Provision of Gas Lift Services (Onshore) at Chevron Nigeria Limited

 

Chevron Nigeria Limited

R.C.6135

Operator of the NNPC/Chevron Joint Venture

Tender Opportunity

Provision of Gas Lift Services (Onshore) to Support

Onshore Drilling and Completion Operations

 

Introduction

Nigerian National Petroleum Corporation (NNPC) / Chevron Nigeria Limited (CNL) joint venture invites interested and prequalified companies for provision of Services listed under ‘Scope of Work/Service Requirements’ which will be carried out in respect of NNPC/Chevron Nigeria Limited 2011 – 2012 Oil and Gas Wells Drilling. Completions and Workovers for Onshore (Swamp and Land) Operations in Nigeria, Availability to commence provision of Services is required for an anticipated Commencement Date: Third (3rd) Quarter 2012 with a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

 

Scope of Work

DRL-2011 -874071 GAS LIFT SERVICES (ONSHORE)

Interested bidders must be able to provide Gas Lift Equipment and Services in compliance with relevant API and COMPANY specifications. The scope of WORK shall include but not limited to the provision of:

 

  • Provision of gas Lift related services such as rental equipment (gas meter, 2-pen recorder, echometer and kick-over tool), loading and pressure test.
  • Gas Lift Equipment shall include mandrels, latches and valves being capable of installation in deviated or horizontal wells with Casing/Liner sixes of 9-5/8” through 5” and Tubing sizes from 2-3/8” to 4-1/2”
  • A Quality Plan outlining procedures to ensure that Company receives Equipment that has been properly prepared for utilization. Dedicated QA Personnel will be supplied by contractor to ensure rigorous adherence to Contractor’s Quality Plan.  Quality Plan will define shop Equipment required to makeup and test Completion Equipment prior to shipment Onshore.
  • Gas Lift Engineering support personnel in Lagos available for daily consultation with COMPANY’S Drilling and Completion staff and logistical coordination for required materials /services.

 

Mandatory Requirements:

  • To be eligible for this tender exercise, interested Bidders are required to be pre-qualified in Category 1.01.10 (Production String Components), 3.04.21 (Well Completion Services) and /or 3.15.04 (Well Services) in Nipex Joint Qualification System (NJQS) database. All successfully prequalified Bidders in above categories shall receive invitation to Technical Tender.

 

  • Note, interested Bidders including their sub-contractor(s) be required to:

 

  • Meet all JQS mandatory requirements to be listed as “PREQUALIFIED” for a Category in the NJQS database
  • Meet all Nigerian Content requirements stated in this advert in their responses to the invitation to technical tender.

(Failure to meet the Nigerian Content requirements is a “FA TA L FLAW”.)

 

  • To determine if you are pre-qualified and view the Product/Service Category you are listed for Open www.nigexng.com and access NJQS with your log-in details. Click on continue Joint Qualification Scheme tool, click check ‘My Supplier Status’ and then click ‘Supplier Product Group’.

 

  • If you are not listed in a Product/Service Category noted above, and you are registered with DPR to do business for this Category, please contact Nipex office at 30 Oyinkan Abayomi drive, Ikoyi Lagos with your DPR Certificate as evidence for review and necessary update.

 

  • To initiate and complete the JQS prequalification process, access www.nipexng.com to download the application form, make necessary payments and contact Nipex office for farther action.

 

Demonstrate that the entity is a Nigerian Indigenous Company, or Nigerian Indigenous Company as the contracting entity in genuine alliance or joint venture with foreign company with details on scope and responsibilities of parties for this work. Such companies must show evidence of joint venture binding agreement duly signed by the CEO of both companies including evidence or plans of physical operational presence and set-up in Nigeria.

  • Furnish details of company ownership and share holding structure; submit clear photocopies of your C AC Forms C AC 2, C AC 7.

Provide evidence of what percentage of your key management positions is held by Nigerians and what percentage of the total work force are Nigerians: show overall percentage of work-to be performed by Nigerian resources relative to total work volume.

 

  • Provide a Nigerian Content Plan providing a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that would be involved in executing the work; provide details of Nigerian Content focal point or manager.

 

  • State proposed total scope of work to be conducted by Nigerian personnel (whether contracted directly or under subcontract agreements) with names and addresses including evidences of well equipped offices and workshop; attach past experience of such patronage.

 

  • Specific to this project, provide detailed plan for staff training and development on engineering, project management and procurement (including all software to be used, number of personnel, name of organization providing such training and evidence of past training record) for Nigerian personnel including description of and specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5)years.

 

  • Provide evidence of domiciliation of project management and procurement centers in Nigeria with physical addresses (not P.O. Box).

 

  • Location of in-country facilities (Equipment, storage, workshops, repair and maintenance facilities and, testing facilities.

 

  • Contractor must be willing and able to provide evidence of maximization of made in Nigeria goods and services.

 

  • Provide details on any other Nigerian Content initiative your company involved in.

 

Close Date

Only tenderers who are registered with NJQS Product/Categories 1.01.10 (Production String Components), 3.04.21 (Well Completion Services) and/or

3.15.04 (Well Services) on 19th August 2011 by 4:00 pm., being the advert close date shall be invited to submit technical bid.

 

Please note the following:

  • Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.
  • The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX. Interested Bidders are therefore advised to ensure they are set-up in NipeX with a valid and active official company email address accessible by all in their organization as this shall be the only means to transmit the ITT
  • Bidders who, for the purpose of this bid process enters into a JV. Partnership, consortium, etc with another bidder bidding on this project will be disqualified.
  • All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.
  • This advertisement shall neither be construed as any form of commitment on the part of Chevron Nigeria Limited to award any contract to any company and or associated companies, sub-contractors or agents, nor shall it entitle prequalified companies to make any claims whatsoever, and or seek any indemnity from CNL and or any of its partners by virtue of such companies having been prequalified in NJQS.

 

  • The tendering process shall be the NNPC contracting process requiring pre­qualified companies to submit technical tenders first. Following a technical review and evaluation, only technically and financially qualified contractors will be requested to submit commercial tenders.
  • CNL will communicate only with authorized officers of the pre-qualified companies and NOT through individuals or Agents

Please visit the Nigerian Petroleum Exchange (Nipex) public Opportunity Portal, www.nipexng.com for copy of this advertisement and any other required information.

 

Management:

Chevron Nigerian Limited, 2 Chevron Drive, Lekki Peninsula, P.M.B. 12825, Lagos

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