View
0
Download
0
Category
Preview:
Citation preview
Page 1 of 2
TENDER ADVERTISEMENT
ADVANCED FRONT END ENGINEERING & DESIGN STUDIES FOR
KUZEY MARMARA FIXED OFFSHORE PLATFORMS & OFFSHORE PIPELINES;
AND OFFSHORE ENGINEERING & CONSULTANCY SERVICES
Türkiye Petrolleri A.O. (TPAO) will solicit sealed tenders from qualified companies for the “Advanced Front
End Engineering and Design Studies for Kuzey Marmara Fixed Offshore Platforms and Offshore Pipelines
(hereinafter called AdvFEED Studies) and Offshore Engineering and Consultancy Services”. Work product for
AdvFEED Studies will form the basis and technical requirements for a potential EPCI type contract with others
for engineering, procurement, construction and installation of the Kuzey Marmara fixed platforms and pipelines.
TPAO intends to install two unmanned fixed offshore platforms in 25 m and 46 m water depth and associated
pipelines in the north of Sea of Marmara off the coast of Silivri/İstanbul to support and form the offshore
components of Kuzey Marmara underground gas storage operations for which a capacity expansion studies have
been initiated.
Tenderers shall submit a fixed lump-sum price for the performance of the AdvFEED Studies which shall be
completed within 10 months after the effective date of the Agreement. Tenderers shall also submit proposed
personnel time rates for reimbursable offshore engineering and consultancy services TPAO may require from
time to time during the performance of the Agreement which will remain in effect for 4 calendar years.
The participation in the tender procedure is open internationally on equal terms to all natural and legal persons
participating either individually or as a Joint Venture. Consortiums are not allowed to participate.
To be eligible for participation in the tender procedure, Tenderer shall prove to the satisfaction of TPAO that it
complies with the necessary legal, technical and financial requirements to carry out the Agreement effectively.
TPAO reserves the right to reject any, all, or part(s) of the Tenders and to accept other than the lowest priced
Tender or to cancel the tender procedure at any time.
Tender Specific Information
1) Contracting Entity: TURKIYE PETROLLERI A.O. (Turkish Petroleum Corporation)
a) Address: TPAO GENEL MUDURLUGU URETIM DAIRE BASKANLIGI SOGUTOZU
MAH. 2180. CAD. NO:86 CANKAYA 06100 ANKARA / TURKEY
b) Phone Number: +90 312 207 3116
c) Facsimile Number: +90 312 286 9017
d) E-mail: ssaral@tpao.gov.tr
2) Service Tendered: Advanced Front End Engineering and Design Studies for Kuzey Marmara Fixed
Offshore Platforms & Offshore Pipelines and Offshore Engineering and Consultancy
Services.
a) Tender Reg. No: 2013/108673
b) Term: 10 (ten) months for the performance and completion of the AdvFEED Studies;
Term of the Agreement shall be (4) four years following the effective date
c) Tender Delivery Addr.: TPAO GENEL MUDURLUGU GELEN EVRAK SERVISI SOGUTOZU MAH.
2180. CAD. NO:86 CANKAYA 06100 ANKARA / TURKEY
d) Deadline for Information Request from TPAO: 17/09/2013 @ 17:30 (Local Time)
e) Deadline for TPAO to Issue Clarifications: 23/09/2013 @ 17:30 (Local Time)
f) Deadline for Tender Submission: 02/10/2013 @ 10:00 (Local Time)
g) Tender Opening Session: 02/10/2013 @ 10:10 (Local Time)
Page 2 of 2
3) The Tender Documents could be reviewed, free of charge, at the address given below or partially downloaded
from TPAO web site at www.tpao.gov.tr under tender announcements page:
TPAO GENEL MUDURLUGU, URETIM DAIRE BASKANLIGI, 11th Floor, Room 1109.
4) Tender Documents could be purchased at the same address given above at a cost of net 250 USD. The
payments shall be made to TPAO’s below given bank account and the payment receipt shall be submitted as an
evidence of the payment for completing the application procedure. It is mandatory for the Tenderer to purchase
formal Tender Documents to be eligible to submit a Tender in this tender procedure.
TPAO Bank Account (USD): Turkiye Vakiflar Bankasi TAO, Ankara Kurumsal Merkezi Subesi
IBAN: TR18 0001 5001 5804 8000 9227 84 SWIFT: TVBATR2A
5) Tender Documents could also be couriered at request to an address in Turkey or outside of the country. The
cost of the Tender Documents including courier services is net 275 USD for Turkey and net 350 USD for
addresses outside of Turkey. The request for purchasing the Tender Documents shall be prepared on a formal
letter providing the name and particulars of the sender, the complete delivery address and the wiring receipt for
payment attached and the letter shall be sent to TPAO via facsimile or courier to initiate the document
preparation. TPAO will send the Tender Documents to the specified address within two working days via
courier. TPAO shall not be responsible in any case for a late delivery, for any or all documents suffering damage
or a delivery failure by the courier service and the Tender Documents will be deemed to be delivered in complete
form to the Tenderer at the time Tender Documents will be handed over to the courier agent.
6) TPAO is NOT bound by Turkish Laws 4734 or 4735 for public procurement and public procurement contracts
for this tender procedure, except for the provisions of penalties and prohibitions of said Laws.
{ End of Advertisement }
INSTRUCTIONS TO TENDERERS
ADVANCED-FEED STUDIES
FOR KUZEY MARMARA FIXED OFFSHORE PLATFORMS & PIPELINES
AND OFFSHORE ENGINEERING & CONSULTANCY SERVICES
Tender Ref.: 2013/108673
Date of Issue
12/08/2013
Deadline for TENDER Submission
02/10/2013 @ 10:00 (Local Time)
DEFINITIONS (Excerpt from Draft Agreement)
“Agreement” shall mean this Agreement, its exhibits and attachments as originally executed or as may
be supplemented or amended by mutual consent of the parties hereto.
“COMPANY” and “CONTRACTOR” shall mean the contracting parties named in the Agreement.
“Work” shall mean all work to be performed by CONTRACTOR for the Advanced FEED studies of
Kuzey Marmara offshore platforms and pipelines for the fixed Lump-Sum Price as required in the
Agreement;
“RFS” shall mean “Request for Services” order which will be issued by COMPANY for the
engineering and consultancy services in addition to the lump sum scope of this Agreement providing
the description and requirements of the services for the performance of the CONTRACTOR on
reimbursable basis using Personnel Time Rates.
“Service” shall mean the work to be performed by CONTRACTOR under and in accordance with an
issued RFS or a Variation Order on reimbursable basis.
“SUB-CONTRACTOR” shall mean the physical or corporate body that acts on behalf of and under
the control of CONTRACTOR in order to carry out some part of the Work or Service under the
Agreement upon approval by the COMPANY;
“Affiliate” of a company shall mean a person or entity directly or indirectly controlling, controlled by,
or under common control with such company.
“COMPANY GROUP” shall include COMPANY, its Affiliates, all of their co-owners, partners, co-
ventures, respective SUB-CONTRACTORs, agents, representatives, employees, officers, directors and
insurers of each.
“CONTRACTOR GROUP” shall include CONTRACTOR, its Affiliates, all of their co-owners,
partners, co-ventures, respective SUB-CONTRACTORs, agents, representatives, employees, officers,
directors and insurers of each.
“Party” shall mean either COMPANY or CONTRACTOR according to circumstances and the
"Parties" shall refer to both of them;
“Third Party” shall mean any party other than the COMPANY and CONTRACTOR;
“Programme” shall mean the programme for the performance of the Work as defined in Exh.-B
(Programme) and as may be amended from time to time in accordance with the Agreement.
“Approved” or “Approval” shall mean approved or approval in writing by COMPANY;
“Day” shall mean a calendar day;
“Month” shall mean a calendar month;
“Personnel” shall refer to the persons that are employed by CONTRACTOR or SUB-
CONTRACTOR, who are assigned for the performance of the Work and Services or parts thereof;
“Key Personnel” shall refer to the key persons whom CONTRACTOR shall employ for rendering the
services;
“Home Office” shall mean CONTACTOR’s base of operations in the country(s) where the
CONTRACTOR has fiscal residence by law.
“Site” shall mean any location at which the Work and Services are being performed.
“Host Government” shall mean the government (or any agency or political subdivision thereof) of the
country where CONTRACTOR has its Home Office.
“AdvFEED” or “Advanced FEED” shall mean Advanced Front End Engineering and Design;
“Project Documents” shall mean project close-out report and documentation including all project
deliverables, reports, calculations, drawings, analysis and similar technical data and documents
submitted by the CONTRACTOR and accepted or approved by COMPANY, upon completion of the
Work.
“Lump-Sum Price” shall mean the lump-sum and fixed price that will be paid to CONTRACTOR in
return for completing the Work defined in this Agreement.
“Agreement Price” shall mean the price to be paid to CONTRACTOR upon satisfactory completion of
the Work and Services, including Lump-Sum Price and reimbursable amounts as detailed in Exh.-C
“Invoicing & Remuneration”;
“Variation” shall mean a written instruction for an addition to the Lump-Sum Work by COMPANY;
“Variation Order” shall mean the document issued by COMPANY for the implementation of a
Variation in accordance with Article 25. of this Agreement.
“Completion Period” shall mean a period of 10 (ten) months which shall commence on the effective
date of the Agreement for the performance of Work excluding any time extension that might be
granted by COMPANY;
TABLE OF CONTENTS
GENERAL ........................................................................................................................................................ 1
INTRODUCTION ............................................................................................................................................. 1
1. GENERAL INSTRUCTIONS .................................................................................................................. 2
2. INFORMATION ABOUT TPAO ............................................................................................................. 3
3. INFORMATION ABOUT TENDER ........................................................................................................ 3
4. TENDER DOCUMENTS.......................................................................................................................... 4
5. EXCLUSION CRITERIA FOR TENDERERS ........................................................................................ 5
6. TENDER COMMUNICATIONS ............................................................................................................. 6
7. JOINT VENTURES .................................................................................................................................. 6
8. STRUCTURE AND SUBMISSION OF TENDERS ................................................................................ 6
Volume-I: Administrative & Financial Documents and Technical Proposal ...................................... 7
Volume-II: Commercial Proposal ...................................................................................................... 10
9. ASSESSMENT OF THE TENDERS ...................................................................................................... 11
10. AWARD OF THE AGREEMENT ...................................................................................................... 14
11. GOVERNING LAW AND SETTLEMENT OF DISPUTES ............................................................. 14
Page 1 of 15
GENERAL
Turkiye Petrolleri A.O. (hereinafter called TPAO) will solicit sealed TENDERs from qualified contractors
for the “Advanced Front End Engineering and Design Studies for Kuzey Marmara Fixed Offshore
Platforms and Offshore Pipelines (hereinafter called AdvFEED Studies) and Offshore Engineering and
Consultancy Services” as detailed in these TENDER DOCUMENTS. TPAO intends to award a complete
Agreement to a single contractor for the AdvFEED Studies for a fully inclusive Lump-Sum Price and
offshore engineering and consultancy services on a reimbursable compensation basis as defined in other
sections of the TENDER DOCUMENTS.
INTRODUCTION
TPAO’s Kuzey Marmara Gas Field is located in the north of Sea of Marmara (SoM) about 2.5 km off the
coast of Silivri, approximately 65 km west of Istanbul and was discovered in 1988. Initial field
development consists of a 4-legged unmanned platform supporting 5 wells with minimal topsides, installed
in 43 m water depth, a 2.4 km long 8” offshore pipeline, a 2” piggy back offshore line for monoethylene
injection up to the shore and an onshore processing plant, Silivri Process Facility, and all those systems
were commissioned in 1997. The field was chosen to be converted to an underground storage of natural gas
and the gas production was intentionally stopped in 2002 to leave the remaining gas as cushion gas.
In order to use this field as storage at intended capacity, 6 onshore extended reach (directional) wells were
drilled and completed nearby the Silivri Process Facility. The Silivri Underground Gas Storage Facility,
located at about 3.5 km in the north west of Silivri Process Facility, was designed, constructed and
commissioned in 2007. During injection mode, the gas is supplied from the national gas network through a
24” pipeline.
Further reservoir studies showed that the injection and withdrawal rates could be significantly improved for
Kuzey Marmara Reservoir and the project “Capacity Expansion of Kuzey Marmara Underground Gas
Storage System” has been initiated by TPAO. As part of the onshore works, an independent underground
gas storage plant will be constructed, which will be dedicated to the new Kuzey Marmara offshore wells,
nearby the existing storage facility. The plant will have two working modes; injection and withdrawal
modes. The plant will work in injection mode from April to October when the domestic gas consumption is
low and in withdrawal mode from November to March when the consumption is at much higher levels. The
withdrawal capacity for this new plant will be 50 MM SCMD and 18 additional wells will be drilled
offshore as part of the drilling & well completions campaign.
The execution of the overall project is divided into three separate parts as onshore facilities, offshore
facilities and drilling & well completions.
The offshore facilities will encompass two shallow water unmanned fixed platforms, DP-1 and DP-2, which
will have identical minimal topsides and support 12 well conductors. DP-1 will be installed in 25 m water
depth in the north west of the existing Kuzey Marmara Platform and DP-2 will be installed in 46 m water
depth in the south east. The purpose of the platforms will be to support the topsides equipment, the well
conductors and one pipeline riser to be installed on each platform; which will be used for injection and
withdrawal of gas to and from the underground gas storage reservoir. The gas coming from new plant will
be transported to and from the platforms using two separate TBD OD offshore pipelines. Each pipeline will
initiate at one platform and terminate at the inlet of the plant; however the offshore facilities design shall
include pipeline from the platforms up to the landfall point where an interface shall be defined for use by
Page 2 of 15
others for onshore pipeline design. For pipeline sizing, the overall pipeline length shall be taken into
consideration instead of offshore section only.
A field layout showing all components of the described systems is shown as Figure-1. The scope of this
tender procedure consists of the facilities that will be installed offshore, in the SoM.
A Conceptual Engineering has been performed by AMEC Oil & Gas of Houston/USA for the platforms and
pipelines and a Basis of Design document has been developed for the description and technical
requirements of the subsequent design and engineering work. A summary report for Conceptual
Engineering and the Basis of Design document with their attachments are provided under Exh.-A “Scope of
Work” of the Draft Agreement.
1. GENERAL INSTRUCTIONS
1.1. These Instructions to TENDERERs shall apply to the submission of TENDERs for a Service
Agreement for “Advanced Front End Engineering and Design Studies for Kuzey Marmara Fixed Offshore
Platforms & Offshore Pipelines and Offshore Engineering and Consultancy Services”.
1.2. This tender procedure does not constitute an offer and any and all costs that will be incurred by
the TENDERER in preparing and submitting a TENDER shall be borne by the TENDERER.
1.3. In submitting a TENDER, the TENDERER accepts in full and without restriction all the
conditions of the TENDER DOCUMENTS as the sole basis of this tender procedure. TENDERER is solely
responsible to examine carefully and fully and comply with all instructions, forms, Agreement provisions
and specifications contained in these TENDER DOCUMENTS. Submitted TENDERs, which are not
complete, in conformance with all the requirements and instructions may be rejected at TPAO’s sole
discretion.
1.4. TPAO shall retain ownership of all TENDERs received and TENDERERs shall have no right to
have their TENDERs returned to them.
1.5. The TENDER DOCUMENTS shall be treated as confidential. TENDERER should not disclose
or release details of its TENDER and TENDER DOCUMENTS for publication or to third parties other than
on an "in confidence" basis to those who have a legitimate need to know or whom they need to consult for
the purpose of preparing the TENDER.
1.6. The participation in the tender procedure is open internationally on equal terms to all natural and
legal persons participating either individually or as a Joint Venture. Consortiums are not allowed to
participate. The instructions and requirements shall apply to TENDERERs, partners of the Joint Ventures
and any SUB-CONTRACTORs.
1.7. To be eligible for participation in the tender procedure, TENDERER shall prove to the
satisfaction of TPAO that it complies with the necessary legal, technical and financial requirements to carry
out the Agreement effectively. TENDERERs may not be awarded Agreements who will be found to
misrepresent the information required by the TENDER DOCUMENTS or fail to supply this information.
1.8. TENDERERs are not allowed to submit more than one TENDER in any form.
Page 3 of 15
1.9. All documentation submitted within a TENDER shall either be the original print of that
document or an approved copy by notary public; except “Form of TENDER” and “Power of Attorney”
which shall be submitted in only original forms.
1.10. TENDERER shall acknowledge and agree that the successful TENDERER and its affiliates
shall not participate in a potential EPCI tender procedure for engineering, construction and installation of
Kuzey Marmara offshore platforms and pipelines, whether alone, as a partner in a Joint Venture, in a
Consortium or as a consultant to the EPCI Contractor.
2. INFORMATION ABOUT TPAO
a) Contracting Entity: TURKIYE PETROLLERI A.O. (Turkish Petroleum Corporation)
b) Address: TPAO GENEL MUDURLUGU URETIM DAIRE BASKANLIGI
SOGUTOZU MAH. 2180. CAD. NO:86
CANKAYA 06100 ANKARA / TURKEY
c) Phone Number: +90 312 207 3116
d) Facsimile Number: +90 312 286 9017
e) E-mail: ssaral@tpao.gov.tr
f) Contact Persons: Murat Saricicek (Manager, Offshore Projects)
Ismail O. Kurtoglu (Chief Engineer)
The TENDERER may contact the given above to get information with respect to the tender procedure and
TENDER DOCUMENTS.
3. INFORMATION ABOUT TENDER
a) Service Tendered: “Advanced Front End Engineering and Design Studies for Kuzey Marmara
Fixed Offshore Platforms and Offshore Pipelines (AdvFEED Studies) and
Offshore Engineering and Consultancy Services”
b) Term: 10 (ten) months for performance and completion of the AdvFEED Studies;
Term of the Agreement shall be (4) four years following the effective date.
c) Tender Reg. No: 2013/108673
d) Tender Delivery Addr.: TPAO GENEL MUDURLUGU GELEN EVRAK SERVISI
SOGUTOZU MAH. 2180. CAD. NO:86
CANKAYA 06100 ANKARA / TURKEY
e) Deadline for Information: 17/09/2013 @ 17:30 (Local Time)
Request from TPAO
f) Deadline for TPAO to: 23/09/2013 @ 17:30 (Local Time)
Issue Clarifications
e) Deadline for TENDER: 02/10/2013 @ 10:00 (Local Time)
Submission
f) TENDER Opening: 02/10/2013 @ 10:10 (Local Time)
Session
Page 4 of 15
4. TENDER DOCUMENTS
4.1. The TENDER DOCUMENTS could be reviewed, free of charge, at the address given below or
partially downloaded from TPAO web site at www.tpao.gov.tr under tender announcements page:
TPAO GENEL MUDURLUGU, URETIM DAIRE BASKANLIGI, 11th Floor, Room 1109.
4.2. TENDER DOCUMENTS could be purchased at the same address given above in Article 4.1. at
a cost of net 250 USD. The payments shall be made to TPAO’s below given bank account and the payment
receipt shall be submitted as an evidence of the payment for completing the application procedure. It is
mandatory for the TENDERER to purchase formal TENDER DOCUMENTS to be eligible to submit a
TENDER in this tender procedure.
TPAO Bank Account (USD):
Turkiye Vakiflar Bankasi TAO, Ankara Kurumsal Merkezi Subesi
IBAN: TR18 0001 5001 5804 8000 9227 84
SWIFT: TVBATR2A
4.3. TENDER DOCUMENTS could also be couriered at request to an address in Turkey or outside
of the country. The cost of the TENDER DOCUMENTS including courier services is net 275 USD for
Turkey and net 350 USD for addresses outside of Turkey. The request for purchasing the TENDER
DOCUMENTS shall be prepared on a formal letter providing the name and particulars of the sender, the
complete delivery address and the wiring receipt for payment attached and the letter shall be sent to TPAO
via facsimile or courier to initiate the document preparation. TPAO will send the TENDER DOCUMENTS
to the specified address within two working days via courier. TPAO shall not be responsible in any case for
a late delivery, for any or all documents suffering damage or a delivery failure by the courier service and
the TENDER DOCUMENTS will be deemed to be delivered in complete form to the TENDERER at the
time TENDER DOCUMENTS will be handed over to the courier agent.
4.4. The TENDER DOCUMENTS are comprised of the following:
A) Instructions to TENDERERs (this document)
B) Draft Agreement
B.1) Exh.-A “Scope of Work”
B.1.1) Attach.(1) Basis of Design for AdvFEED Phase, RevC;
B.1.2) Attach.(2) Conceptual Engineering Report, RevA;
B.1.3) Attach.(3) Final Report - North Marmara Field, Sea of Marmara
Metocean Design Data, Oceanweather Inc., July 9, 2013 (will be
provided to the successful TENDERER);
B.1.4) Attach.(4) Final Report - Marine Pipelines and Platform Locations
Shallow Hazard Survey, Derinsu Underwater Engineering, July 22,
2013 (will be provided to the successful TENDERER);
B.1.5) Attach.(5) Seismic Hazard Report, Offshore Platforms Northern
Marmara Sea Turkey, FUGRO, July 12, 2013; (will be provided to
the successful TENDERER);
B.1.6) Attach.(6) Geotechnical Engineering Report, Offshore Platforms
Northern Marmara Sea Turkey, FUGRO, July 12, 2013 (currently
being updated to incorporate TPAO Comments by FUGRO).
B.2) Exh.-B “Programme”
Page 5 of 15
B.3) Exh.-C “Invoicing & Remuneration”
B.4) Exh.-D “Coordination Procedures”
C) Standard TENDER Form Templates
C.1) Form of TENDER Letter Template
C.2) Power of Attorney Form (for Joint Ventures only)
4.4.1. Attachments (1), (2) and (6) to Exh.-A “Scope of Work” of Draft Agreement will only be
provided to the TENDERERs who will purchase the TENDER DOCUMENTS at its cost.
4.4.2. Attachments (3), (4) and (5) to “Scope of Work” will only be provided to the successful
TENDERER who will be awarded the Agreement.
4.5. Any Addendums and responses to TENDERER’s queries that would be issued by TPAO shall
be binding parts of the TENDER DOCUMENTS.
4.6. TENDER DOCUMENTS are prepared in English language and all communications and
correspondence with respect to the tender procedure shall be in English.
4.7. For the full interpretation of the TENDER DOCUMENTS, TENDERER shall refer to the Draft
Agreement and its Exhibits. All queries and any discrepancies that might be observed in TENDER
DOCUMENTS shall be sent directly to TPAO for a formal response and clarification. All responses to
TENDERER’s information requests will be sent to all TENDERERs which formally purchase the
TENDER DOCUMENTS.
5. EXCLUSION CRITERIA FOR TENDERERS
5.1. To be eligible for participating in this tender procedure, TENDERERs shall not be in any of the
following situations. TENDERERs:
a) Are bankrupt or being wound up, are having their affairs administered by the courts,
have entered into an agreement with creditors, have suspended business activities, are
the subject of proceedings concerning those matters, or are in any analogous situation
arising from a similar procedure provided for in national legislation or regulations;
b) Have been convicted of an offence concerning their professional conduct by a
judgement which has the force of res judicata, within the last five years;
c) Have not fulfilled obligations relating to the payment of social security contributions
or the payment of taxes in accordance with the legal provisions of the country in which
they are established or in Turkey.
d) Are banned from participating TENDERs by Government of Turkey.
5.2. TENDERERs, upon written request by TPAO, shall provide the evidences that they are not in
any of the situations described under Article 5.1. above.
Page 6 of 15
6. TENDER COMMUNICATIONS
6.1. All notices and correspondence between the TENDERER and TPAO shall be in a letter form
and may be delivered either personally, by mail courier or facsimile. Such notices shall be effective:
a) if delivered by hand or mail courier, at the time of delivery;
b) if sent by facsimile, upon confirmation of receipt by the recipient via sending back the
facsimile cover sheet of the notice adding a receipt note to the sender.
6.2. Notices to Joint Ventures by TPAO shall be made to the Lead Partner.
6.3. TENDERERs may send request for information and clarification about the TENDER no later
than 15 (fifteen) days prior to the deadline for TENDER submission. Queries beyond this period shall not
be responded by TPAO.
6.4. Any Addendums that will be issued by TPAO and all responses to information requests by the
TPAO shall be sent to all of the TENDERERs who purchase the TENDER DOCUMENTS, no later than 10
(ten) days prior to the deadline for TENDER submission.
7. JOINT VENTURES
7.1. If a TENDERER is a Joint Venture of two or more partners, the TENDER shall be single with
the object of securing a single Agreement.
7.2. Those partners shall designate one of their members as Lead Partner to act as a leader with
authority to bind the Joint Venture for submitting the TENDER and conclusion of the Agreement. The
Power of Attorney form (Standard TENDER Form Templates, C.2) shall be completed and signed by each
partner except the Lead Partner and attached to the TENDER as described under Article 8. below.
7.3. All signatures to the Power of Attorney shall be certified in accordance with the national laws
and regulations of each Partner comprising the Joint Venture.
7.4. Successful TENDERER shall submit a copy of the Joint Venture Agreement between Partners,
approved by notary public, to TPAO before execution of the Agreement.
7.5. The composition of the Joint Venture shall not be altered without the prior consent in writing by
TPAO.
8. STRUCTURE AND SUBMISSION OF TENDERS
8.1. TENDER and all supporting documentation shall be written in English. If originals of
supporting documents and printed literature furnished by the TENDERER are in another language, then
they shall be accompanied by a formal translation into English, approved by notary public. For the purposes
of interpretation of the TENDER, the English versions of the files shall prevail.
Page 7 of 15
8.2. TENDER shall be submitted as ONE ORIGINAL PRINT, prepared in two volumes:
I) Administrative & Financial Documents and Technical Proposal
II) Commercial Proposal
Each volume shall be placed in a separate envelope, signed, sealed and sealed by the TENDERER. Then
these two envelopes shall be placed together into a single main envelope or package which shall also be
signed, sealed and sealed. All three envelopes shall bear the following information on them:
1) Name of TENDERER
2) Address of TENDERER
3) TENDER: “Advanced Front End Engineering and Design Studies for Kuzey Marmara
Fixed Offshore Platforms and Offshore Pipelines and Offshore Engineering and
Consultancy Services”
4) TO: TURKIYE PETROLLERI A.O. URETIM DAIRE BASKANLIGI
SOGUTOZU MAH. 2180. CAD. NO:86
CANKAYA 06100 ANKARA / TURKEY
8.3. TENDERs shall be clear, with continuous page numbering, make reference to the relevant
Article in TENDER DOCUMENTS using its numbering format for any information that will be provided in
response to the TENDER DOCUMENTS and shall be assembled in a coherent fashion.
8.4. TENDERERs shall be bound by their TENDERs for a period of 6 (six) months
until April 02, 2014.
8.5. Volume-I: Administrative & Financial Documents and Technical Proposal
8.5.1. Administrative Documents
8.5.1.1. Identification of the TENDERER.
Below listed information shall be written on one page and signed by the authorized representative of the
TENDERER. All partners in a Joint Venture and proposed SUB-CONTRACTORs shall prepare the same,
complete and sign the form.
a) Name of the TENDERER;
b) Legal Status of the TENDERER;
c) Date of Registration;
d) Country of Registration;
e) Registration Number;
f) Tax Identification Number;
g) Address of the TENDERER;
h) Phone Number;
i) Facsimile Number;
j) E-mail Address;
k) Partner’s Share in Joint Venture (For Joint Ventures only).
Page 8 of 15
8.5.1.2. TENDERER shall provide its general organization chart providing the names and titles of the
officers or principles. Same shall be provided for each Partner in a Joint Venture and for all SUB-
CONTRACTORs.
8.5.1.3. TENDERER shall provide its proof of registration for the current year, as prescribed in its
country of establishment, on one of the professional or trade registers. The certificates shall either be the
original prints or copies approved by notary public. All partners in a Joint Venture shall provide this proof
of registration.
8.5.1.4. Power of Attorney and specimen signature certificate approved by notary public for the
authorized person of the TENDERER shall be provided.
8.5.1.5. JOINT VENTUREs
If TENDERER is a Joint Venture, Power of Attorney form (Standard TENDER Form Templates, C.2)
completed and signed by the partners other than the Lead Partner shall be provided.
8.5.1.6. SUB-CONTRACTORs
If a SUB-CONTRACTOR is to be utilized by the TENDERER, detailed scope of work that would be
subcontracted shall be provided for each SUB-CONTRACTOR. TENDERER shall not change a SUB-
CONTRACTOR unless otherwise approved in writing by TPAO.
8.5.1.7. TENDER GUARANTEE LETTER
8.5.1.7.1. TENDERERs shall provide an unconditional and irrevocable TENDER Guarantee Letter for a
sum of 150.000 USD which shall be valid until April 02, 2014, the earliest.
8.5.1.7.2. Tender Guarantee Letter shall be obtained from a Turkish Bank. The letters of guarantee that
may be arranged by foreign banks permitted to operate in Turkey in accordance with the related legislation,
and the letters of guarantee that may be arranged by banks operating in Turkey upon the counter-guarantees
given by banks operating abroad shall also be accepted as the TENDER security.
8.5.1.7.3. The TENDER Guarantee Letter shall require payment of the guaranteed sum by the Bank to
TPAO, for TENDERER’s default with respect to the conditions stated in TENDER DOCUMENTATION,
unconditionally upon TPAO’s first written demand without any cavil, argument or TPAO’s proof or
otherwise showing ground or reasons for such a demand.
8.5.1.7.4. Failure to submit a TENDER Guarantee Letter adhering to the requirements given shall result in
rejection of the TENDER.
8.5.2. Financial Documents
TENDERERs shall have the economic and financial capacity to perform the work under the Agreement.
8.5.2.1. TENDERER shall provide Bank Reference Letter(s) showing its unused cash or non-cash credit
or unrestricted deposit which totally amounts to minimum 500,000 USD. For Joint Venture, one or any
partner could provide letters whose amounts shall be as a minimum totaling the same. The Bank Reference
Letter(s) shall be issued on or after August 12, 2013.
Page 9 of 15
8.5.2.2. TENDERER shall provide its balance sheets or their equivalents for the last two years before
2013, which shall be duly certified by authorized auditors or third parties. All of the supplementary
financial notes provided by the auditors shall be included.
8.5.2.3. TENDERER shall provide its income statements indicating the TENDERER’s total turnover for
the last two years before 2013, which shall be duly certified by authorized auditors or third parties.
8.5.2.4. If TENDERER is a Joint Venture, all partners shall provide the same documents described in
Articles 8.5.2.2. and 8.5.2.3. above.
8.5.3. Technical Proposal
8.5.3.1. TENDERERs shall have the technical and professional capacity to perform the services required
by TPAO, under the Agreement. The TENDERER and the proposed team shall have the required
educational qualifications, technical knowledge and experience in the field of engineering and design work
for offshore oil/gas platforms and pipelines. Any and all staff who will carry out the work on the TENDER
related works shall have at least 5 (five) years of working experience in their field of profession.
8.5.3.2. TENDERER shall refer to Exh.-A “Scope of Work” of Draft Agreement for a complete
description of the workscope for this tender procedure.
8.5.3.3. TENDERER shall present a Work Completion Certificate duly signed, approved and issued by
one of its clients for completely delivered work under one single agreement in the last five years, having a
minimum value of 1,000,000 USD, for structural and facilities engineering services for fixed offshore
oil/gas platforms. The certificate shall as a minimum indicate project description, workscope, contract price,
start and completion dates, sub-contractor info and client particulars. For Joint Ventures, the Lead Partner
shall present the same.
8.5.3.4. TENDERER shall provide a list and description of its principal engineering projects for offshore
oil/gas platforms and pipelines for the last (5) five years. Description shall include project description,
workscope, start and completion dates, contract price, sub-contractors if any involved and their scope, client
and contact details for each listed. Same shall be provided for each partner in a Joint Venture and all SUB-
CONTRACTORs.
8.5.3.5. TENDERER shall provide a detailed Project Management and Execution Plan for the AdvFEED
Studies. The plan shall include as a minimum the project organization chart, management and planning
system that will be utilized, the execution plan describing how the project requirements will be met, team
composition and task assignments, tools and software that will be used, man-hours break down and project
schedule as a minimum in Level-II, indicating the milestones.
8.5.3.6. TENDERER shall propose a schedule of Key Personnel who will be assigned for the
performance of the AdvFEED works. The Project Manager and design leads shall constitute the Key
Personnel who shall basically be responsible for the performance of the Agreement and relevant
engineering and design work. The TENDERER shall not substitute the Key Personnel with others unless
approved in writing by TPAO. TENDERER shall submit detailed Curriculum Vitae (CV) of each Key
Personnel and the primary project staff proposed and CVs shall include as a minimum: date of birth,
gender, educational background, professional experience, training completed, present position and
publications if any.
Page 10 of 15
Key Personnel shall as a minimum include below titles:
a) Project Manager
b) Structural Engineering and Design Lead
c) Facilities Engineering and Design Lead
d) Process Engineering Design Lead
e) Mechanical Engineering and Design Lead
f) Instrumentation and Electrical Engineering Design Lead
g) Offshore Pipeline Engineering and Design Lead
8.5.3.7. TENDERER shall possess and provide a valid ISO9001:2008 certificate for Quality
Management System.
8.6. Volume-II: Commercial Proposal
8.6.1. TENDERER shall complete, sign, seal and submit, within Volume-II, the Form of TENDER for
which a template form is provided (Standard TENDER Form Templates, C.1), in the TENDER
DOCUMENTS. Proposals could be submitted in either USD, EURO or TL, but not in combination of these.
The currency for the Agreement shall be the same with the one offered in TENDER Commercial Proposal.
8.6.2. TENDERER shall be deemed to have satisfied itself, before submitting its TENDER, as to its
correctness and completeness, to have taken account of all that is required for the full and proper execution
of the Agreement and to have all costs in its price and rates. Lump-Sum Price and the Personnel Time Rates
shall be fully inclusive of any and all costs as detailed in Exh.-C “Invoicing & Remuneration” and
Article 11. “Taxes” of the Draft Agreement provided in the TENDER DOCUMENTS.
8.6.3. The Lump-Sum Price and Personnel Time Rates shall be inclusive of all taxes imposed by the
Host Government and exclusive of all applicable taxes imposed by governments other than the Host
Government including VAT and withholdings for Turkey. Lump-Sum Price and the Personnel Time Rates
shall also be exclusive of the Agreement Stamp Tax and Commission Decision Tax which shall be borne by
TPAO.
8.6.4. Offered prices and rates shall be fixed amounts and not subject to a revision unless otherwise
specified in the TENDER DOCUMENTS. Prices and rates shall not be changed because of evolution or
fluctuation of the exchange rates. TENDERERs shall assume all risks or opportunities relating to the rate
fluctuation.
8.6.5. LUMP-SUM PRICE
TENDERER shall offer a fully inclusive Lump-Sum Price for the performance of AdvFEED Studies for
Kuzey Marmara Fixed Offshore Platforms and Offshore Pipelines. A breakdown of the Lump-Sum Price
shall also be provided for which a table is given in the Form of TENDER. TPAO intends to award the
complete AdvFEED Studies to a single TENDERER and this breakdown shall not be used by TPAO for
awarding separate portions of the Work.
8.6.6. PERSONNEL TIME RATES
TENDERER shall offer fully inclusive Personnel Time Rates for additional Services that will be performed
on a reimbursable basis upon a formal request by TPAO. Additional Services shall be in accordance with
written Request for Services (RFS) approved and issued by TPAO for additional work which may be but
not limited to the support for preparation of the EPCI tender, technical and commercial evaluation of the
Page 11 of 15
bidders, assistance for answering technical queries, QA/QC of platform fabrication and installation, QA/QC
for pipeline construction, QC for procurement of equipment and materials, construction management
support, independent audit of EPCI Contractor, transportation & installation management and for hook-up
and commissioning activities.
TENDERER shall acknowledge that TPAO does not guarantee to issue an RFS for any additional Services
that may be needed and TPAO, at its absolute discretion, may choose to work with any other contractor for
any additional Services at any time.
8.6.7. After one year following the effective day of the Agreement, the Personnel Time Rates could be
adjusted on yearly basis upon request by CONTRACTOR at the end of each yearly period.
CONTRACTOR shall provide COMPANY, at the end of each year (not with the TENDER), with the basis
for its request for the adjustment for COMPANY’s review and Approval. If and when approved by both
parties, the revised Personnel Time Rates shall supersede the old one and be effective on and beyond the
date of Approval. The adjustment to any one of the Personnel Time Rate shall not be more than an increase
by 4 % (four percent) for each year.
8.7. The TENDER shall be hand delivered or sent via prepaid courier or mail to the address given in
Article 3. to reach the address on or before the deadline for TENDER submission. TENDERs that are
received after the deadline indicated above, for whatever the reason, shall be unopened, returned and shall
not be considered for evaluation.
8.8. TENDERER may alter or withdraw its TENDER by written notification prior to the deadline
for submission of TENDERs. No TENDER may be withdrawn after this deadline.
9. ASSESSMENT OF THE TENDERS
9.1. The Agreement will be awarded to the TENDERER offering a good balance between technical
ability and price on the basis of technical and commercial proposals. TENDERs will be assessed on the
basis of both quality and price against the pre-determined criteria given under this Article.
9.2. The assessment of TENDERS will be carried out in three stages:
a) TENDER opening stage and general checks,
b) Detailed control of documents and Technical Evaluation,
c) Commercial Evaluation.
9.3. In the first stage, all TENDER Envelopes will be opened in the presence of TENDERERs.
Volume-I of all TENDERs will be opened and Volume-II of all TENDERs will be collected and secured to
be opened at a later time. Contents of Volume-I will be broadly examined to check whether the TENDER
Guarantee Letter have been furnished, whether the required documents have been properly included and
whether the TENDERs are generally in good order. TENDERs which do not include TENDER Guarantee
Letter will be immediately rejected at this stage and will not be considered for further evaluation.
9.4. In the second stage, the administrative, financial documents and the technical proposals will be
examined in detail and TENDERs will be checked if they comply with the essential requirements of the
TENDER DOCUMENTS. TENDERERs may be formally requested clarification by TPAO, if documents
submitted will not be self explanatory or require confirmation or additional information for the assessment.
Page 12 of 15
TENDERs that do not comply with the TENDER DOCUMENTS will be rejected. TPAO may request
TENDERER complete missing minor documentation at its absolute discretion.
9.5. After analyzing the TENDERs compliance in administrative terms and adequacy of
TENDERER’s financial strength to carry out the Agreement, technical proposals will be examined to assign
each TENDER a score out of 100 according to the below pre-determined quantitative basis:
Criteria Percentage
Financial Strength of TENDERER 5
Offshore Engineering and Design Experience 30
Project Management and Execution Plan 35
Level-II Schedule 10
Key Personnel and staff CVs 20
Technical Score Total 100
9.6. The technical scoring for each criteria will be judged on the quality performance of the
TENDERs based upon a maximum 100 for excellent and 0 for un-acceptable. The scores for each criteria
will be multiplied by the attributed percentage weighing and then each weighted score will be added
together to give and overall Technical Score out of 100.
9.7. Technical Score shall be minimum 70 to proceed to Commercial evaluation. TENDERs having a
score below 70 will not be considered for further evaluation and will not be awarded the Agreement.
9.8. After completing technical evaluation and ranking, Volume-II of the TENDERs with a
Technical Score at or above 70 will be opened for Commercial Evaluation.
9.9. TPAO may, at its absolute discretion, reject TENDERs containing prices too low to be credible
and too high for the project considerations.
9.10. TENDERs will be assigned Commercial Scores based on their Lump-Sum Price and Personnel
Time Rates. All TENDER Commercial Proposals that are in EURO or TL will be converted to USD for
comparison using the exchange rates that will be published at web site of the Central Bank of Turkey at
www.tcmb.gov.tr under Data/Exchange Rates on the day of the deadline for TENDER submission.
9.11. TPAO will calculate a “Time Rate Price” using reimbursable Personnel Time Rates offered by
the TENDERER by multiplying these with the pre-determined man hours (generally for office based
support and Services) and number of days (for site support Services) as tabulated below:
No Position / Title Hours
1 Project Manager 500
2 Project Engineer (Experience ≥ 5 years) 1000
3 Senior Project Engineer 1000
4 Discipline Engineer (Experience ≥ 5 years) 1000
5 Senior Discipline Engineer 1000
6 Principal Discipline Engineer 700
7 Designer (Experience ≥ 5 years) 700
Page 13 of 15
8 Senior Designer 700
9 Principal Designer 700
10 Draftsman (Experience ≥ 5 years) 1000
11 Consulting Engineer 1000
12 Design Coordinator 350
13 Project Control/Planner 350
14 Safety Specialist 350
15 Document Controller 500
No Position / Title Days
1 Onshore Construction Manager
(Experience ≥ 20 years) 260
2 Fabrication QA/QC Manager
(Experience ≥ 15 years) 260
3 Offshore Installation Manager
(Experience ≥ 15 years) 50
4 Topsides Commissioning Supervisor
(Experience ≥ 15 years) 50
5 Project Engineer (Topsides)
(Experience ≥ 10 years) 130
6 Project Engineer (Structural)
(Experience ≥ 10 years) 80
7 Project Engineer (Pipelines)
(Experience ≥ 10 years) 80
8 Fabrication Quality Surveyor (Certified
Welding Inspector - Experience ≥ 15 years) 230
9 Construction Safety Surveyor
(Experience ≥ 5 years) 50
9.12. Those pre-determined man hours and numbers of work days are rough estimates by TPAO and
are given for Commercial Evaluation purposes only. Those numbers might increase or decrease in a small
or a large scale based on TPAO’s, at its own discretion, service needs as shall be defined by relevant RFS’.
TENDERER shall acknowledge that additional reimbursable Services, their scope and duration will be
formally defined and determined at a later time if and when required by TPAO.
9.13. This Time Rate Price will be added to the Lump-Sum Price offered by the TENDERER to
obtain Total Price and a score of 100 will be assigned to the lowest Total Price calculated. The Commercial
Score for each TENDERER will be calculated by the following formulae:
Commercial Score = [Lowest Total Price / Total Price of TENDERER ] x 100
9.14. An overall “TENDER Score” will be calculated for each TENDERER based on their assigned
Technical and Commercial Scores using the following formulae:
TENDER Score = [Technical Score x 0.6] + [Commercial Score x 0.4]
Page 14 of 15
10. AWARD OF THE AGREEMENT
10.1. The TENDERER who have the highest TENDER Score will be awarded the Agreement as the
successful TENDERER. For a same TENDER Score by TENDERERs, selection criteria shall be first the
highest Technical Score and if again equality doesn’t change then the TENDERER with the highest Project
Management and Execution Plan score will be selected.
10.2. Selected TENDERER shall be obliged to provide a Performance Guarantee Letter amounting to
6 % (six percent) of the Lump-Sum Price for a duration of 4 (four) years and execute the Agreement with
TPAO. TENDER Guarantee Letter shall be released when the TENDERER provides its Performance
Guarantee Letter.
10.3. TENDER Guarantee Letter of the remaining TENDERERs will be released within 4 (four)
weeks after TPAO executes the Agreement with the selected TENDERER.
10.4. AdvFEED Studies by the successful TENDERER shall be completed within 10 (ten) months
after effective date of the Agreement and the term of the Agreement shall be 4 (four) years which may be
extended prior written acceptance of both Parties.
10.5. TPAO reserves the right to reject any, all, or part(s) of the TENDERs and to accept other than
the lowest priced TENDER or to cancel the tender procedure at any time.
10.6. TPAO is NOT bound by Turkish Laws 4734 or 4735 for public procurement and public
procurement contracts for this tender procedure, except for the provisions of penalties and prohibitions of said
Laws.
11. GOVERNING LAW AND SETTLEMENT OF DISPUTES
This tender procedure shall be governed, construed and interpreted in accordance with the laws of The
Republic of Turkey. Turkish Courts in Ankara are authorized to resolve any dispute which may arise
between TPAO and the TENDERERs with respect to the interpretation and implementation of this tender
procedure.
Page 15 of 15
FIGURE-01 - KUZEY MARMARA UNDERGROUND GAS STORAGE SYSTEM FIELD LAYOUT
EXHIBIT – A
SCOPE OF WORK
AGREEMENT No: URTHZM…../2013 Page 1 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
1. INTRODUCTION
COMPANY plans to install two shallow water fixed unmanned offshore platforms, DP-1 and DP-2, and
associated pipelines in the north of Sea of Marmara off the coast of Silivri/Istanbul which will constitute
essential offshore components and support operations of an underground gas store plant that will be built
onshore in Silivri. Detailed project descriptions are provided in the attachments of this Exhibit.
2. GENERAL SCOPE OF WORK
2.1. CONTRACTOR shall be responsible for the AdvFEED studies and produce all drawings,
specifications, calculations, reports, data sheets and similar technical data and documents for two of Kuzey
Marmara fixed offshore platforms and associated pipelines for the fixed Lump-Sum Price. COMPANY
intends to utilize the work product of the AdvFEED studies as the technical requirements for an EPCI
Contract which would be tendered in late 2014. This Exhibit describes the technical scope of Work for the
AdvFEED studies. Work scope of each RFS for reimbursable Services shall be detailed and written on the
relevant RFS form if and when approved and issued by COMPANY.
2.2. Work shall be in accordance with this Exhibit and its attachments and to the satisfaction of
COMPANY; any omission of details, descriptions or activities shall not be construed as limiting the scope
of Work.
2.3. The term AdvFEED shall mean a high level of engineering which encompasses all of the detailed
engineering and design work, except those which could not be sufficiently performed due to unavailability
of actual details and interfaces for the relevant project elements such as equipments, instruments and like
which will be procured by the EPCI Contractor, due to lack of information on actual construction and
transportation vessels and others which will be available during EPCI phase and therefore those associated
detailed engineering and design work shall be completed by the EPCI Contractor. For those items which
detailed engineering would not be performed, sufficient engineering , design and analysis as required shall
be performed by CONTRACTOR and relevant technical requirements, definitions and descriptions are
produced, to the satisfaction of COMPANY, for each item for EPCI Contactor to take as a basis and perform
detailed engineering for that item. It shall be noted that COMPANY will not procure, lease or provide any
equipments or vessels to the EPCI Contractor for the fabrication, construction and installation activities.
2.4. CONTRACTOR shall supply project management, administration, project controls systems and
engineering, required to manage the Work, including planning, regular progress control/reporting, financial
control/reporting, certification, document control and Quality Assurance (QA) / Quality Control (QC)
activities.
2.5. CONTRACTOR shall possess and maintain current copies of all relevant standards, codes,
recommended practices, specifications and all relevant technical information for the Work.
2.6. A Basis of Design document (BoD) is provided as Attach.-1 to this Exhibit and shall be referred to
for the technical basis of the Work. BoD RevC currently includes environmental parameters and site specific
information for the existing Kuzey Marmara Platform located in the close vicinity of DP-1 and DP-2.
CONTRACTOR shall fully review the final reports and attachments thereto for the recently completed site
specific Met/Ocean design criteria study, site specific geotechnical survey, site specific seismic hazard study
and platform locations & pipelines shallow hazard survey for which relevant project reports are provided as
Attach.-3,4,5 and 6 of this Exhibit. BoD shall be updated and revised by the CONTRACTOR, immediately
after execution of the Agreement, extracting and incorporating relevant technical information from these
mentioned survey and study reports and send to COMPANY for Approval. CONTRACTOR shall also
AGREEMENT No: URTHZM…../2013 Page 2 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
provide an updated BoD as a part of the Project Documents incorporating AdvFEED study findings and
results and requirements for the EPCI Contractor for the next phase.
2.7. A conceptual design work for the platforms and pipelines has been performed, for which a summary
report is provided in Attach.-2. CONTRACTOR shall review and adopt the findings and definitions of
COMPANY’s conceptual design as valid and necessary for the Work.
2.8. CONTRACTOR shall check all technical information provided or caused to be provided by
COMPANY in accordance with good professional practice and advise COMPANY of any errors, omissions
or inconsistencies. COMPANY shall resolve those errors, omissions or inconsistencies and
CONTRACTOR shall thereafter be entitled to rely on all technical information furnished to
CONTRACTOR by COMPANY (as corrected by COMPANY if applicable).
2.9. COMPANY will contract a Certified Verification Agent (CVA) who shall review necessary
engineering and design documentation for structures, topside facilities and pipelines and issue a certificate
for each to confirm the compliance of the engineering and design to the project standards and industry
practices. CONTRACTOR shall communicate with CVA as required during the review process, provide any
information which CVA would require to perform and complete their reviews, incorporate comments by
CVA into engineering and design and revise drawings, calculations, specifications, reports, data sheets as
necessary for CVA to issue the Certificates and assist COMPANY in co-ordinating the review and approval
process with the CVA.
2.10. Project deliverables shall be reviewed by COMPANY in a review cycle and comments and
corrections by COMPANY shall be incorporated into the project documents as required.
2.11. CONTRACTOR shall conduct a Hazard and Operability Study (HAZOPs) with the participation of
COMPANY technical personnel either at Home Office or at COMPANY’s premises in Turkey. HAZOPs
shall be run by a qualified and competent HAZOP facilitator, the relevant design work shall be properly
reviewed to identify potential hazards and all discussions and findings shall be properly documented and a
formal HAZOPs report be issued. CONTRACTOR shall be responsible to address all issues identified and
incorporate report recommendations into engineering, design and deliverables as required.
2.12. CONTRACTOR shall perform SIL (Safety Integrity Level) calculations and ensure that
requirements of SIL II is achieved for the platform and pipeline facilities.
2.13. CONTRACTOR shall adopt cost reduction initiatives as required by project for the anticipation of
delivering project cost reductions.
2.14. CONTRACTOR shall develop a Class II Cost Estimate (±15%) with quantitative risk analysis.
3. KEY ACTIVITIES AND GENERAL DELIVERABLES
3.1. CONTRACTOR shall develop a Master Document Register, maintain it properly and update it
regularly, throughout the performance of the Work, by showing documents added, indicating document
revision numbers with associated issue dates of each document.
3.2. CONTRACTOR shall prepare a Material Requisition Package for each of the major Topside
equipment.
3.3. CONTRACTOR shall also develop a complete and detailed scope of work document for the EPCI
AGREEMENT No: URTHZM…../2013 Page 3 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
Contractor including all engineering, fabrication, construction, installation and QA/QC requirements.
3.4. CONTRACTOR shall develop an “Approved Vendors List” for the recommended Vendors for all
project related structural materials, welding consumables, facility equipments and instruments and pipeline
equipments and materials.
3.5. This Section provides a list of deliverables required as a minimum under each title which shall not
limit in any way the scope and performance of the Work.
3.5.1. STRUCTURAL ENGINEERING
• In-Place Analysis
• Seismic Analysis
• Fatique Analysis
• Jacket&Deck Lift Analysis
• On-bottom Stability Analysis
• Foundation Design and Study for Seismic Loads
• Weight and CG Study
• Platform Fabrication Specification (inc. welding requirements and dimensional control)
• Structural Materials Specification
• Sacrificial Anodes Specification
• Platform Installation Specification (inc. lift, tow, float/upend and foundation req.)
• Structural Steel Skid Mounted Assemblies Specification
• Protective Coating and Inspection Specification
• Structural Design Criteria for EPCI Works
• Platform Main and Detailed Structural Drawings
• Pile and Foundation Drawings
• Vent Boom Drawings
• Pipe Support Drawings
• Material Take-offs
3.5.2. FACILITIES ENGINEERING
• Mechanical Completion and Commissioning Requirements Specification
• General Mechanical Completion and Commissioning Check Sheet Templates
3.5.2.1. PROCESS
• PFD and P&IDs
• Process Simulation and Calculations
• Flow Assurance Study (inc. Chemical Inj. requirements)
• Equipment and Piping Sizing Calculations
• Vent/Blow Down Study
• SAFE Chart and Safety Flow Diagram (in acc. with API RP 14C)
3.5.2.2. MECHANICAL & PIPING
• Equipment Specifications and Data Sheets
• Mechanical Equipment List
• Pipe, Valve, Fitting Specification
• Piping Material Specification and Class Sheets
• Valve Specifications
• Piping Line List
AGREEMENT No: URTHZM…../2013 Page 4 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
• Valve List
• Piping SP Item List and Data Sheets
• Pressure Vessel Specification
• Equipment Arrangement Plans
• Piping Plan and Section Drawings
• Piping Isometric Drawings
3.5.2.3. ELECTRICAL
• Load Lists
• One-Line Diagrams
• Distribution Panel Schematics
• Equipment Specifications and Data Sheets (inc. panels and Control Building)
• Electrical Installation Specification
• Cable List and Details
• Power and Lighting Calculations, Plans and Details
• Control and Battery Room Electrical Plan
• Power and Control Details and Control Schematics
• Cable Tray Plan and Details
• Typical Equipment and Installation Details Drawings
• Hazardous Area Classification Drawings
3.5.2.4. INSTRUMENTATION
• Cause and Effect Chart
• Equipment and Instrument Specifications and Data Sheets
• Instrument and Instrument Installation Specification
• Platform Safety System Design Specification
• Process Control System and Safety Instrumented System Specification
• Platform Operations Philosophy
• Instrument Index
• Instrument Calculations
• Wiring Diagrams
• Instrument Location Plan (Platform and Control Building)
• Installation Details
• I/O Lists
• Loop Diagrams
• Instrument Conduit & Cable Schedules
• Fire and Gas Location Plan
• Control System Block Diagram
• Typical Instrumentation and Installation Details Drawings
3.5.2.5. TECHNICAL SAFETY
• Safety Plan
• Safety Equipment Location Plan
• Offshore Personnel Safety Equipment and Fire Protection Systems Specification
• Gas Dispersion, Fire and Explosion Analysis
• HAZOPs Report
3.5.3. PIPELINE
• Line pipe and Equipments Specification and Data Sheets
AGREEMENT No: URTHZM…../2013 Page 5 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
• Pipeline Hydraulic Calculations
• Pipeline Wall Thickness Calculation
• Pipeline Stability Calculation
• Pipeline Buoyancy Calculation
• Pipeline Span Calculation
• Cathodic Protection Calculation
• Line Pipe Coating Specification
• Pipeline Riser Coating Specification
• Preparation for Shipment, Storage and Offloading Specification
• Concrete Coating Specification
• Seamless Pipe Specification
• Subsea Induction Bend Specification
• Subsea Pipeline Ball Valve Specification
• Subsea Pipeline Check Valve Specification
• Subsea Pipeline and Fittings Paint System Specification
• Pipeline Tow Method Installation Specification
• Pipeline Landfall Installation Specification
• Horizontal Directional Drilling (HDD) Installation Requirements Specification
• Pipeline S-Lay Method Installation Specification
• Pipe Loading and Handling Specification
• Pipeline Welding Specification
• Pipeline Non-Destructive Testing Specification
• Pipeline Trenching and Burial Specification
• Pipeline Flood, Clean, Gauge and Test Specification
• Pipeline Dewatering and Commissioning Specification
• Pipeline Flange Torque Specification
• Offshore Positioning Specification
• Anode Attachment Specification
• Field Joint Coating Specification
• Anchor Handling Specification
• Diver and ROV Operations Specification
• Pipeline General Arrangement Drawing
• Pipeline Alignment Sheet Drawing
• Platform Riser and Connection Details Drawing
• Pipeline Landfall Details Drawing
• Pipeline Riser Clamps Drawings
• Riser Hanger Flange Drawing
• Pipeline Anode Details Drawing
4. PROJECT CLOSE-OUT DOCUMENTATION
4.1. “Project Documents” shall mean project close-out report and documentation including all project
deliverables, reports, calculations, drawings, analysis and similar technical data and documents submitted by
the CONTRACTOR and accepted or approved by COMPANY, upon completion of the Work.
4.2. CONTRACTOR shall deliver Project Documents in two packages to COMPANY.
AGREEMENT No: URTHZM…../2013 Page 6 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
(1) CONTRACTOR shall compile and deliver a tender documentation package in a clear and
structured form, files generated all in PDF format, in good resolution to read and print converted
using originals, which COMPANY plans to incorporate into tender documents as the “Technical
Exhibit” for an EPCI type contract for engineering, procurement, construction and installation of
Kuzey Marmara offshore platforms and pipelines. The structure of this Project Documents package
shall enable COMPANY incorporate it into the mentioned tender documents with minimal effort
and shall be provided only in electronic format provided on machine readable ROM type CD or
DVD. This tender documentation package shall be submitted in (2) two electronic format.
(2) CONTRACTOR shall compile and deliver a complete project deliverables package in a
clear and structured form, all files provided in native formats (DWG, DOC, XLS, computer model
files, etc.). This final Project Documents package shall be submitted in 2 (two) hard copy format and
in (2) two electronic format.
4.3. Within 6 (six) months after the effective date of the Agreement, CONTRACTOR shall submit a
draft Project Documents format for COMPANY's review and comment.
4.4. CONTRACTOR shall be responsible for compiling all information in a well organized manner.
Each volume should start with a clear cover sheet with a reproduction of the binder cover information
visible through it. Immediately thereafter, identified by a tab should be the table of contents for the entire
volume. Project information should be organized sequentially. Drawings are to be reduced to A3 size,
folded, punched and inserted un-sleeved. Larger drawings, if necessary, are to be folded and placed in
plastic sleeve inserts. Spacers are to be placed between folded documents to maintain square-ness when
shelved.
4.5. The organization of the CD/DVD should mimic the organization of the hard copy version except
that folders and subfolders (directories or subdirectories) should be used instead of dividers.
5. APPLICABLE DOCUMENTS
6 (six) separate reports are made attachments to this Exhibit which are provided in only electronic format
burned to a CD-ROM. 3 (three) identical copies of this CD-ROM shall be prepared, one of which shall be
the MASTER copy whose cover side shall be titled “MASTER COPY” and signed by both Parties and kept
by COMPANY. In case of a dispute, the MASTER copy shall be used as the reference. Out of the remaining
2 (two) copies, one of them shall be given to COMPANY and the other to CONTRACTOR, again cover
sides of CD-ROMs signed by both Parties.
Attachments:
1. Basis of Design for AdvFEED Phase, RevC;
2. Conceptual Engineering Report, RevA;
3. Final Report - North Marmara Field, Sea of Marmara Metocean Design Data, Oceanweather Inc.,
July 9, 2013 (will be provided to the successful TENDERER);
4. Final Report - Marine Pipelines and Platform Locations Shallow Hazard Survey, Derinsu
Underwater Engineering, July 22, 2013 (will be provided to the successful TENDERER);
5. Seismic Hazard Report, Offshore Platforms Northern Marmara Sea Turkey, FUGRO, July 12, 2013;
(will be provided to the successful TENDERER);
AGREEMENT No: URTHZM…../2013 Page 7 of 7
TPAO – CONTRACTOR Exh.-A Scope of Work
6. Geotechnical Engineering Report, Offshore Platforms Northern Marmara Sea Turkey, FUGRO, July
12, 2013 (currently being updated to incorporate TPAO Comments by FUGRO).
Recommended