您好,欢迎来到电力能源招标网! 登录 注册
Second Batch Steel Structure

Chapter 1 Announcement for Bids
ITB No.: ITC-PB-EA-PC-2025-0003
Tendering Documents for Building Materials of the Second Batch Steel Structure of East African Crude Oil Pipeline 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.
二、 Project Overview and Tendering Scope
2.1East 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

1

Building Materials of the Second Batch Steel Structure

 Please refer to Attachment 1 - Technical documents

Lot

1

预估屋面板约7500㎡,墙面约13000㎡

 

(1) Name:Building Materials of the Second Batch Steel Structure of East African Crude Oil Pipeline Project.
(2) The scope of the materials to be procured is subject to the drawings in Attachment 1. 
2.3 Delivery place:
CHINESE SUPPLIERS:
Delivered at Named Place in Main Domestic Port (Including 13% VAT), RMB PRICES.
INTERNATIONAL SUPPLIERS: 
CIF DARES SALAAM PORT, TANZANIA, USD PRICES.
2.4 Delivery time:
The Tenderer should provide its shortest delivery time. The delivery shall be completed no later than SIXTY (60 ) days after the P.O. is placed. Failure to deliver within 60 days shall result in rejection.
三、Tenderer qualification requirement
3.1 Bids from joint venture are not accepted.
3.2 The Tenderer must have independent legal personality, the manufacturer specializing in the production, manufacturing, installation, and commissioning of this bidding project shall be fully responsible for the goods and services provided by them; operate independently and legally in terms of law and finance, and be independent of the procurement demander (bidding agency) as a manufacturer.
3.3 The Tenderer shall provide valid ISO-related system certifications and relevant corporate qualifications (including but not limited to business licenses or registration certificates). If the Tenderer does not manufacture the materials, they are permitted to procure externally or use brands recommended by the Owner(Attachment 1). In such cases, the bidder must submit valid ISO Quality Management System certification and qualification documents (including but not limited to business licenses and registration certificates) of the actual manufacturers. The tenderer shall truthfully state in the bidding documents the production brand and production address of the batch of goods after winning the bid, such as the production and manufacturing processing base.
3.4 The tenderer shall truthfully state in the bidding documents the production address of the batch of goods after winning the bid, such as the production and manufacturing processing base. If it is different from the registered address in the bidder's business license, the qualification of the production and manufacturing processing location shall be provided, and production subcontracting is not accepted.
3.5Financial requirement
Chinese Suppliers: The Tenderer has a sound financial status (with a debt-to-asset ratio of less than 100%) and is not under any receivership, bankruptcy, or other states of suspension, termination, merger, or transfer. The Tenderer shall undertake that there is no situation of entering into liquidation proceedings, being declared bankrupt or otherwise losing the ability to perform the contract (the Tenderer shall provide a commitment letter in its bidding documents stating that there are no such situations) The Tenderer is required to provide a complete financial audit report for the year 2022-2024, audited by an accounting firm or auditing institution, including but not limited to copies of the balance sheet, cash flow statement, income statement, and notes to the financial statements (signed and stamped by a certified public accountant).
If the establishment date is later than the required year, it shall be calculated from the establishment year. If the Tenderer has been established for less than one financial year or has been established for more than one financial year but has not yet completed the financial audit for that year, they must provide financial statements issued by the company (stamped with the official seal).
If the Tenderer is awarded the contract, the Tenderee reserves the right to review its complete financial statements prior to the execution of the contract. Should it be discovered that the bidding supplier exhibits any of the aforementioned circumstances or risks, the Tenderee shall have the authority to disqualify the bidding supplier from the award. The bidding supplier must include in its bid response documents a letter of commitment acknowledging acceptance of these terms. 
International Suppliers: The Tenderer shall submit a Commitment Letter stating that:
"Upon passing the technical and commercial evaluation and before contract award, the Tenderer shall provide audited financial statements for the last three (3) years (if the Tenderer was established later than the required period, the financial statements shall cover from the year of establishment).
The Owner reserves the right to disqualify the Bidder from the award if, upon review of the financial statements, the Bidder is found to be in liquidation, declared bankrupt, or otherwise incapable of fulfilling contractual obligations."
3.6 Performance Experience requirements:
The Tenderer shall submit the similar products experience for oversea project in the past 5 years. The performance summary shall include, as a minimum: project name, product specifications and key technical parameters, supplied quantity, contract signing date (year of delivery), name of the Owner, Owner's contact person and contact information. Copies of contracts shall include: cover page, signature and stamp page, key pages containing: purchaser's name, description of goods, specifications and technical parameters, supplied quantity, contract signing date, copies of invoices (minimum one invoice corresponding to each contract).
3.7 Credit requirements:(Applicable to Chinese Suppliers)
The Tenderer 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://www.gsxt.gov.cn)and credit China website (www.creditchina.gov.cn). The Tenderer shall submit relevant search screenshots bearing the company's official seal (The evaluation committee reserves the right to conduct real-time verification during the evaluation process, and any such verification results shall constitute definitive evidence).
3.8(Applicable to Chinese Suppliers)
The Tenderer has not been suspended /disqualified the bid qualification by CNPC. The status of Energy No. 1 network connection should be "normal". The Tenderer shall submit relevant search screenshots bearing the company's official seal (The evaluation committee reserves the right to conduct real-time verification during the evaluation process, and any such verification results shall constitute definitive evidence).
3.9Other requirements:
The Tenderer shall provide a Letter of Commitment stating that: Within the last three (3) years, the Tenderer has not been involved in any major quality incidents or safety accidents in projects affiliated with China National Petroleum Corporation (CNPC)/China Petroleum Pipeline Engineering Co., Ltd. (CPP), and has no ongoing legal disputes with CPP.

Any Tenderer can not meet the above requirements should be rejected.

四、 Acquisition of Tendering Documents
Time of receiving the tendering documents: AM 9:00 on 25 Aug,2025 to PM 17:00 on 31 Aug 2025 (Abu Dhabi time, the same below).
Those who intend to participate in the bidding,Please contact with Mr Chen Tingmeng to obtain the tendering documents.
Contact person: Mr Chen Tingmeng
Tel:18758853843
E-mail: 18758853843@163.com
五、Submission of Bidding Documents 
Bidding documents shall be composed of two components, “Technical proposal” and “Commercial proposal”
The Technical proposal shall be submitted to biddingtechnical3@enlinkenergy.com before 9:00 AM (Abu Dhabi Time), 8 Sept 2025.
The Commercial proposal shall be submitted to bidcommercial3@enlinkenergy.com before 9:00 AM (Abu Dhabi Time), 8 Sept 2025. The Commercial Proposal shall be encrypted. The encrypted password shall be sent to the email box separately: password@enlinkenergy.com
The overdue delivery of the bid documents will be rejected, and the delivery time shall be subject to the time of designated email ID.
六、 Bid Opening
Time: 9:00 AM (Abu Dhabi Time) , 8 Sept 2025;
Place: 50th Floor, Addax Office Tower, Al Reem Island, Abu Dhabi, UAE.
七、Announcement of the media
This tender announcement is issued on https://*/.
八、contacts
Tenderee:China Petroleum Pipeline Engineering Company Ltd.
Address:No. 125 Yinhe North Road, Guangyang District, Langfang City, Hebei Province,China
Attn:Zhang Kailang
Tel:+86-15097629237
Email:zhangkailang@cpptz.com

Tendering Agent: China Petroleum Pipeline Material and Equipment Company Limited
Address: 50th Floor, Addax Office Tower, Al Reem Island, Abu Dhabi, UAE
Contact Person: Mr Chen Tingmeng
Tel:18758853843
E-Mail: 18758853843@163.com

*

本招标项目仅供正式会员查阅,您的权限不能浏览详细信息,请点击 登录 注册 ,联系工作人员办理会员入网事宜,成为正式会员后方可获取详细的招标公告、报名表格、项目附件及部分项目招标文件等。

联系人:张晟

手 机:13621182864

邮 箱:zhangsheng@zgdlyzc.com


上一篇 西南油气田川中油气矿2025年蓬阳106井建设工程隔膜式压缩机公开招标

下一篇 中国石油山西销售分公司2025年第一批非油商品供应商准入项目(标段1-标段3)
招标公告
Business bulletin

客服中心


400-996-1565


客服邮箱:kefu@zgdlyzc.com

客服 Q Q:3857188131

营业时间:上午8:30-11:30,下午13:00-18:00


24小时咨询热线:13520865021