment to the contract. As a minimum the Nigerian Content
Plan shall address the following:

Nigerian Content Plan


a) Encourage the use of Made-in-Nigeria goods and Services in the Work.
b) Name and address of any Subcontractor, Vendor or Supplier performing any part
of the Work using Nigerian Labor or Material.

Page 13 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

c) Detailed description of part of Services being performed by Contractor, any


Subcontractor or Vendor or Supplier using Nigerian labor, indigenous
Subcontractor or Services. The analysis must relate the percentage of work
being done utilizing Nigerians to the overall total Work Scope.
d) Detailed description of any proposed ‘Training Programs’ to train Nigerian
Nationals to enable Contractor, Subcontractors, Suppliers to perform the Work
including the ‘Numbers of Personnel to be trained’, the ‘Type of Training’, and the
‘Training Schedule’.
e) Contractor’s Nigerian Content Execution Plan is incorporated and made an
integral part of this Contract as page 3 of this Exhibit.
f) Domiciliation of all aspects of ‘Engineering Design’ in Nigeria.
g) Location of Project Management Team and Procurement Center in Nigeria.
h) Provide detail of in-Nigeria assets (workshops, repair shops and storage).
i) Provide details of ownership and shareholding structure.
Submit photocopies of Corporate Affairs Forms CAC 2, CAC 7, or CAC 1.1 and CAC
10.
Interested foreign Companies must partner with Nigerian Companies. Evidence of the Joint
Venture or Memorandum of Understanding duly signed by the CEO's of both companies must
be provided. Evidence or plans of physical operational presence and set-up in Nigeria. In
addition, they must confirm whether the contract will be awarded either solely through the
Nigerian company or in Partnership and that the work will be performed in country.
Bidders must provide a description of all works you propose will be performed using Nigerian
resources and what percentages of this work is the total work scope.
Bidders must provide evidence of established Engineering Offices in any Nigerian City
including workstations, computer Hardware and licensed computer software and qualified staff
to support scope of works.
Bidders must be able to provide Company's COREN (Council of Regulation of
Engineering in Nigeria) certificate.
Bidders after reviewing the scope of work, must list items, materials and consumables that
they envisage would be procured in Nigeria and what percentage is this of the total required
materials and consumables.
Bidders must provide evidence of the percentage of their key Management positions that is
held by Nigerians and the percentage of the total workforce that are Nigerians.
Bidders must provide the percentage of the work scope which would be performed by
Nigerians and target percentage that Nigerian workforce would have increased by over the
next three (3) years.
Bidders must provide examples of training, development and technology, transfer programme
for Nigerian personnel and sub-contractors to be conducted in-country.
Bidders must provide evidence that their Project Management Team and the Procurement
Centre will be located on Nigeria.
Bidders shall provide evidence that they plan to source and give priority to Nigerian
Professionals, Tradesmen and Craftsmen over and above Non-Nigerians.
Bidders shall provide details of Nigerian Content Plan to support this work including
percentage targets, positions and experience for Nigerian Employment.

Page 14 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

Bidders shall provide Detailed information on how they propose to comply with all applicable
directives on Nigerian Content
Bidder must provide a detailed Training Plan for NCD Human Capacity Development Initiative
(NCDHCDI). Training plan should indicate
1. Type of training to be conducted
2. Number of training man-hours in relation to project man-hours (which must
not be less than a minimum of 10% of the Total Project Man-hours)
3. Number of trainees that can be accommodated on the project
4. Curriculum split into classroom and On-the-Job (OJT) training
5. Cost of training (Included at commercial ONLY)
6. Duration
7. Training Facilitator – including evidence of MOU with OGTAN registered
trainer to conduct classroom module of training.

Bidder shall complete the required information in the Engineering Services


Agreement-2019-ITT_Forms: Section 2

SECTION 3 - FINANCIAL DETAILS

If BIDDER submitting as a consortium, JV, etc., each company MUST provide separate
financial information for each company.

a) Annual Report/Audited accounts


BIDDER shall provide copies of the last three (3) years’ (2016/2017/2018) certified annual
report/audited accounts (for all Consortium members as and if applicable).

If the three latest annual reports are not available, BIDDER should enclose a copy of the
quarterly accounts/Bi-annual accounts and/or the budget for present year.

If BIDDER is a subsidiary Company, the appropriate group accounts for the same periods
shall also be enclosed.

BIDDER shall advise details of any outstanding indebtedness or unsecured loans or debts
or trading losses not reported within the financial reports.

b) Tax Clearance
BIDDER shall provide its Nigerian Tax Clearance Certificates for 2016, 2017 and 2018,
where applicable.

c) Banker’s Details
BIDDER shall provide details of BIDDER’s bankers (including details of each Consortium
member’s and/or Joint Venture Partner’s and/or Partner’s bankers, as applicable).

d) Litigation in value on excess of $250,000.00


Bidder shall provide an explanation of any litigation with a value greater than $250,000.00

e) Other Supporting Evidence


BIDDER shall provide details of any other evidence of financial support or financial
capability, if applicable.

Page 15 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

f) VAT Certification.
BIDDER shall provide a current VAT Certificate.

Supplier Qualification Questionnaire: Bidders shall completely fill out the attached Supplier
Qualification Questionnaire.

Bidder shall additionally provide its Certificate of Incorporation, Forms C02 and C07. Where bidder
has companies as shareholders, the Incorporation Certificates (Certificate of Incorporation,
Forms C02 and C07) of such companies shall also be provided.

Bidder shall complete the required information in the Engineering Services Agreement-
2019-ITT_Forms: Section 3

SECTION 4 - D.P.R. PERMIT

In this section, BIDDER shall provide a current copy of BIDDER’s 2019 D.P.R. Permit from the
Department of Petroleum Resources in the applicable category or categories for execution of
this Work. Bidding Consortia, Joint Ventures or Partnerships not listed on the DPR Permit as a
single entity shall submit individual Permit for each Consortium/Joint Venture/Partnership
member. Specific DPR permit for Engineering Design should be stated here

SECTION 5 – CERTIFICATE OF INSURANCE

Bidder to provide a confirmation that, in the event of award of a Contract, contractor will provide
evidence of insurance in accordance with the Contract

SECTION 6 - PARTNERSHIP AND PARENT COMPANY GUARANTEE

Partnership Agreement
Provide a copy of duly endorsed partnership agreement if BIDDER will submit bids as consortia
or JV, and any MOA. The partnership agreement should clearly describe the responsibilities of all
the parties This provision does not apply if Bidder does not have JV partners.

Parent Company Guarantee


BIDDER to provide a confirmation of Parent Company or Companies (ultimate parents)
commitment to the work and their undertaking to provide a Parent Company Guarantee in the
form specified in the attached format, Exhibit M – Parent Company Guarantee. This provision
does not apply if Bidder does not have a parent company.

SECTION 7 - HEALTH, ENVIRONMENT AND SAFETY MANAGEMENT

Bidder and each of Bidder’s Subcontractors identified in Bidder’s bid shall complete the attached
Contractor Health, Environment and Safety Management (CHESM) Qualification Questionnaire
Engineering Services Agreement-2019-ITT_Forms: Section 7 CHESM EVALUATION
QUESTIONNAIRE in its entirety. The response(s) from each responding entity shall be clearly
segregated within this section. Bidder shall provide supporting documentary information to
substantiate all ‘YES’ answers provided by Bidder in (CHESM) Qualification Questionnaire.

Company may review the supporting information and make site visits as part of the evaluation
process to verify implementation.

Page 16 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

Bidders shall plan to comply with all COMPANY requirements on HES. Bidders HES Plans shall
clearly demonstrate how COMPANY specific HES requirements (detailed in Exhibit C) will be
implemented. This Plan shall provide line items of HES activities that will be performed
throughout the contract period.

Bidders HES Plan, Policies, Programs, Procedures & Records for the last three (3) years,
including number of Fatalities; number of Lost Time Incidents Rate and Total Recordable
Incidents Rate

*LTIR = Total No. of Lost Time Incidents x 200,000


Total Man Hours

*TRIR = Total No. of Recordable Incidents x 200,000


Total Man Hours

Bidders are also required to provide their Environmental Management Policy and Plan; Security,
Medical and Health Plan; Detailed Job Hazard Analysis (for this scope of work); Record of Safety
Courses attended by Bidders key personnel with evidence.

SECTION 8 - DRUG, ALCOHOL, AND SEARCH POLICIES

Bidder shall submit a copy of its BIDDER’s Drug, Alcohol and Search Policies for the office(s) in
which it proposes to perform the Services. COMPANY’s Drug, Alcohol and Search Policy is
provided in Exhibit B.

SECTION 9 – PROJECT EXPERIENCE

BIDDER shall describe BIDDER’s previous experience within the past five (5) years in
performing work similar to that specified in COMPANY’s Bid Documents. Evidence of completed
work is also required.

For Consortia and/or Joint Ventures and/or Partnerships, the experience of each participating
Company is requested.

As a minimum, the following information should be provided:

a) The number of years that BIDDER has been involved with work similar to that specified in
the bid package.

b) A list of similar completed projects/contracts. The list will be provided in two parts, if
applicable, e.g. contractor has performed work in locations outside Nigeria:
i) The first part will be a list of completed contracts in Nigeria by BIDDER as a single
company or its consortia/JV partners.
ii) The second part will be a list of completed contracts in other countries by BIDDER or its
consortia/JV partners, if applicable.

c) (i) Each list shall include the name of the customer and client’s contact, the name of the
project, location, duration to include start year and when finished, number of design
engineering hours, number of personnel, total (or final) contract value and value of
equivalent Medium and Small Engineering aspect of the project.

Page 17 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

(ii) The list in C(i) above should be accompanied with evidence of completed work such as work
completion certificates, work authorization, award documents etc. Bidder shall
complete the required information in the Engineering Services Agreement-2019-ITT_Forms:
Section 9a – Nigerian Project Experience by BIDDER as Single Company, Section 9b –
Nigerian Project Experience by BIDDER as JV-partner, and Section 9c - Other Project
Experience by BIDDER

d) Evidence to indicate BIDDER’s experience working together as Consortia or JV partnership


on previous / ongoing projects, if applicable.

SECTION 10 - PROJECT EXECUTION PLANNING AND NOTIONAL PROJECT

In this section, BIDDER shall provide a comprehensive description of a typical project execution
plan for projects equal to and greater than 50,000 man-hours.

The execution planning documents requested represent COMPANY’s expected minimum content
for BIDDER’s technical bid. It is not expected that plans submitted for the technical bid be in the
detail required during execution of the Work. BIDDER’s technical bid should, however, clearly
demonstrate that BIDDER’s execution planning has been developed sufficiently to ensure
compliance with the Technical Requirements and to represent an execution strategy that
supports BIDDER’s bid.

a) Project Management, Administration and Procurement Services


BIDDER should provide an overall description of how BIDDER proposes to manage and
administer the execution of the Work. It should address the following:

 Organization chart including detail about interaction with COMPANY for typical project
execution.
 Drawing procedures
 Project controls
 Document control
 Change control
 Site verification/as-built process
 Procurement process – including technical and commercial bid evaluation, vendor
selection, etc.
 Integration of Nigerian national engineers
 HES involvement during engineering design and how the intent of Incident and Injury
Free initiative will be integrated into the results of the engineering design deliverables
 BIDDER’s engineering design staffing plan, which shall include personnel mobilization
plan
 The 3-D CAD system to be used and how the system will be used in engineering design,
and planning work and when reviews of 3-D models will be conducted with COMPANY
 Operations assurance during detail engineering design

Bidder shall complete the required information in Engineering Services Agreement-


2019-ITT_Forms: Section 10

b) Accommodation and Logistics


BIDDER shall describe its plan for logistics and personnel accommodation to be provided for
the operation of the contract. The plan should address:
 The type of accommodation BIDDER plans to provide for its expatriate personnel
the description will include the housing type, proposed occupancy, security arrangement

Page 18 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

and location of the accommodation


 Medical coverage to include details of local amenities and Emergency evacuation
 Airport protocol, Immigration, land transportation, airfare
 Proposed catering services for its personnel to be deployed for work in the Engineering
Services office

c) Recruiting & Testing

Bidder shall describe its plan for recruiting and testing technical personnel.

d) Notional Project
BIDDER shall provide typical engineering deliverables for a Notional Project as detailed in
Exhibit S - ESA 4 Notional Project document. This is a hypothetical project for a NAG Well
Platform Front End Engineering Design (FEED) for which the below deliverables are to be
provided:
i. Contractor Work Estimate (CWE) form in Contractors own format
ii. Cost, Time and Resource (CTR) list (hours only, cost NOT to be provided)
iii. Level 2 Schedule
iv. Master Deliverables Register (MDR) detailing expected deliverables
v. Long Lead Items (LLI) list
vi. Organizational Chart
vii. List of software
viii. List of assumptions

SECTION 11 - PROJECT CONTROLS

In this section, BIDDER should describe its plan to comply with COMPANY’s project cost and
schedule controls management requirements as detailed in the attached Exhibit F – Project
Controls. In this section, BIDDER should provide comprehensive details of the computer-based
planning systems proposed for control of the Work.

a) Project Controls Procedures


BIDDER should submit copies of BIDDER’s standard procedures that will be used for the
following functions:

a) Progress reporting, including final progress forecasting


b) Planning, scheduling and productivity control
c) Project change control
d) Business Code of Ethics

BIDDER should describe BIDDER’s practical experience in using these procedures and the
extent to which BIDDER proposes to apply them in the performance of the Work.

b) Project Controls Tools


BIDDER should provide a description of the tools and systems (including computer-based
systems) that BIDDER proposes to use for the monitoring and control of cost, schedule,
progress, productivity, resource loading, and the like.

BIDDER should list projects successfully completed using the proposed software packages
or systems.

Page 19 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

BIDDER should advise the proposed file formats for regular transmittal of information related
to cost, planning/scheduling, progress, productivity, resource loading, and the like, to
COMPANY.

c) Project Controls Information


BIDDER shall provide a description of its specific reports for the following:
i. The timely, accurate and consistent compilation of project schedule/budget data
ii. Preparation of forecasts
iii. The proposed cost control services and procedures for handling changes in the Work
Bidder shall complete the required information in the Engineering Services Agreement-
2011-ITT_Forms: Section 11

SECTION 12 – DOCUMENT CONTROL & INFORMATION TECHNOLOGY

In this section, BIDDER should describe its plan to comply with COMPANY’s information
management requirements as detailed in the attached Exhibit G – Document Control and
Information Technology. Emphasis should be placed on the special methods that BIDDER
proposes to use to comprehensively control the complex information management situation
successfully.

The plan should address, but not be limited to the following requirements:

a) Preliminary Information Management Plan, including BIDDER’s standard document control


procedures
b) Document Management Plan to include drawing and document numbering schemes to be used
by Bidder, as well as an internal document revision scheme. Include process by which Bidder
will manage documents and data, including those from subcontractors and vendors.
c) Procedures for the delivery of As-Built documentation to Company.
d) A description of bidder’s IT infrastructure plans and proposed use on the project to include.
I. Description of data networking via LAN and WAN, e-mail, file transfer, and Internet use in
the design office.
II. A description of how COMPANY infrastructure requirements will be met including proposed
locations and personnel / groups involved.
III. Provide a LAN / WAN architecture diagram showing configuration of equipment and
description of equipment installed.

Bidder shall complete the required information in the Engineering Services Agreement-
2019-ITT_Forms: Section 12

SECTION 13 - QUALITY ASSURANCE AND QUALITY CONTROL

In this section, BIDDER shall provide details of the BIDDER’s quality program that will be
employed to successfully complete the Work.

a) Accreditation
Bidder shall include a copy of a current and valid accreditation certificate issued by a
recognized assessment body to demonstrate that the Bidders’ Quality System has been
independently assessed and has been found to comply with the intent of the appropriate part
of ISO-9001:2008 or any other compatible standard.

Page 20 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

b) Policy
BIDDER shall provide a statement describing the overall project management quality system
to be used and how this proposed system will ensure that all parts of the Work are properly
carried out in accordance with the Technical Requirements.

c) Quality System Manual


BIDDER shall provide a copy of its in-house Quality Manual as it relates to the Work

SECTION 14 - CONTRACTOR ORGANIZATION & KEY PERSONNEL

a) BIDDER shall submit its organization charts depicting the overall CONTRACTOR organization.
BIDDER’s submittal shall describe the titles, authority, and responsibilities of all key positions
and the approximate numbers by trade, profession or title of all other personnel.

BIDDER’s proposed organization chart shall clearly indicate the titles, authority, and
responsibilities of all key positions and the approximate numbers by trade, profession or title of
all other personnel, and shall illustrate how BIDDER proposes to organize the functions of
management, engineering, safety, quality assurance, planning and scheduling, cost control,
administration, and all other related operations.
i. In the case of a consortium, identification of the leading partner and the
hierarchy and roles of each of the team partners.
ii. The proposed interfaces between BIDDER and COMPANY
iii. Proposed interfaces between BIDDER and Subcontractors

b) BIDDER is required to provide the names of its key personnel it intends to employ on a full
time, dedicated basis in the positions identified in its organization chart, their primary work
location and the name of the line manager who they will report to. The resumes of the key
personnel will also be submitted. Such resumes shall include:

i. Name
ii. Present position in BIDDER’s company
iii. Years employed by BIDDER
iv. Education/qualifications

Page 21 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

v. Relevant experience

BIDDER is required to advise how it proposes to commit to these noted personnel.

SECTION 15 – CONTRACTOR’S FACILITIES AND EQUIPMENT

Bidder shall provide details of all facilities and equipment proposed for the performance of the
Work in Nigeria in the Engineering Services Agreement_2019_ITT_Forms, Section 15 – Facilities
and Equipment. The data will become an attachment to the Contract, once vetted and approved
by COMPANY.

The details shall include, but not limited to, the following:

a) Office layout plan including information on total office area


b) IT infrastructure and communications system including available quantities
c) List of software packages BIDDER plans to use for the required engineering design deliverables,
in compliance with Exhibit A – Scope of Work, and Exhibit G - Document Controls and
Information Technology.

As part of the Technical Evaluation for contractor selection, company shall conduct site visits to
verify the suitability of bidders’ facilities and equipment as well as appraise bidders past
performance on similar projects. BIDDERS MUST MAKE AVAILABLE FOR INSPECTION, ALL
FACILITIES AND EQUIPMENT TO BE UTILIZED BY BIDDER IN THE EVENT OF CONTRACT
AWARD

SECTION 16 - LIST OF SUBCONTRACTORS

Bidder shall submit details relating to all Subcontractors that it proposes using for the
performance of the Work in the Engineering Services Agreement_2019_ITT_Forms, Section 16 –
Subcontract. The data will become an attachment to the Contract, Exhibit Q – List of
Subcontractors, once vetted and approved by COMPANY.

Such details shall include:

a) Name and address of subcontractor


b) Description of work to be subcontracted
c) Estimated amount of each subcontractor’s work expressed as a percentage of the overall
work scope
d) Subcontractors’ previous experience and CONTRACTOR’s evaluation of subcontractors QA
system
e) Location(s) where the subcontracted works would be performed

Bidder is advised that the list of subcontractors will be subject to review and approval by
COMPANY for the establishment of an agreed list at Contract Award. Thereafter any deviation
from the agreed list will be subject to COMPANY’s written approval and COMPANY will not be
liable for any delays to the Work arising from the requirement to obtain the approval. Successful
Bidder confirms that it will be solely responsible for the management and quality of
subcontractors’ performance. Company shall NOT be liable to or have direct dealings in any way
with any subcontractors that Bidder may use in performance of the work.

Page 22 of 25
INVITATION TO TENDER TENDER DOCUMENT
PROVISION OF ENGINEERING SERVICES (IV) TENDER NO.: CNL 00000187
CHEVRON NIGERIA LIMITED DECEMBER 2019

SECTION 17 - SITE SECURITY

In this section, BIDDER shall provide a preliminary site security plan to describe its current
security arrangements for its Engineering Office(s).

SECTION 18 - CURRENT AND PROJECTED WORKLOAD

a) Provide a detailed listing of Bidder’s current and projected (6 months) project schedule and
scope provided in the Engineering Services Agreement_2019_ITT_Forms, Section 18A–
Current Project Workload. Note: For this data projected work is defined as work which is
covered under a minimum Letter or Agreement / Intent / Authorization.

b) Provide a detailed listing of current manpower by discipline provided in the Engineering


Services Agreement_2019_ITT_Forms, Section 18B – Personnel.

SECTION 19 – ENGINEERING DISCIPLINES

COMPANY requires that the Bidder provide information in relation to Engineering Capabilities,
Mechanical/Piping, Civil/Structural, E&I, Process, Cost & Schedule Engineering.

a) Bidder shall complete the required information in the Engineering Services Agreement-
2019-ITT_Forms: Section 19

Page 23 of 25
FORMS

Page 24 of 25
FORM 1 - BIDDER’S FORM OF ACKNOWLEDGEMENT
TO BE PREPARED ON BIDDER’s OFFICIAL LETTERHEAD

To: Chevron Nigeria Limited

For the Attention of: Mr. Tunde Adekoya

SUBJECT: Invitation to Tender – Bid No.: CNL00000187 Provision of Engineering Services Agreement
(IV) ESA 4

We acknowledge receipt of your Invitation to Tender for the above Work which we have examined
carefully and confirm that we are in receipt of all documents listed therein.

We propose to respond to your Invitation to Tender and will submit our technical bid not later than the Bid
Due Date.

We understand that this is one bidding procedure with submittal of the Technical Bid the inclusion of any
of our pricing data in the Technical Bid will disqualify our entire ITT bids. We further understand that
COMPANY, at its sole discretion, may not accept our ITT bids and may not be invited to perform the
Work.

We understand that COMPANY is under no obligation to accept the lowest or any bid and that all of our
costs incurred in its preparation are for our own account.

If bidding Consortia, Joint Ventures or Partnerships BIDDER shall declare the name and structure of the
proposed contracting entity and complete the following paragraph.

We propose to submit our bid in the name of ___________________________________ joint venture or


partnership or consortium (BIDDER to state which applies), the parents of each of whom have agreed to
be jointly and severally liable for full and faithful performance of all commitments that will be made in our
offer to perform this Work.

BIDDERS SINGLE POINT OF CONTACT IN CONNECTION WITH THIS BID IS:

NAME:

PHONE NUMBER:

E-MAIL ADDRESS:

(------OR------)

It is not our intention to submit an offer and we return your tender documents herewith.

Yours truly

End of Bid Acknowledgement Form

Page 25 of 25
FORM 2 - TECHNICAL BID FORM
TECHNICAL BID FORM TO BE PREPARED ON BIDDER’s OFFICIAL LETTERHEAD

To: Chevron Nigeria Limited

For the attention of: Mr. Tunde Adekoya

Gentlemen,

SUBJECT: Invitation to Tender – Bid No.: CNL00000187- Provision of Engineering Services


Agreement (IV) ESA 4

We have examined the Bid Documents inclusive of Technical Bid and we offer to perform the required
Work in conformity therewith. Furthermore, we agree to perform the Work in accordance with
COMPANY’s Instructions to BIDDER.

We confirm that no part of a priced commercial bid has been included in this technical bid. We
understand that inclusion, whether by intention or in error, of any part of our pricing data within our
technical bid will cause our disqualification.

We have studied the Bid Documents carefully and we have obtained all information required to enable us
to submit our technical bid and we have satisfied ourselves as to the correctness and sufficiency of our
technical bid.

We confirm that our technical bid is not conditional upon the availability of labor, staff, equipment, office
space, materials, or anything whatsoever that, we, if successful will be required to supply under the
Contract.

We understand that COMPANY is not bound to accept the lowest or any bid it may receive, and the
submission of a bid does not involve COMPANY in any liability for any cost incurred by us in preparing
this technical bid. We further understand that COMPANY’s Bid evaluation will involve a two-phase
process: the first phase evaluating technical merit and the second phase evaluating commercial bids if the
technical bids are assessed to have merits and approved by COMPANY’s partner.

We further understand COMPANY’s intention is that technical bids will be finalized during technical
evaluation, and that all queries, clarifications and exceptions will be resolved and will not be reopened
following the commencement of commercial evaluation.

Dated the Day of 2019__.

Signature:

Name:
(in block capitals)

In the capacity of:

Duly authorized to sign bids for and on behalf of, Contractor:

(in block capitals)

Address(es):

Page 26 of 25
Witnessed by:

Signature:

Name:
(in block capitals)

Occupation:

Address(es):

End of Technical Bid Form

Page 27 of 25

Das könnte Ihnen auch gefallen