Download as docx, pdf, or txt
Download as docx, pdf, or txt
You are on page 1of 22

ATTACHMENT 1 - DETAILED TECHNICAL EVALUATION CRITERIA

WELLS PLUG AND ABANDONMENT, SONG DOC FIELD ABANDONMENT OFFSHORE VIETNAM

Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
WELLS PLUG AND
A. RED YELLOW GREEN
ABANDOMENT
BIDDER'S
A.1 EXPERIENCE AND MAJOR
CAPABILITY
Past experience in >=-5 Years in P&A
P&A operations Operations: Green
No past experience in < 5 Years in P&A Operation:
P&A operations Red
METHODOLOGY,
A.2 SOLUTION AND MINOR
SCHEDULE
Methodology &
A2.1 executive plan
solution
Proposed detailed P&A
procedures fully meet
with CLIENT
requirement
Proposed detailed P&A
procedures partially
meet with CLIENT
requirement within
exceptions after
clarification
Proposed detailed P&A
procedures NOT meet
with CLIENT
requirement after
clarification
MASTER
SCHEDULE &
A2.2 MINOR
OFFSHORE
EXECUTION PLAN
Well plug and abandonment
execution plan meet as
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
CLIENT request schedule with
89 days for JUR and 96 days
with HWU or equivalent
Green
Well plug and abandonment
execution plan schedule'>= 89
days for JUR and 96 days with
HWU : Yellow
No submission or
noncompliance with
requirement: Red
P&A UNIT AND
A.3 RELATED
SERVICES
P&A Unit
A.3.1 MAJOR
requirement
Year built/ last major upgrade:
A.3.1.1
2005
Type: Jack Up rig/ HWU or
A.3.1.2
equivalent
A.3.1.2.1 Jack Up rig requirement
Classification/Builder age
(date of newest upgrades):
A.3.1.2.1.1
Class with ABS, Lloyds, DNV
or recognized society
Rated water depth: 300ft water
A.3.1.2.1.2
depth
Draw-work: Min 2,000HP and
A.3.1.2.1.3
min lifting capacity 250 tons
Top drive rate: Min 45,000 ft*
A.3.1.2.1.4
lb continues torque
Mud pump: min 02 x 1,200 HP
A.3.1.2.1.5 Triplex pump c/w 2 sizes of
liner with rate 5,000psi
BOP/Well control equipment:
A.3.1.2.1.6
Min 5,000 psi
A.3.1.2.1.7 Mud tanks: Min 3,000 bbls
A.3.1.2.1.8 Cranes have completed access
of the entire deck area of SDA
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
& min 02 cranes with lifting
capacity 25 tones
Cantilever capacity; Min
A.3.1.2.1.9 distance from aft to rotary
center line: 45ft
A.3.1.2.1.1 Living quarter: Min I 00
0 person
A.3.1.2.1.1 Rotary table: 37 1/2 or 49 -
1 1/2"
Drilling string: Min 3500m
length x 5" 3 1/2" drill pipe, at
A.3.1.2.1.1
least 300m cement stinger 2
2
7/8" and sufficient DC/XO for
the P&A Operations
HWU or equivalent (Tender
A.3.1.2.2
Assist, Lift boat)
Classification/Builder age
(date of newest upgrades):
A.3.1.2.2.1
Class with ABS, Lloyds..
DNV or recognized society
Rated water depth: 60m
A.3.1.2.2.2
working water depth
Draw-work lifting capacity:
A.3.1.2.2.3
Min working capacity 150T
Drilling capacity: Able to drill
A.3.1.2.2.4 out cement plug (min torque
20,000 ft•lb)
Fluid pumps: 2 x triplex
A.3.1.2.2.5 pumps.. 600HP/ each, 5000 psi
pump pressure
BOP's/ Well control
A.3.1.2.2.6
equipment: Min 5,000psi
A.3.1.2.2.7 Mud tank: Min total 3,000bbls
Drilling string: Min 3500m
length x 5" or 3 1/2" drill pipe,
A.3.1.2.2.8 et least 300m cement stinger 2
7/8' and sufficient DC/XO for
the PnA Operations.
A.3.1.2.2.9 Reachable capacity: must be
able to reach all Song Doc
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
Wells.
Jacking system:
-The Jacking size to cover 30"
conductor.
A.3.1.2.2.1 -The Jacking/ lifting capacity
0 is 225 MT (min).
-All jacking system functions
arc certified by ABS, Lloyds,
DNV
- Proposed the engineering/
calculation program of
installing. set up any structure/
equipment/ tools on the SDA
WHP shall be verified by
A.3.1.2.2.1 ABS, Lloyds, DNV end
1 submitted in the ITB
- Contractor is recommended
to study HWU resulted for
SOA wells PnA which is done
by Client especially SDA
WHP strengthen structures
Support Floating unit:
- Enough deck space, strength,
01 crane with min capacity 25
A.3.1.2.2.1 tons and optional crane 15
2 tons. Accommodation (min l
00 person)
- Class with ABS, Lloyds,
DNV.
Related services to
A.3.2
P&A operations
A.3.2.1 Cement Unit MAJOR
a) Twin Cementing Unit 15
K/l0K PSI Twin Cementing
Unit
b) Liquid Additive System
Yes
c) Cement Surge Tank
Yes
d) Cementing Related
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
Downhole Tools:
To provide Storm Packer,
Bridge Plug and Running
Tools
e) Cementer & Helper: YES
At least 5 years experiences
A.3.2.2 Kill Fluid Service MAJOR
a) Fishing/Casing, tubing
cutting Package for
Required Tubing /casing -
To provide all required
fishing tools as per well
information
- For casing cutting:
CONTRACTOR propose
program/equipment's to cut
multi casing sizes at one
(I) time as guideline P&A
procedures (30'x 13 3/8" x
9 5/8" or 30" x 9 5/8" x
7").
- For tubing cutting: To
provide all cutting tubing
services as per well
information by Abrasive or
explosives cutting.
b) Fishing Engineer:
>5 years in fishing experiences
Slick-Line/ Mon-
A.3.2.4 Cable/Wire line MAJOR
Services
a) Slick-Line Unit:
To provide necessary surface
equipment and downhole tools
as per required by P&A
procedures
b) Monocable/Wireline Unit:
- To provide necessary
surface equipment and
downhole tools as per
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
- required by P&A
procedures
- To recover possible fishes
in hole, cut or punch
production tubing/ casing.
- Run and set bridge plugs,
cement retainers for S". 7'',
9-5/8" and 13-3/8" casing.
c) Cement bond log:
- High quality cement bond
log tool will be required
for cement bond
- evaluation (USIT or SBT
or equivalent solution).
- Sonic cement
bond/Variable density log
and Ultrasonic tool for a
360 cement evaluation
map will be required for
cement bond evaluation
behind casing. Able to map
the annulus material as
solid, liquid, or gas and
assess the hydraulic
isolation of cement shear.
d) Tubing Cutting Explosives
and/or Chemical Cutten:
- To provide necessary
tubing cutting explosives
and hardware including
tubing puncher and casing
puncher
e) Pressure Control Equipment
Yes & At least OS years
experiences for personnel
f) Engineer for Slick
line/Wireline:
YES & At least OS years
experiences
A.3.2.5 Tubular Handlin MAJOR
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
Services
a) Tubing Handling Tool$:
All tubing handling tools
including Dual Tubing as per
well information
b) Casing Handling Tools:
All casing handling tools to
pull cut casing as per well
information
c) Tubular Handling Crew:
Yes with minimum working on
tubular handling services for 5
years
Coiled Tubing
A.3.2.6 MAJOR
Services
a) CTU and Related
Equipment:
1-1/2" Coil with 3500 m length
b) CTU Downhole Tools:
Possible Tool Requirement for
CTU Run
c) Personnel:
Yes with minimum working on
CT services for 5 years
A.3.2.7 Wellhead Services MAJOR
a) Wellhead Services:
To provide necessary
Wellhead/Christmas nipple
down services for all P&A
work
b) Equipment and Tools for
Wellhead Related:
HP Riser & Adapter to connect
BOP to Wellhead and other
required equipment and Tools
c) Wellhead Engineers:
Yes with minimum working on
wellhead services for 5 years
A.3.2.8 Completion Services MAJOR
a) Completion Services:
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
To provide necessary
completion related services for
all P&A work
b) Equipment and Tools for
Completion Related:
Completion related tools and
equipment to operate
downhole completion to pull
completion
c) Completion Engineers:
Yes with minimum 5 years
experiences
A.3.2.9 ROV Services MAJOR
a) ROV Observation Class:
- Support PnA Unit during
P&A operations
- Final Site Survey after
completing all P&A
Work
b) ROV Crew:
Yes with minimum 5
years experiences for
Supervisor & 3 years for
pilot person
A.3.2.10 Vessel Services MAJOR
AHTS 2 x 6000 BHP Vessels
for Material supply and Stand-
by
A.3.2.11 Helicopter Services MAJOR
Yes
Helicopter Services to provide
necessary helicopter services
for crew change requirement
and possible Medivac
A.3.2.12 Well Control Services MAJOR
Yes
CONTRACTOR must propose
well control program
A.3.2.13 Mud logging Service MAJOR
a) Mud logging unit: To
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
provide all required
information as specified in
mud logging program.
Mud logging equipment,
which should be
environmentally suitable
and complete with all
intrinsically safe and
explosion proof sensors
and detectors having
digital display,
audio/Visual alarm
Aggregation and
transmission of all mud
logging unit data in real
time
b) Mud logging personnel:
YES with 5 years experiences
A.3.2.14 Drilling bit MAJOR
Drill bit requirements: To
provide proper drill bits for
drilling out cement and bridge
plugs as required.
Communication
A.3.2.15 MAJOR
Services
Monitoring/Desk
phone/internet requirements:
To provide Deskphone,.
monitoring screen and
highspeed internet access for
all Clients on board at all times
during P&A works.
A.3.2.16 Logistic Support MAJOR
CONTRACTOR to set up
Supply Base in Vung tau, Viet
Nam to provide logistic
services to support for P&A
WORK & Contractor storage
area must be sufficient for all
removed items of well PnA not
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
less than 2,500 m2
A.4 Project Personnel MAJOR
To provide P&A Project key
personnel for CLIENT to
approve as below requirements
with similar work/project:
Personnel must have at least
10 years of offshore
experience and minimum
experience in position as
requirement below:
- Project Leader- 5 year
experience
- P&A Superintendent- 5 year
experience
- Offshore P&A Supervisor- 5
year experience
- Technical Manager• 3 year
experience
• P&A Unit Manager- 3 year
experience
• HSE Manager- 3 years
- Senior P&A supervisor- 5
year experience with valid
IWCF Level 4
- P&A supervisor-3 year
experience with valid IWCF
- Toolpusher-3 year experience
- Driller- 3 year experience.
Others if any
A.5 proposed by MINOR
Contractor HSE
B HSE MINOR
Refer to Attached # 1
HSE evaluation
Criteria Sheet
QUALITY
C MINOR
ASSURANCE
Specify and provide
the quality
Bidder’s
No. Evalution Criteria Client Requirement Category Criteria Remarks
Proposal
management
plan/manual to meet
the requirements
No submission or
noncompliance with
requirement
TERMS AND
D CONDITIONS OF MINOR
CONTRACT FORM
Comply all terms and
conditions of Contract
Form
Comply with several
exceptions in terms and
conditions of Contract
Form
Not comply or Reject
all terms and
conditions of Contract
Form
FINAL REBULT

ATTACHMENT # I: TECHNICAL HSE EVALUATION CRITERIA FOR WELL PLUGGING AND ABANIJONMENT WORK WELLS FOR
SONG DOC WELLS

Evaluation BIDDER'S Criteria


No. Description Client Requirements Remarks
Category Proposal GREEN YELLOW RED
VII HSE in EXHIBIT V Minor
1. Have a written policy Meet all
SAFETY POLICY & Meet all
7.1 on Safety, Health and requirement
PROGRAM requirement
Environment 1&3
2. Bidders have a HSE
Policy a standard
comparable to
CLIENT's policy and
shall be actively
supported and
BIDDER'S Criteria
endorsed by Evaluation Proposal
No. Description Client Requirements Remarks
CONTRACTOR's Category
Management
3. Bidder have to prepare
safety targets and
objectives, paying
particular attention to
accident prevention for
this campaign
7.2 ACCIDENT
REPORTING &
INVESTIGATION
Have accident Meet all
investigation Procedures requirement
comply with Vietnamese
Laws.
ALCOHOL/DRUG
7.3
POLICY
Have Alcohol/Drug Meet all
Policy/Procedure requirement
PERMIT TO WORK
7.4
SYSTEM
1. Have Permit to Work
System
2. The Bidder have
trained, competent
Meet all
personnel shall be
requirement
engaged for any Permit
to work
SAFETY TRAINING
7.5
& SUPERVISION
1. Bidders shall ensure
that its personnel have
been given the
necessary basic safety,
fire-fighting. sea- Meet all
survival, and job- requirement
related training
required by law and
CLIENT as outlined in
APPENDIX Vl-2.
BIDDER'S Criteria
2. Training shall be Proposal
carried out at training
Evaluation
No. Description Client Requirements
establishments Meet all Remarks
Category
approved by CLIENT requirement
as listed in APPENDIX
Vl-3
PERSONNEL
7.6 PROTECTIVE
EQUIPMENT
1. Bidders shall be
responsible for
providing its personnel
with CLIENT Meet all
approved Personal requirement
Protective Equipment
suitable for the task
being carried out.
2. CLIENT approved
Personal Protective
Meet all
Equipment suitable
requirement
will be mentioned in
APPENDIX VI-I

7.7 SAFETY DRILL


The bidders Personnel
when working offshore or
Meet all
onshore shall participate in
requirement
appropriate emergency
drills
7.8 SAFETY MEETING
Have HSE meeting Meet all
Policy/Procedure requirement
MEDICAL
7.9
WELFARE
The Bidders shall ensure
that all its employees and
Subcontractor's employees Meet all
engaged in the WORKS requirement
are medically fit and
healthy certificates
BIDDER'S Criteria
Evaluation
No. Description
TOOL & Client Requirements Proposal Remarks
7.10 Category
EQUIPMENT
The Bidders shall have
Maintain and Use Meet all
procedures for requirement
Equipment and tools
7.11 HOUSE KEEPING
The Bidders shall have
Meet all
housekeeping
requirement
procedures/Policy
ENVIRONMENTAL
7.12
PROTECTION
The Bidders shall have
Meet all
housekeeping
requirement
procedures/Policy
1. The Bidders have
environment protection
procedure/policy
2. The Bidders shall ensure Meet all
Meet all
that its employees and its requirement
requirement
Subcontractors, and their
employees are fully aware
of the environmental
protection
LAND
7.13
TRANSPORTATION
Land transportation shall
Meet all
comply with the
requirement
Vietnamese traffic rules
and regulations.
TYPICAL
7.14
HAZARDS
Bidder is required to Maintained
provide the tools and records
equipment as well as Meet all incidents
written procedure to ensure requirement and HSE
all hazards listed in performance
APPENDIX VI-3 are for two (2)
addressed years
7.15 HSE
PERFORMANCE
Evaluation BIDDER'S Criteria
No. Description Client Requirements Remarks
RECORDS Category Proposal
Must have maintained
Meet all Meet
records incidents and HSE
requirement requirement
performance for the last
one
five (5) years
HSE PROGRAM
1. Provision of Oil spill
equipment and standby
services which is can
cover for Level 01 and Meet all Meet
Level 02 onshore requirement requirement
during the campaign one
and comply to PVEP
POC's Oil Spill
response Plan
2. Develop helideck Meet all Meet
operation manual and requirement requirement
administration support one
Meet all Meet
3. Provision of medical
requirement requirement
evacuation service;
one

ATTACHMENT # I: DETAILED TECHNICAL EVALUATION CRITERIA


SDA WHP REMOVAL, SONG DOC FIELD ABANDONMENT OFFSHORE VIETNAM

Criteria Criteria
No. Evaluation Criteria Remarks
RED YELLOW GREEN RED YELLOW GREEN
WELL PLUGGING AND
A
ABANDONMENT
METHODOLOGY SOLUTION AND
A.2
SCHEDULE
A.2.1 Methodology & executive plan solution
MASTER SCHEDULE & OFFSHORE
A.2.2
EXECUTION PLAN
DRILLING UNIT AND RELATED
A.3
SERVICES
A.3.2 All related services to P&A operations
B SDA WHP REMOVAL
Criteria Criteria
No. BIDDER’sEvaluation
EXPERICENCE Criteria
& Remarks
B.1
CAPABILITY
B1.1 Experience for SDA removal
Experience in one (0 I) removal project or
offshore installation project for similar
platform (WHP or higher scale) from 2019
up to date. For clarity, experience is
evaluated from:
- Bidder or Bidder's Partner(s) in the
Consortium to perform SDA WHP
Removal;
- Bidder and its main Sub-contractor(s) (if
not Consortium) to perform SDA WHP
Removal (SDA WHP Topside Removal
and/or SDA WHP Jacket Removal).
Do not meet the above requirement
Heavy Lift Vessel or Crane Barge (Called
B.1.2
HLV)
HLV owner or HLV owner’s commitment
for utilizing the HLV for project
Do not meet the above requirement
B.2 RESOURCES
B.2.1 Office facilities and software
Specify the office with facilities and
software(s) fully meet the requirements
Specify the office with facilities and
YELLOW
software(s) partially meet the requirements
No submission or noncompliance with
requirement
B.2.2 Organization chart and personnel
Provide the project organization chart(s),
CVs for key personnel (for at least, Project
Manager (PM), Engineering Manager
(EM), Construction Manager/Installation
Manager (CM), Offshore Site Supervisor
(OSS)) meet the requirements
No information or the experience of PM,
EM, CM, OSS do not meet the
requirements
B.2.3 Heavy Lift Vessel
Criteria Criteria
No. Provide theEvaluation
specificationCriteria
to meet the Remarks
requirements
Not provide the specification, or
provide the specification but the HLV
crane capacity does not meet the
requirements
B.2.4 Remaining marine spread
Provide a detailed list of remaining marine
spread with the specification meeting the
requirements
Provide a detailed list of remaining marine
spread with the specification, but partially YELLOW
meeting the requirements
Not provide a detailed list of remaining
marine spread with the specification, or
provide but do not meet the requirements
Onshore major transportation and lifting
B.2.5
facilities
Specify and provide the detailed list of
lifting and transportation facilities for
lifting and transporting the removed items
to designated location to meet the
requirements
No provide, or specify and provide the
detailed list of lifting and transportation
facilities for lifting and transporting the
removed items to designated location, but
do not meet the req1uir·em1en1ts
B.2.6 Storage Yard
Specify and provide the layout with
sufficient area for storage of the removed
items and the yard ground bearing capacity
with the detailed information or Bidder's
confirmation to ensure suitability for
storage of removed items with the provided
layout.
Specify and provide the layout with the
detail information, but partially meet the YELLOW
requirements
No specify and provide the layout with the
detail information; or specify and provide
Criteria Criteria
No. Evaluation
the layout with the detailCriteria
information, but Remarks
do not meet the requirements
B.2.7 Current Workload/ Manning
Specify and provide the total available
manpower, estimated project manpower
with methodology for mobilization, that is
suitable with execution methodology and
schedule to fully meet the requirements
Specify and provide the total available
manpower, estimated project manpower
with methodology for mobilization, that is YELLOW
suitable with execution methodology and
schedule to partial meet the requirements
No submission or noncompliance with
requirement
B.3 EXECUTION PLAN & SCHEDULE
B.3.1 Project management
Describe the project management
methodology fully suitable with
proposed resources and requirements
Describe the project management
methodology partially suitable with YELLOW
proposed resources and requirements
No submission or non-compliance with
requirement
B.3.2 Survey and preparation
Provide the full description or the survey
and preparation methodologies with the
detail information of vessel, facilities and
personnel ultilised
Provide the description of the survey and
preparation methodologies and the partial
YELLOW
information of vessel facilities and
personnel ultilised
No submission or non-compliance with
requirement
B.3.3 Engineering methodology
Provide the description of the engineering
methodology with the
resource (internal or external).
No. Evaluation Criteria Criteria Criteria Remarks
Provide the description of the engineering
methodology to partially meet the YELLOW
requirements
No submission or not meet with
requirement
B.3.4 Method Statement for Topside Removal
Provide a list of major facilities and tool
for topside removal with the detailed
specification that is suitable with method
statement
No submission or non-compliance with
requirement
Major facilities and tools for topside
B.3.5
removal
Provide a list of major facilities and tools
for topside removal with the detailed
specification that is suitable with method
statement
No submission or non-compliance with
requirement
Method statement for jacket, piles and
B.3.6
subsea template Removal
Describe the sequence/method statement
for jacket/ pile/subsea template removal in
line with proposed marine spread and meet
the requirements
No submission or non-compliance with
requirement
Major facilities and tools for jacket/pile
B.3.7
removal
Provide a list of major facilities and tools
for jacket/pile/subsea
template removal with the detailed
specification that is suitable with method
statement
No submission or non-compliance with
requirement
Method Statement for Offshore/Onshore
B.3.8 Transportation and Storage for the
removed items, etc
Criteria Criteria
Provide the method statement for
offshore/onshore transportation,
No. Evaluation
onshore lifting Criteria
and storage of the removed Remarks
items in line with proposed marine spread,
onshore/offshore facilities and meet the
requirements
No submission or non-compliance with
requirement
Preliminary calculations, drawings,
B.3.9
procedures
Provide preliminary deliverables,
calculations, drawings and
typical/brief procedures for the main
activities including topside/jacket/pile
removal, onshore/offshore transportation,
survey and diving in line with proposed
marine spread and facilities to meet the
requirements
Provide preliminary deliverables,
calculations, drawings and typical/brief
procedures for the main activities including
topside/jacket/pile removal, YELLOW
onshore/offshore transportation, survey and
diving in line with proposed marine spread
and facilities to partially
No submission or non-compliance with
requirement
B.3.10 Project Schedule
Provide the schedule with key Milestones,
work sequence with at least the
information as requested to fully comply
with the requirements
Provide the schedule with key Milestones,
work sequence with at least the
YELLOW
information as requested to partially
comply with the requirements
No submission or non-compliance with
requirement
C HSE
Provide the HSE information to meet the
requirements
No. Evaluation Criteria Criteria Criteria Remarks
Provide the HSE information to partially
YELLOW
meet the requirements
No submission or non-compliance with
requirement
D. QUALITY ASSUREANCE
Specify and provide the quality
management plan/manual to meet the
requirements
Specify and provide the quality
management plan/manual to partially meet YELLOW
the requirements
No submission or non-compliance with
requirement
E FINANCIAL STANDING
Current Ratio (>100% for two years 2020-
2022
Net profit margin (%) (at least>0 for two
years 2020-2022)
No meet any requirements
TERMS AND CONDITIONS OF
F
CONTRACT FORM
Comply all terms and conditions of
Contract Form
Comply with several exceptions in terms
YELLOW
and conditions of Contract Form
Not comply or Reject all terms and
conditions of Contract Form
FINAL RESULT:
All items are evaluated as “GREEN” or
PASS
“YELLOW”
FAIL
Any item is evaluated as “RED”
(technically not acceptable)

You might also like