Invitation for Pre-Qualification at Nigerian Agip Exploration Limited

Nigerian Agip Exploration Limited

 

Invitation for Pre-Qualification

 

Provision of Environmental Studies/Services in NAE Deep Offshore

(Prequel Ref. 1000000199)

 

1. Introduction

Nigerian Agip Exploration (NAE) the operator of deep offshore block (hereinafter called Company); intends to put in place a contract for the provision of environmental studies and services.

 

The Company therefore invites submissions from interested and reputable Contractors/Consultants (hereinafter called Applicant) who possess suitable cognate experience in environmental studies and services; and with suitable equipment, premises and qualified employees, to apply for prequalification for the scope of service defined below.

 

2.       Scope of Service

The required services will be for duration of thirty-six (36) months with option to extend for twelve (12) months starting from August 2012: and shall apply in the following water depths:

  • Deep Offshore block – in water depths ranging between 1400m to 2500m

 

The high level scope of required services includes but not limited to the following;

  • Preliminary Environmental Impact Assessment (EIA)/ Environmental, Health and Social Impact Assessment (EHSIA) Studies
  • Environmental Impact Assessment (EIA)/Environmental, Health and Social Impact Assessment (EHSIA) Studies
  • Environmental Evaluation Report
  • Environmental Sensitivity Index Mapping
  • Effluents Monitoring
  • Air Quality Monitoring
  • Ecological Seabed Survey

 

All work must be conducted in compliance with applicable regulations of the Federal Republic of Nigeria, as administered by the Federal Ministry of Environment (FME) and the Department of Petroleum Resources (DPR) per relevant requirements and guidelines governing environmental issues, Impacts and their management.

 

With respect to facilities the following will be required – a dedicated survey vessel and suitable laboratory. All other equipment required for this service shall meet applicable statutory requirements codes of practice and specifications.

 

3.       Pre-Qualification

To qualify for consideration, the Applicant is required to supply two (2) electronic copies in CD-ROM and two (2) hardcopy sets of the following documentation with specific chapters separated by dividers in the order prescribed below.

 

Note: Only those applicants qualified from this pre-qualification exercise shall be invited to competitively tender for the specified services. Failure to submit any of the under listed documents may result in disqualification of the applicant.

a.       Cover letter summarizing the contents of prequalification documents

b.       Details of Applicant’s HSE policy and programme complete with HSE management system and specifically site risk management programme (Applicant must clearly state methods for eliminating/controlling risks with its own scope of services and at interfaces with others) ‘

c.       Safety dashboard for accidents, injuries (LTI/RWC/MTC/FAC), damages and near misses for the past 3 years

d.       Full details of Applicant’s company profile

e.       Certificate of incorporation plus CAC Form 007 showing shareholding distribution

f.       Certificate of registration with DPR and evidence of renewal from 2009 to date.

g.       Applicant’s financial details, audited accounts and tax clearance for the last three (3) years [2009, 2010 & 2011]

h.       Organizational structure, available manpower with a list of key professional staff with their resume.

i.        Contact details (name, email and phone number) of key Applicants personnel

j.        Power of attorney for officers assigned to interact with Company on the bid proposal

k.       Community relations policy and programmes; and proposal on managing community related issues foreseen for the specified service Records of community related issues successfully handled in the past.

l.        Evidence of past experience (in at least five projects/operational areas) for similar services carried out in offshore and deep offshore waters

m.      Name, present location and availability of owned or retained marine survey vessels

n.       Clear evidence of ownership of survey vessel or properly executed MOA (Memorandum of Agreement) of retained vessels with names of vessel owner representatives that can be contacted for verification purposes.

o.       Clear evidence of ownership of suitable and approved laboratory or properly executed MOA (Memorandum of Agreement) of retained laboratory with names of laboratory owner representatives that can be contacted for verification purposes.

 

4.       Nigerian Content

Bidders are invited to express complete understanding, willingness and commitment to develop in-country capability and capacity for related work packages in compliance with the Nigerian Oil and Gas Industry Content Development Act (NOGICD Act 2010) and Cabotage Act.

 

Pursuant to the above, bidders’ submissions shall be evaluated strictly with the minimum evaluation criteria defined in the NOGICD and the Cabotage Act. Only bidders whose submissions are in­ compliance shall proceed to the next stage of the tendering process.

 

The information/documentation that will be required to be submitted by bidders at the ITT stage among others are as follows;

1.       Preparation of Nigerian Content Plan that addresses utilization of Nigerian labour, services, materials and equipment for this service in order to achieve a minimum target as set out in line with the requirements of the NOGICD Act 2010.

 

2.       Demonstrate that entity is a Nigerian company as defined in the NOGICD Act 2010. Where capacity is inadequate, genuine alliances with multinational companies for the purpose of technology transfer will be acceptable, the alliance or Joint venture will demonstrate with binding memorandum of agreement signed by chief executives of the entities evidences clear work share ratio among the parties and time frame for growth or transfer to be achieved.

 

3.       Details of Applicant’s company ownership and shareholding structure with certified true copies of CAC Forms C02 and C07. Including company memorandum and article of association and other evidence of applicants incorporation.

 

4.       Contact details (name, email and phone number) of Applicants key personnel

 

5.       Evidence (personnel list and positions with organization chart to substantiate) of percentage of Nigerian nationals and the percentage of the total workforce that are Nigerians.

 

6.       Evidence that 50% of the equipment deployed is owned by the Nigerian subsidiary if applying entity is a multinational (Clause 41 (2) of the NOGICD Act) if not the case provision of concrete plan to comply in the next 3 years.

 

7.       Detail past experience/present commitment to staff training and development of Nigerian personnel. Furnish detailed training plan for the service.

 

8.       Details of ownership of laboratory to be used for analyses or duly signed MOA (Memorandum of Agreement) for retained laboratory with contacts of laboratory owner representatives that can be contacted for verification purposes.

 

9.       Describe specific programmes in place to transfer technology and skills to Nigerians.

 

NOTE: Failure to meet the Nigerian Content requirements is a “FATAL FLAW”

 

The pre-qualification document (two (2) hard copies plus two (2) CD-ROM copies] shall be submitted in one (1) sealed envelope, clearly marked “Provision Of Environmental Studies/Serves in NAE Deep Offshore” The above documents should be addressed and hard delivered to the “Strategic Procurement Division Manager at Company’s address given below on or before 31st July 2012.

 

The Strategic Procurement Division Manager

Nigerian Agip Exploration Ltd.

Churchgate Building,

Plot 473 Constitution Avenue,

Central Business District, Abuja.

 

Please note:

  • Intended bidders must indicate their company’s name on the sealed envelope.
  • Bidders’ submissions must be arranged in the same sequence as detailed above.
  • On no account should the documents be submitted in any other NAE location other than the address given above.
  • Notwithstanding the submission of the pre-qualification information, NAE is neither committed nor obliged to include your company on any bid list or to award any form of contract to your company and/or associated companies, subcontractors or agents.
  • Only short-listed companies having related past experience shall be invited for tendering.
  • NAE will deal only with authorized officers of the tendering companies and NOT through individuals or Agents.
  • This advertisement of “Tender Opportunity” shall not be construed as a commitment on part of NAE, nor shall it entitle Applicants to make any claims whatsoever and/or seek any indemnity from NAE and/or any of its Partners by virtue of such Applicants having responded to this Advert.
  • NAE will not enter into correspondence with any company or individual on why a company was short listed or not short-listed.
  • This advertisement of “Invitation for Pre-qualification” shall not be construed as a commitment on part of NAE, nor shall it entitle Bidders to make any claims whatsoever and/or seek any indemnity from NAE and/or any of its partners by virtue of such bidders having responded to this advertisement.

 

Management.

 

Subscribe / Share

tendersnigeria tagged this post with: , , Read 4546 articles by

Leave a Reply

Your email address will not be published. Required fields are marked *

Search for Tenders

Subscribe to Email Alerts