HVCableMarkersofEastAfricanEPCProject
Announcement for Bids
ITB No.: ITC-PB-EA-PC-2025-0001
Tendering Documents for HV Cable Markers of East African Crude Oil Pipeline EPC Project
一、Tendering Conditions
The project has implemented relevant procedures according to rules, regulations, and laws .as well as the capital has been confirmed. Now we hereby invite your esteemed company to participate in this bid. The tenderee is China Petroleum Pipeline Engineering Company Ltd East African Crude Oil Pipeline EPC Project Department.
二、Project Overview and Tendering Scope
2.1
East African Crude Oil Pipeline EPC Project starts from Tilenga CPF, Uganda (starting point of contact line) and ends at Tanga Port, Tanzania, with a total length of 1,539km, including 1,443km trunk line and 96km connection line. 392km in Uganda and 1147km in Tanzania; There are 6 pump stations, 2 decompression stations, 82 valve rooms and 20 electric tracing stations (17 jointly built with valve rooms and 3 separately built). The project is owned by Total E&P (upstream, link line) and Total East Non-Midstream. The planned construction period is 27 months.
2.2 Scope of Supply:
For the materials to be procured by the present Tendering, please refer to the table below.
S/N | Material Description/Specification | Main Technical Parameters | Unit | Quantity | Remark |
Package A | HV Cable Markers | Metallic plate 1.5mm thick | set | 4175 | Tanzania |
Package B | HV Cable Markers | Metallic plate 1.5mm thick | set | 3222 | Uganda |
Notes:
1. Wooden post is not included.
2. The bidder shall provide the connection part between the sign Marker and the Wooden Post,Including but not limited to the installation materials of the sign Markers, such as bolts, nuts, washers, etc.
2.3 Delivery place
1. CHINESE TENDERERS:
RMB delivery price at major ports such as Tianjin/Shanghai port (Including 13% VAT).
2. INTERNATIONAL TENDERERS(Outside China Tenderers):
PACKAGE A SHALL QUOTE CIF DARES SALAAM PORT, TANZANIA USD PRICES.
PACKAGE B SHALL QUOTE CIF MOMBASA PORT, KENYA USD PRICES.
3. LOCAL TENDERERS:
DDP(AT SITE OF TANZANIA AND UGANDA) USD PRICES.
2.4 Delivery time
The supplier shall provide the shortest delivery time .
三、Bidder qualification requirement
3.1
Bids from joint venture are not accepted.
3.2
The Tenderer shall be a manufacturer or agent who specified by the manufaturer( the Agent is only applicable to Local Bidders within Tanzania and Uganda) . The Tenderer who possesses independent legal personality shall take full responsibility to the goods and service.The Tenderer shall have independence in law and finance and operates legally and independent of the Tenderee (tendering agency).
Domestic Tenderers: Manufacturers
International Tenderers: Manufacturers
Local Tenderers: Manufacturers, Distributors.
3.3
The Tenderers should have ISO 9001 quality assurance system certification and enterprise qualification (including but not limited to business license or registration certificate, etc.), have the corresponding supply capacity for this bidding project.
The Tenderer shall, in your technical or commercial proposal, explicitly listed the Manufacturing site of the goods if you win the bid. When the manufacturing address is different from the registered address in the Tenderer"s business license, the qualifications of the production, manufacturing and processing place must be provided, and the enterprise affiliation must be explained. Production subcontracting is not accepted. When the Tenderer is an agent, the manufacturer"s authorization certificate should be provided
3.4
Financial requirement: The bidder should provide financial reports for 3 years(2022-2024), including but not limited to balance sheets(If the financial audit for 2024 has not been completed, the financial audit report for 2021 to 2023 can be provided), cash flow statements, income statements and financial statements.The reports should be audited by accounting firms or institutions. The bidder should not be in the situation of bankrupt or unable to perform the contract; If the date of establishment is later than 2019, it shall be counted from the year of establishment.
3.5
The bidder has not been listed in the serious illegal and trust-breaking enterprises or trust-breaking enforcement list In the National Enterprise Credit Information Publicity system http://**)and credit China website (http://**.cn)
3.6
Bidders (applicable to manufacturers and agents) have not experienced major quality and safety accidents in the past three years, and a commitment letter is required.
The status of Energy No. 1 network connection should be "normal" (for connected enterprises)
四、Acquisition of Tendering Documents
4.1
The time of selling tendering documents is from 9:00:00 on Feb 21st, 2025 to 15:00:00 on Feb 26th 2025, (Beijing time, the same below). Bidders shall click on http://** according the announcement, send tendering name and ITC No. to design email: *@*nlinkenergy.com, to acquire the tendering document.
五、Submission of Bidding Documents
5.1
Submission deadline is: 13:00:00 on March 6th, 2025
5.2
The method to submit the bid documents:
The Technical proposal shall be submitted to *@*nlinkenergy.com before 13:00 PM (Beijing Time), 6th Mar, 2025. The Commercial proposal shall be submitted to *@*nlinkenergy.com before 13:00 PM (Beijing Time), 6th Mar, 2025. The Commercial Proposal shall be encrypted. The encrypted password shall be sent to the email box separately: *@*nlinkenergy.com
The overdue delivery of the bid documents will be rejected, and the delivery time shall be subject to the time of the tendering& trading platform or designated email ID.
Hard copy will not be accepted.
5.3
The bidding document will be rejected, if the bidding documents are deliveredare exceed the specified time, are not send to the designated place, or are not sealed in accordance with the requirements of the solicitation documents. If the bidding document did not upload to the E-tendering&bidding trading platform within the time limit, the platform will reject the bidding.
5.4
The bidding documents shall be subject to electronic submissions online, and the paper version will not be accepted.
六、Bid Opening
Time: 14:00 PM (Beijing Time) of March 6, 2025
Place: 50th Floor, Addax Office Tower, Al Reem Island, Abu Dhabi, UAE, Po Box *。
七、The media of the announcement
This bidding announcement is released on CNPC Bidding Website (website: http://**)
八、contacts
Tenderee:China Petroleum Pipeline Engineering Company Ltd.
Address:No. 125 Yinhe North Road, Guangyang District, Langfang City, Hebei Province,China
Attn:李阳Li yang/王彦文Wang Yanwen
Tel: * / *
Email:*@*oxmail.com; *@*pptz.com
Biding Agency: China Petroleum Pipeline Material & Equipment Company Ltd.
Address: 50th Floor, Addax Office Tower, Al Reem Island, Abu Dhabi, UAE, Po Box *.
Attn:刘子剑 Liu Zijian
Tel:*
E-mail:*@*nlinkenergy.com
Announcement for Bids
ITB No.: ITC-PB-EA-PC-2025-0001
Tendering Documents for HV Cable Markers of East African Crude Oil Pipeline EPC Project
一、Tendering Conditions
The project has implemented relevant procedures according to rules, regulations, and laws .as well as the capital has been confirmed. Now we hereby invite your esteemed company to participate in this bid. The tenderee is China Petroleum Pipeline Engineering Company Ltd East African Crude Oil Pipeline EPC Project Department.
二、Project Overview and Tendering Scope
2.1
East African Crude Oil Pipeline EPC Project starts from Tilenga CPF, Uganda (starting point of contact line) and ends at Tanga Port, Tanzania, with a total length of 1,539km, including 1,443km trunk line and 96km connection line. 392km in Uganda and 1147km in Tanzania; There are 6 pump stations, 2 decompression stations, 82 valve rooms and 20 electric tracing stations (17 jointly built with valve rooms and 3 separately built). The project is owned by Total E&P (upstream, link line) and Total East Non-Midstream. The planned construction period is 27 months.
2.2 Scope of Supply:
For the materials to be procured by the present Tendering, please refer to the table below.
S/N | Material Description/Specification | Main Technical Parameters | Unit | Quantity | Remark |
Package A | HV Cable Markers | Metallic plate 1.5mm thick | set | 4175 | Tanzania |
Package B | HV Cable Markers | Metallic plate 1.5mm thick | set | 3222 | Uganda |
Notes:
1. Wooden post is not included.
2. The bidder shall provide the connection part between the sign Marker and the Wooden Post,Including but not limited to the installation materials of the sign Markers, such as bolts, nuts, washers, etc.
2.3 Delivery place
1. CHINESE TENDERERS:
RMB delivery price at major ports such as Tianjin/Shanghai port (Including 13% VAT).
2. INTERNATIONAL TENDERERS(Outside China Tenderers):
PACKAGE A SHALL QUOTE CIF DARES SALAAM PORT, TANZANIA USD PRICES.
PACKAGE B SHALL QUOTE CIF MOMBASA PORT, KENYA USD PRICES.
3. LOCAL TENDERERS:
DDP(AT SITE OF TANZANIA AND UGANDA) USD PRICES.
2.4 Delivery time
The supplier shall provide the shortest delivery time .
三、Bidder qualification requirement
3.1
Bids from joint venture are not accepted.
3.2
The Tenderer shall be a manufacturer or agent who specified by the manufaturer( the Agent is only applicable to Local Bidders within Tanzania and Uganda) . The Tenderer who possesses independent legal personality shall take full responsibility to the goods and service.The Tenderer shall have independence in law and finance and operates legally and independent of the Tenderee (tendering agency).
Domestic Tenderers: Manufacturers
International Tenderers: Manufacturers
Local Tenderers: Manufacturers, Distributors.
3.3
The Tenderers should have ISO 9001 quality assurance system certification and enterprise qualification (including but not limited to business license or registration certificate, etc.), have the corresponding supply capacity for this bidding project.
The Tenderer shall, in your technical or commercial proposal, explicitly listed the Manufacturing site of the goods if you win the bid. When the manufacturing address is different from the registered address in the Tenderer"s business license, the qualifications of the production, manufacturing and processing place must be provided, and the enterprise affiliation must be explained. Production subcontracting is not accepted. When the Tenderer is an agent, the manufacturer"s authorization certificate should be provided
3.4
Financial requirement: The bidder should provide financial reports for 3 years(2022-2024), including but not limited to balance sheets(If the financial audit for 2024 has not been completed, the financial audit report for 2021 to 2023 can be provided), cash flow statements, income statements and financial statements.The reports should be audited by accounting firms or institutions. The bidder should not be in the situation of bankrupt or unable to perform the contract; If the date of establishment is later than 2019, it shall be counted from the year of establishment.
3.5
The bidder has not been listed in the serious illegal and trust-breaking enterprises or trust-breaking enforcement list In the National Enterprise Credit Information Publicity system http://**)and credit China website (http://**.cn)
3.6
Bidders (applicable to manufacturers and agents) have not experienced major quality and safety accidents in the past three years, and a commitment letter is required.
The status of Energy No. 1 network connection should be "normal" (for connected enterprises)
四、Acquisition of Tendering Documents
4.1
The time of selling tendering documents is from 9:00:00 on Feb 21st, 2025 to 15:00:00 on Feb 26th 2025, (Beijing time, the same below). Bidders shall click on http://** according the announcement, send tendering name and ITC No. to design email: *@*nlinkenergy.com, to acquire the tendering document.
五、Submission of Bidding Documents
5.1
Submission deadline is: 13:00:00 on March 6th, 2025
5.2
The method to submit the bid documents:
The Technical proposal shall be submitted to *@*nlinkenergy.com before 13:00 PM (Beijing Time), 6th Mar, 2025. The Commercial proposal shall be submitted to *@*nlinkenergy.com before 13:00 PM (Beijing Time), 6th Mar, 2025. The Commercial Proposal shall be encrypted. The encrypted password shall be sent to the email box separately: *@*nlinkenergy.com
The overdue delivery of the bid documents will be rejected, and the delivery time shall be subject to the time of the tendering& trading platform or designated email ID.
Hard copy will not be accepted.
5.3
The bidding document will be rejected, if the bidding documents are deliveredare exceed the specified time, are not send to the designated place, or are not sealed in accordance with the requirements of the solicitation documents. If the bidding document did not upload to the E-tendering&bidding trading platform within the time limit, the platform will reject the bidding.
5.4
The bidding documents shall be subject to electronic submissions online, and the paper version will not be accepted.
六、Bid Opening
Time: 14:00 PM (Beijing Time) of March 6, 2025
Place: 50th Floor, Addax Office Tower, Al Reem Island, Abu Dhabi, UAE, Po Box *。
七、The media of the announcement
This bidding announcement is released on CNPC Bidding Website (website: http://**)
八、contacts
Tenderee:China Petroleum Pipeline Engineering Company Ltd.
Address:No. 125 Yinhe North Road, Guangyang District, Langfang City, Hebei Province,China
Attn:李阳Li yang/王彦文Wang Yanwen
Tel: * / *
Email:*@*oxmail.com; *@*pptz.com
Biding Agency: China Petroleum Pipeline Material & Equipment Company Ltd.
Address: 50th Floor, Addax Office Tower, Al Reem Island, Abu Dhabi, UAE, Po Box *.
Attn:刘子剑 Liu Zijian
Tel:*
E-mail:*@*nlinkenergy.com
最近搜索
无
热门搜索
无