emsc prequalification and selection questionnaire€¦  · web viewall clarification requests...

22
PRE-QUALIFICATION DOCUMENT EMC Contract Issued by Petroleum Development Oman L.L.C. Document Ref. C311161-3 Revision-2 Dated 12.7.09 Pre-Qualification Document Revision-2 dated 12.7.09 Page 1 of 22

Upload: vandien

Post on 27-Jul-2018

230 views

Category:

Documents


0 download

TRANSCRIPT

PRE-QUALIFICATION DOCUMENT

EMC Contract

Issued by

Petroleum Development Oman L.L.C.Document Ref. C311161-3

Revision-2 Dated 12.7.09

Pre-Qualification Document Revision-2 dated 12.7.09 Page 1 of 19

Revisions to the Pre-qualification Document

Rev.1 Issued on 8.7.091. Section A.1:- Glossary of Terms

Changed Leading Participant Added LTIF, TRCF Deleted SCA

2. Section A.5:- Pre-qualification & Selection Procedures Changed 1, 2

3. Section B.6:- Quality Management Changed d, d.i

Rev.2 Issued on 12.7.091. Section B.9:- Financial Pre-qualification

Deleted b

Pre-Qualification Document Revision-2 dated 12.7.09 Page 2 of 19

INDEX

SECTION A : PRE-QUALIFICATION GENERAL INSTRUCTIONS.......41. GLOSSARY OF TERMS.............................................42. INTRODUCTION......................................................43. PURPOSE OF THIS DOCUMENT................................44. OUTLINE DESCRIPTION OF THE SERVICE..................54.1 GENERAL DESCRIPTION AND OBJECTIVES............................................................................54.2 SCOPE OF THE SERVICE.....................................................................................................55. PRE-QUALIFICATION AND SELECTION PROCEDURE. . .65.1 GENERAL........................................................................................................................65.2 ENTITIES REQUIRED FOR PRE-QUALIFICATION..........................................................................65.3 FAMILIARITY WITH LOCAL LAWS AND ENVIRONMENT.............................................................75.4 PERIOD OF VALIDITY.........................................................................................................76. GENERAL INSTRUCTIONS AND DOCUMENT SUBMISSION................................................................77. PRE-QUALIFICATION SUBMISSION & CLARIFICATIONS

77.1 CLARIFICATION................................................................................................................77.2 PRE-QUALIFICATION SCHEDULE...........................................................................................87.3 PRE-QUALIFICATION DOCUMENTS SUBMISSION...................................................................8SECTION-B: PRE-QUALIFICATION SPECIFIC INSTRUCTIONS...........................................................101 GENERAL INFORMATION.......................................................................................................10A. GENERAL INFORMATION PERTAINING TO THE APPLICANT........................................10B. GENERAL INFORMATION PERTAINING TO A COMBINATION...........................................102 STRUCTURE & ORGANISATION......................................................................................113 RESOURCES...................................................................................................................114 MAINTENANCE...............................................................................................................115 ENGINEERING DESIGN.........................................................................................................116 QUALITY MANAGEMENT.................................................................................................127 HSE MANAGEMENT..........................................................................................................128 CONTRACTING AND PROCUREMENT..............................................................................139 FINANCIAL.....................................................................................................................1310 PROJECT (CONTRACT) MANAGEMENT..................................................................1311 RELEVANT EXPERIENCE.............................................................................................14ATTACHMENT 1:- FINANCIAL EVALUATION DATA SHEET15ATTACHMENT 2:-PROCUREMENT CHECK SHEET............16ATTACHMENT 3:-MAINTENANCE SCOPE.......................17ATTACHMENT 4:-CLARIFICATION REQUEST FORM.........20

Pre-Qualification Document Revision-2 dated 12.7.09 Page 3 of 19

1. SECTION A : PRE-QUALIFICATION GENERAL INSTRUCTIONS

1. GLOSSARY OF TERMSThe following definitions apply throughout all sections of this Pre-Qualification Questionnaire.

Applicant(s) The entity that makes known its wishes to provide PDO with services by submitting a written request for pre-qualification.

Brownfield Engineering and fabrication activities directly associated with existing facilities.

Combination(s) A combination of Applicants, who make it known they wish to provide PDO with services by submitting a written request for pre-qualification.

Contractor(s) A provider of services.EMC Engineering & Maintenance ContractGreen field Engineering and fabrication activities unhindered by

the presence of existing facilities.Leading Participant A leader of a Combination. Lost Time Incident Frequency (LTIF)

No. of Lost time injuries per million exposure hours

MAF Mina Al Fahal located in MuscatNorms A value specified in the Norms tables stating how many

man-hours a particular task takesParticipants Applicants within a Combination, who shall be subject

to individual pre-qualification/selection.PDO Petroleum Development Oman L.L.C.Service(s) Undertaking works, supplying products and providing

services.Total Recordable Cases Frequency (TRCF)

The total sum of injuries resulting in fatalities, permanent total disabilities, lost workday cases, restricted work cases and medical treatment cases per million exposure hours.

2. INTRODUCTIONOver the next seven years Petroleum Development Oman (PDO) has various, small to medium size oil and gas projects within USD 10 million limit per project. The work includes all on-plot engineering, procurement, construction, commissioning of green and brown field EMC projects and maintenance support in the Sultanate of Oman. The expected annual Contract value (including procurement) turnover is USD 100-200 million per EMC contract.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 4 of 19

3. PURPOSE OF THIS DOCUMENTPetroleum Development Oman (PDO) intends to invite tenders for EMC contracts. Tender issue is planned for Q4, 2009 with award by Q3, 2010. Contracts will be for a seven-year term, with the option of extension for up to three years. Two separate area based contracts for North & South Oman within respective areas for services shall be awarded to two contractors. This questionnaire forms the basis for the formal pre-qualification of all interested parties, in Combinations or otherwise.

4. OUTLINE DESCRIPTION OF THE SERVICE4.1 GENERAL DESCRIPTION AND OBJECTIVESThe primary objectives for these contracts include :

a. Achieving operational excellence, demonstrating leadership in the areas of project schedule / quality delivery, project cost performance, maintaining/improving production, maintaining business integrity and maintaining a high level of customer satisfaction,

b. Achieving health, safety & environmental performance leadership in the Middle Eastern oil & gas industry,

c. Achieving sustainable year-on-year total cost savings through continuous performance based improvements

d. Achieving sustainable growth of local content, and e. Wealth generation and the realisation of business growth targets.

To realise these objectives, PDO will work with the successful contractors to develop a long term, mutually beneficial, collaborative relationship. This philosophy will enable both parties to benefit; PDO will realise bottom line business objectives and the contractor(s) will share in this success by making a good return over a sustained period, based on continually improved performance.Over time, PDO and Contractor personnel will work towards a fully integrated team, tools and systems to deliver common business targets. The Contractor will be required to adopt a management style which engenders a culture of continuous business improvement, fast implementation of best practice, and to take responsibility for the management, execution, and delivery of the Service. It is expected that the Contractor will differentiate rewards for high performing personnel to promote this culture. A significant emphasis will be placed on the collaborative nature of these contract(s) in achieving common targets, and the attitudes and behaviours required by all PDO and Contractor personnel in the execution of the work to achieve these. As part of the tender PDO will ask the tenderers for cost and resource breakdown of the tendered rates (composite manhour rates and norms per activity) in order to establish and transition towards a norms-based performance contract within the first 2-3 years of the contract execution.This strategy will be underpinned by providing the contractor with forecasted business plans to facilitate contractor’s resource management.

4.2 SCOPE OF THE SERVICEThe scope of this service shall include:

a. Project Management: - Contract(s) will include Project Management for the Scope associated with minor oil and gas onplot facilities for brownfield and greenfield. This includes provision of organisation, planning, resources, construction

Pre-Qualification Document Revision-2 dated 12.7.09 Page 5 of 19

management, procurement and material management and logistic, HSE, Quality Control & Assurance (QA/QC) for the successful execution of the Contract.

b. Design: engineering design at both Front End and Detailed Design stages for all minor oil & gas surface facilities (except for offplot pipelines and flow lines). This will include all process, mechanical, piping, instrument, electrical, civil and HSE design associated with typical brownfield and greenfield facilities modification and expansion work (including terminal and tank farm work). The contractor(s) will also be responsible for the overall integration design of common infrastructures, such as the 132KV distribution system, including the front end design of PDO power stations, PDO pipeline booster pump / compressor stations, SCADA infrastructure design. This includes upload of as-built in PDMS system.

c. Procurement: procurement of all materials in support of all work scope, with the exception of items such as line pipes, large ESD valves and other critical items. The applicant will have the overall responsibility for management of all materials including PDO free issued materials. PDO, at its own discretion may request the successful applicant(s) to procure all items through PDO’s SAP system. This will depend on the setting up of effective procedures to control access and authority levels within the PDO system. All procurement shall be done from PDO approved vendors. The scope of contract will include management of all RtP (requisition to pay), procurement sourcing (at cost) and handling of all materials management in PDO integrated SAP IT system.

d. Construction: all construction activities associated with installation and pre-commissioning of the facilities (multi-discipline). This will also include replacement/refurbishment of minor integrity projects.

e. Substantial completion requirement which will include but not limited to as-built, SAP, pre-commissioning system and Pacer.

f. Commissioning: provision of all commissioning expertise and support to introduce hydrocarbons, energise support utilities and live function / performance test all systems associated with the work. Provision of specialist commissioning services (such as Vendor specialists) to commission complex facilities in support of the work. Additional provision of general commissioning services for support of other work PDO may be engaged in.

g. Maintenance: provision of preventative and corrective maintenance services for all PDO facilities (except power stations and certain highly specialist areas such as live electrical line cleaning, intelligent pigging etc). Maintenance scope covers all static and some rotating mechanical equipment, electrical systems including protection systems and batteries, instrument systems. Additionally, scope will include ongoing evaluation and review of all maintenance craft procedures and maintenance planning. Refer to Attachment 4 for more information on maintenance scope.

h. Ad-hoc works: including road construction and repair and miscellaneous civil construction (excluding well pads and pad access roads).

i. Services: including provision of all necessary plant, equipment, scaffolding and hands tools, management support, training, logistics, work planning, interface management with PDO and other contractors, work administration, cost estimating, cost management and control, sub-contract management, Local Community Contractor management and reporting.

j. For significant brownfield modifications, where for reasons of technical capability, available resources and overall project value, PDO may decide at its discretion to contract out all or part of the Services to a third party. In these circumstances, the contractor(s) will, at a minimum, provide support to ensure that the modification is integrated into the overall plan, ensure as-built information is incorporated into the master records and may be requested to provide other collaborative support.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 6 of 19

5. PRE-QUALIFICATION AND SELECTION PROCEDURE5.1 GENERALThe Applicant’s pre-qualification shall be based on satisfying a pre-defined qualification. PDO considers the vital service functions for the Contract to be project management, front end and detailed engineering, procurement, maintenance and construction.

5.2 ENTITIES REQUIRED FOR PRE-QUALIFICATIONAny business, operating company or Combination may submit an application for pre-qualification for these contracts. A fundamental prerequisite for successful pre-qualification will be for all potential Applicants to demonstrate prior, successful experience in managing similar service contracts. For those service functions considered as vital, Applicants (in Combinations or otherwise) must demonstrate their experience as a single legal entity. In the case of new Combinations, relevant experience of both Participants can be accepted. Each Participant of the Combination shall submit the required Pre-qualification information applicable for itself as part of the submission.

Participants may only participate in one Combination. If it is proven that a Participant applies to qualify for selection in more than one Combination, all Participants in those Combinations will be disqualified.For the purpose of this pre-qualification process, each Combination shall nominate a Leading Participant. The Leading Participant on behalf of the other Participants shall coordinate answers and correspondence relating to this Pre-qualification DocumentApplicants should note that in the event PDO awards a contract to a Combination, the Participants shall be required to form a SINGLE ACCOUNTABLE legal entity and the Participants shall be jointly and severally liable.Applicant(s) shall have to furnish the parent company guarantee, if applicable. For Combinations, each Participant must provide a Parent Company Guarantee.Applicant(s) to ensure that the requirements specified above are fully complied with and any deviation to the same shall lead to disqualification.

5.3 FAMILIARITY WITH LOCAL LAWS AND ENVIRONMENT The Applicant shall familiarise himself with the local business environment, local legislation, labour and commercial laws, rules and regulations. PDO accepts no liability whatsoever for informing Applicants of such. A few useful links for applicants are as follows:-Sultanate of Oman Ministry of Information: http://www.omanet.om/english/home.aspOman Chamber of Commerce and Industry: http://www.chamberoman.com/home.aspSultanate of Oman Ministry of National Economy: http://www.mone.gov.om/index.aspSultanate of Oman Ministry of Manpower: http://www.manpower.gov.om/en/index.aspSultanate of Oman Ministry of Justice : http://www.maj.gov.om

5.4 PERIOD OF VALIDITYAll information furnished by the Applicant in this pre-qualification procedure shall be to the context required and be valid up to and including the award and performance of the Contract.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 7 of 19

6. GENERAL INSTRUCTIONS AND DOCUMENT SUBMISSION

a. All information shall be submitted in English.b. All information supplied shall refer clearly to and be in sequence with the numbered

Section to which it refers. Applicants shall notify in writing the EMC-Project-Team of their interest in

submitting pre-qualification for this project within 2 days to [email protected].

c. During the pre-qualification period, the Applicant shall not communicate with any PDO employee regarding the pre-qualification, unless expressly so directed by PDO or where such communication shall constitute a Clarification Request to the [email protected] stated herein. Any violation of this requirement may result in disqualification of the Applicant.

d. All pre-qualification documents, including copies, will become the property of PDO after submission of the pre-qualification documents by the Applicant.

7. PRE-QUALIFICATION SUBMISSION & CLARIFICATIONS 7.1 CLARIFICATIONa. The Applicant shall carefully study the pre-qualification document and notify PDO of

all errors, discrepancies and ambiguities by means of a clarification request. b. All clarification requests shall be sent in Microsoft word format, as per Attachment 4

Clarification Request Form to the email address: [email protected]. Clear reference shall be made by the Applicant to the section and number of the pre-qualification document which the clarification request is referring to. All clarification requests concerning the pre-qualification documents will be answered by PDO, including those arising from discrepancies, interpretations and exceptions. All questions and respective answers from PDO shall be answered to all Applicants.

c. Applicants shall submit clarification requests to PDO in writing, to [email protected] before the clarification request closing date. PDO reserves the right not to entertain any clarification request received after the closing date.

d. PDO shall answer all clarification requests within three (3) working days from the clarification closing date. PDO’s working days are from Saturdays to Wednesdays (both days inclusive) excluding Public Holidays.

7.2 PRE-QUALIFICATION SCHEDULEPre-qualification document issue 29th June 2009Clarification request closing 21st July 2009Pre-qualification closing date and submission 28th July, 2009

7.3 PRE-QUALIFICATION DOCUMENTS SUBMISSIONa. Pre-qualification documents shall be submitted in hardcopy (1 original & 2 copies)

and soft copy (1 set of CD). Any discrepancies between hard and soft copy submissions, the hard copy will prevail.

b. Pre-qualification documents shall be securely wrapped and sealed in plain opaque paper and shall be marked with applicable Tender reference number and Tender Title: C311161-3 EMC Contract Pre-qualification.

c. Pre-qualification documents shall be marked for the attention of and delivered to the following address, by the due date.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 8 of 19

EMC– Project Team Supply Chain Management DepartmentOffice number: SU 59Petroleum Development Oman LLCPO Box 81Postal Code 100MuscatSultanate of Oman

d. Every page of the pre-qualification submission shall be signed, dated and endorsed with the Applicant company stamp.

e. Should you need to deliver pre-qualification documents in person, a gate pass is required to enter the Mina Al Fahal office complex. A gate pass may be obtained by sending an email to the [email protected] at least 24 hours prior to the intended visit, stating the Applicant’s name, name of the personnel and the date/time of the required entry.

f. Where pre-qualification documents are to be couriered, then the Applicant should take into account the number of days in transit and notify PDO by e-mail to [email protected] regarding the date and courier services used to dispatch the pre-qualification documents.

g. Pre-qualification documents received after the pre-qualification closing date shall not be considered.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 9 of 19

SECTION-B: PRE-QUALIFICATION SPECIFIC INSTRUCTIONS

1 GENERAL INFORMATION

A. GENERAL INFORMATION PERTAINING TO THE APPLICANT

Name of Applicant: ________ Type of company: _ (Public incorporated or equivalent / private incorporated or equivalent etc.)Registered Address: _ Correspondence Address: _ Telephone numbers: ________ Telefax numbers: ________ Name & Percentage of the shareholder(s):Indicate the name of the focal point of the Applicant who will co-ordinate all communication between PDO and the Applicant with regard to this application:Name: Position: Company: Telephone number: Telefax number: E-mail address:

B. GENERAL INFORMATION PERTAINING TO A COMBINATION

Names of Participants: Postal addresses: Telephone numbers: Telefax numbers:

Indicate the name of the Leading Participant acting for a Combination who will co-ordinate all communication between PDO and the Applicant with regard to this application:Name: Position: Company: Telephone number: Telefax number:

Pre-Qualification Document Revision-2 dated 12.7.09 Page 10 of 19

E-mail address:

2 STRUCTURE & ORGANISATIONa. Applicant in case of combination to submit a letter of intent or memorandum of

understanding setting out the main terms of their co-operation for this project during the pre-qualification and selection phase and possible subsequent phases.

b. Applicant(s) to confirm its willingness to provide the parent company guarantee, if applicable. For Combinations, each Participant must provide a Parent Company Guarantee.

c. Applicant to submit a copy of the commercial registration certificate of Applicant(s).d. Applicant to submit Organisation chart and management hierarchy including HSE,

QA/QC engineering, procurement, construction and maintenance set-up.e. Applicant to state numbers and details of technical and non-technical staff in the

relevant discipline areas including CV’s of the management Personnel.

3 RESOURCESa. Applicant to confirm that all supervisory and managerial staff from the level of

foreman and above, speak and write English.b. Applicant shall provide details of its established competence assurance scheme for

all personnel including site personnel. c. Applicant shall provide details of the current & anticipated future workload

commitments showing percentage of total capacity, a short description contract value and duration for each contract supported by a bar chart.

d. Applicant shall provide a list of critical equipments & machinery including type, model, capacity, make & age applicable to the Scope that is owned by the Applicant.

e. Applicant shall provide details of support services, i.e. engineering/CAD facilities, office services, etc.

4 MAINTENANCEa. Applicant to confirm that maintenance is a core activity of the Applicants

organisation, or one of the organisations within a Combination?b. Applicant to provide details of its experience of maintenance over the last 5 years,

particularly in upstream oil and gas. Details required should include scope of maintenance (equipment generic types) and number of man-hours executed.

c. Applicant to provide details of working experience in the SAP maintenance management system (SAP PM).

d. Applicant to furnish details of its in-house maintenance tools that they would consider using in the execution of the maintenance work

e. Applicant to describe the process to assure quality of maintenance tasks performed.f. Applicant to give details of staff retention and motivation schemes.g. Applicant to provide CVs of key personnel in on site managing roles. h. Applicant to provide details of staff and workforce leave cycles.

5 ENGINEERING DESIGNa. Applicant to provide details of its established engineering & design office including

organisation chart.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 11 of 19

b. Applicant to furnish its experience in engineering design for similar works related to oil and gas projects in the last 5 years.

c. Applicant to submit the list of in-house Engineering procedures applicable to the scope of the work.

d. Applicant to provide details of design softwares with experience system design for similar works. This should include but not be limited to:

Static mechanical engineering Project services Project construction. Process troll simulation Stress analysis Structural analysis Document management Project control Control and automation Electrical engineering HSE

6 QUALITY MANAGEMENTa. Applicant to submit a copy of the latest ISO-9001, ISO/TS/29001, ISO-10006

certificate applicable for the scope, include a copy the last external accreditation audit report.

b. Applicant to provide a copy of the applied company Quality Key Performance Indicators.

c. Applicant to provide a copy of its latest Risk based Quality management manual including Quality Policy, list of system process control procedures (e.g. Cost Control, Planning, Sub-contractor / Supplier Control, Interface Control, etc.), annual internal audit plans and audit set up covering the Applicant’s operational systems, activities and services.

d. Applicant to provide an example of a typical contract Quality Plan that interlinks the activities and Quality Plans of any associated subcontractors and Suppliers organizations for a similar (type and size of approximately >USD 300 million) project / contract or USD 100 million/annum you executed in the last 5 years including:i. Chart of QA & QC organisation.ii. A brief narrative of organisation, the roles and responsibilities, reporting lines

and controls.iii. Details of QA & QC staff in respect to discipline, expertise, experience and

qualifications.iv. Typical list of procedures to be applied in order to assure the quality of the

works. v. A description of the interface between the project QA/QC organisation and

corporate QA/QC organisation.vi. An explanation of how the performance of QA/QC staff was monitored.

7 HSE MANAGEMENT

Pre-Qualification Document Revision-2 dated 12.7.09 Page 12 of 19

a. Applicant to submit its valid and latest ISO 14001 or equivalent for environmental assurance scheme.

b. Applicant to submit details of its latest HSE management system covering the Applicant’s operational systems, activities and services, HSE Policy.

c. Provide evidence of the Applicant’s leadership commitment to HSE management through demonstration of senior management involvement in accident/incident investigation, site visits, work place audits including promotion of positive HSE culture within the organisation, etc.

d. Provide details of your corporate safety record in terms of Fatalities, TRCF & LTIF for the last 5 years.

e. Provide details of your occupational health monitoring programme giving details of records over the past 3 years.

f. If you already have a personnel and competence assurance scheme, how is the scheme applied for HSE-critical positions? Provide evidence of the scheme.

g. Provide a description on how you select, evaluate and manage sub-contractor’s HSE performance.

h. Explain the process of how your company would carry out identification of typical worksite hazards, assessment and controls needed and how you would manage the hazards (Hazards and Effects Management Process). Include worked examples of the three most critical worksite hazards including road safety likely to be encountered in this environment.

8 CONTRACTING AND PROCUREMENTa. Applicant to provide procurement, logistics, inventory management including

storage and preservations, procurement governance, processes and procedures.b. Applicant to provide sub-contracting governance, processes and procedures. c. Applicant to provide details of IT system used to support the procurement, material

and sub-contracting management and processes.d. Applicant to complete the Procurement Check Sheet, see Attachment 2.

9 FINANCIAL a. Applicant to provide copies of audited financial reports and published accounts of

the last three years and method statement on Applicant’s proposal for financing the Services. Applicant to complete the Financial Evaluation Data Sheet, see Attachment 1.

10 PROJECT (CONTRACT) MANAGEMENTa. Applicant to submit details of its project specific execution, monitoring and control

procedures related to cost, quality, schedule, interface management and change control.

b. Applicant to submit details of its cost estimation processes. c. Applicant to submit details of experience relating to continuous improvement,

lateral learning and innovation around: Cost control. Change control. Documentation control. HSE.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 13 of 19

Scheduling and planning. Quality.

d Applicant to submit details of systems used for challenging standards and processes in order to drive overall costs down in a sustainable manner.

11 RELEVANT EXPERIENCEa. Applicant to submit a list of similar contracts on-going and completed in the past 5

years. Include starting date and planned end date, client, short description of Work, total value of the contract.

b. Applicant to provide unqualified statement of at least 5 years experience (by company or main JV partner) in the relevant aspects of the required Work.

c. Describe the applicant’s experience during the last five years with performance-based and norms-based incentives contracts.

d. Applicant shall provide details of the current & anticipated future workload commitments showing current and anticipated contract value and duration for each contract supported by a bar chart.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 14 of 19

ATTACHMENT 1:- FINANCIAL EVALUATION DATA SHEET

Pre-Qualification Document Revision-2 dated 12.7.09 Page 15 of 19

ATTACHMENT 2:-PROCUREMENT CHECK SHEETApplicant to confirm adherence to the below requirements during contract execution by indicating with a (√) against each item under the ‘Yes’ column. Inability to confirm with a Yes to any of the requirements below may be a reason for disqualification.

S.No.

ITEM CHECKLIST Yes No

1 To manage all RtP (requisition to pay) aspects in PDO integrated SAP IT system.

2 To handle all materials management (warehousing, certification) aspects in PDO integrated SAP IT system.

3 To utilise PDO frame agreements for the majority of project materials & services requirements.

4 Contractor sourcing organisation to create frame agreements for certain low risk / low complexity goods & services spend categories (e.g. bulk items).

5 To utilise contractor sourced frame agreements within PDO SAP RtP IT platform.

6 To support spend analysis in PDO SAP RtP system to identify opportunities for supply optimisation.

7 To provide all sourcing and procurement operations (RtP) services at @ cost basis.

8 To manage all RFQ (request for quotations) activities on PDO e-sourcing platform.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 16 of 19

ATTACHMENT 3:-MAINTENANCE SCOPE

PDO is defining Maintenance as core business activity and will manage and control the majority of the maintenance activities. The contract is open for a development where a qualified contractor can take some maintenance scope as self supervised activities under agreed fixed rates. The draft scope for those maintenance activities is listed belowThe minimum total annual volume of Maintenance related EMC activities is expected to be about USD 20-40 million. It is critical that the EMC contractor shows ability and willingness to prioritise maintenance parts of the EMC contract including engineering deliverables as as-built, asset register, ESPIR, MJR development and data entry into SAP. Failing to do so will be reason not to pre-qualify.A very important part of the maintenance and support activities is competent personnel and low turnover. Staff need exposure to specific fields/asset over a period before they are fully productive and can do high quality and efficient work. The final tender documents will ask for names of core personnel and KPI’s will be established to ensure these personnel are in positions for the contract period.All scope related to Maintenance has been risk assessed and the scope has been divided into 3 categories 1) PDO responsible 2) EMC responsible 3) Specialist vendor or OEM.PDO will be responsible for the following Maintenance activities

ESDV checks Fire and Gas systems IPF Initiators Process Control Steam Generators HV/LV motors Transformers Multiple Selector Valves – MSV Diesel/Gas Engines Motor Operated Valves – MOV Instrument Air Compressors Turbo Expanders Gas Compressors Gas Turbines Voith Couplings

EMC will be responsible for the following Maintenance activities (to be executed to a procedure/standard reviewed and approved by PDO):

Self supervised maintenance scope. Low Pressure Wellheads – Wellhead Integrity Testing (WIT). Relief Valve removal, testing and calibration. Station lighting. Greasing of Motors & Manual Operated Valves.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 17 of 19

Station earthing checks. Blower fans preventive and corrective maintenance. Battery Chargers preventive and corrective maintenance. Cellar Pit cleaning. Sand removal stations, flowlines. Clean up Spills. Brownfield (FCP type) Design/Engineering/Fabrication. Civil preventive and corrective maintenance. Workshop based minor overhaul of small rotating equipments. Scaffolding. Rigging. Spading. Painting. Blasting. Cleaning (includes tanks, vessels, etc.). Insulation cladding. Provision of Special Tools and equipment including vacuum trucks and cranes.

As a part of the risk evaluation of Maintenance tasks some highly specialised tasks where identified to be contracted to OEM’s and/or specialists companies. If selected EMC contractor shall have the competence, qualifications and capacity to do specialists contractor services. The contract will not exclude the opportunity for EMC to be given such specialists tasks.Examples of specialist’s maintenance tasks:

Flow metersWell head monitoring and maintenanceSafeguarding systemsControl systemsCathodic ProtectionHeat Exchangers – Plate typeFlowlinesPipeline intelligent piggingPipeline maintenancePartial Discharge TestHV MotorsLV MotorsRelay Testing

Relief valve certificationOverhead line (OHL) 33kvChemical Injection SkidsOverhead cranesValvesInstrument Air CompressorsBeam PumpsPositive Cavity PumpFire ExtinguisherBreathing Apparatus SetHVAC (AC and ventilation)Pumps, High energy (DWD, Shipping, WI, other)

In addition EMC contractor will provide manpower services to PDO maintenance activities and production activities. PDO will when needed hire staff from EMC contractor in all disciplines: electrical, automation, instrumentation, mechanical rotating, mechanical static and production.In addition EMC contractor could provide maintenance Engineering services such as maintenance planning, scheduling, integrity engineers, reliability engineers, material specialists, etc. PDO will provide training in PDO specific methodologies used if staff of this category is available and hired into PDO organisation.

Pre-Qualification Document Revision-2 dated 12.7.09 Page 18 of 19

ATTACHMENT 4:-CLARIFICATION REQUEST FORMClarification number: ________________________________________________________________

Applicant’s company’s name: __________________________________________________________

Date: ____________________________________

NO. SECTION(indicate A or B)

NUMBER IN THE

SECTION(example

4.a.iii)

APPLICANT’S QUERY PDO’s RESPONSE

123, etc

Pre-Qualification Document Revision-2 dated 12.7.09 Page 19 of 19