Tender Opportunity Provision of Drill Stem Testing (DST) Surface Services to Support Deepwater Drilling and Completion Operations at Star Deep Water Petroleum Limited

Star Deep Water Petroleum Limited

(A Chevron Company)

Operator of the Agbami Unit (OML 127/128)

Tender Opportunity Provision of Drill Stem Testing (DST) Surface Services to Support Deepwater Drilling and Completion Operations

Introduction:

Star Deep Water Petroleum Limited (SDWPL) invites interested and prequalified companies for this tender opportunity for the provision of Services listed under ‘Scope of Work/ Service Requirements’ which will be carried out in respect of its 2013 – 2016 Oil and Gas Wells Drilling, Completions and Workovers for Deepwater Operation in Nigeria. Availability to commence provision of Services is required for an anticipate cement Date: Fourth (4th) Quarter 2013. With a Primary Term of two (2) Years with a possible Optional Term of one (1) Year.

Scope of Work

Interested Applicants must be able to provide the following as required for Deepwater Drill Stem Testing Surface Services.

Contractor will be required to furnish well testing surface equipment (flow head, choke, manifold, heater, separator, burners etc). Contractor will be responsible for making all relevant calculations and submit detailed oil “well test report” including all electronic flow data and calculations. In addition, surface PVT will be required, oil and gas bottles to be supplied by Contractor.

 

Contractor will supply 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 offshore.

Mandatory Tender Requirements

A.      To be eligible for this tender exercise, interested bidders are required to be pre-qualified in the 3.04.30 (Drill Stem Testing Services) category in NipeX Joint Qualification System (NJQS) database. All successfully pre-qualified suppliers in this category by the bid close date will receive Invitation to Technical Tender (ITT).

B.      Please note that interested bidders including their sub-contractor(s) shall be required to:

i.        Meet all JQS mandatory requirements to be listed as “Prequalified” for a

category in the JQS database.

ii.       Meet all Nigerian Content requirements stated in this advert in their responses to the invitation to Technical Tender.

C.      To determine if you are pre-qualified and view the product/service category you are listed for: Open www.nipexng.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.

D.      If you are not listed in this product/service category, 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 DP certificate as evidence for verification and necessary update.

E.      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 further action.

Nigerian Content

SDWPL is committed to the development of the Nigerian Oil and Gas business in observance with the Nigerian Oil and Gas Industry Content Development Act 2010 (NOGICD Act) enacted by the Federal Government of Nigeria in April 2010.

Pursuant to enactment of the NOGICD Act, the minimum Nigerian Content in any project service or product specification to be executed in the Nigerian Oil and Gas Industry shall be consistent with the level set in the schedule of the Act and any other target as may be directed by the Nigerian Content Development and Monitoring Board (NCDMB).

Contractors shall comply with the provisions of the NOGICD Act and all applicable regulations. Bidders that do not meet the Nigerian Content criterion will not be allowed to participate in next Tender Stage

 

The following are the Nigerian Content requirements bidders are expected to comply with in their technical bid submission.

 

A.      Demonstrate that the entity is a Nigerian Registered Company, or a Nigerian Roistered Company 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

 

B.      Furnish details of company ownership and share holding structure. Also submit clear photocopies of your CAC Forms CO2 and CO7

 

C.      Provide evidence of the percentage of 1) key management positions that are held by Nigerians and 2) total work force that are Nigerians. Also, show overall percentage of work to be performed by Nigerian resources relative to total work volume.

 

D.      Provide a Nigerian Content Plan with a detailed description of the role, work scope, man-hours and responsibilities of all Nigerian companies and personnel that will be involved in executing the work. Also provide details of Nigerian Content contact or manager.

 

E.      State proposed total scope of work to be performed 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.

 

F.      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 organisation providing such training und evidence of past training record) for Nigerian personnel including description of any specific programs in place for transfer of technology and skills to indigenous businesses and Nigerians over the next five (5) years.

 

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

 

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

 

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

 

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

K.      Provide evidence of MOU with OGTAN registered trainer to conduct classroom module of training and on the job attachment.

L.      Provide human capacity building development plan including budget which must be minimum 10% of project man –hours or cost. Training will be targeted at developing capacity other than bidder’s personnel. Trainees will be nominated from a database maintained by NCDMB and the services of OGTAN registered trainers utilized to cover classroom modules.

M.     Provide details of equipment ownership.

N.      Bidders (Vendors, Original Equipment, Manufacturers-OEMs, and EPC Contractors) are required to present Nigerian Content Equipment Certificate (NCEC) issued by Nigerian Content Development and Monitoring Board (or evidence of application for the certificate) in respect of any components, spares, equipments, systems and packages to be used in the proposed project under tender

Close Date:

Only bidders who are registered with NJQS Product/Category 3.04.30 (Drill Stem Testing Services) by 4:00 pm. on 27th June, 2013 being the advert close date shall be invited to submit technical bid.

Please note the following:

1.       Suppliers eligible for this tender opportunity are expected to be prequalified in NJQS under this product/service category.

 

2.       The Invitation to Tender (ITT) and any further progression of this tender shall be via NipeX.

 

3.       All costs incurred in preparing and processing NJQS prequalification shall be to the contractor’s accounts.

 

4.       This advertisement shall neither be construed as any form of commitment on the part of SDWPL 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 SDWPL and or any of its partners by virtue of such companies having been prequalified in NJQS.

 

5.       The tendering process shall he the NNPC contracting process requiring pre-qualified companies to submit technical tenders first. Following a technical review, only technically and financially qualified contractors will be requested to submit commercial tenders.

 

6.       SDWPL will communicate only with authorized officers of the pre-qualifying companies and not through individuals or Agents.

 

Please visit NipeX portal al www.nipexng.com for this advert and other information.

Star Deep Water (a Chevron Corporation affiliate) is the operator of the Agbami Field. Other participants are Famfa Oil Limited, Nigeria National Petroleum Corporation (NNPC), Texaco Nigeria Outer Shelf Inc. (a Chevron Corporation affiliate)

Statoil Nigeria Limited and Petroleum Brasileiro Nigeria Limited

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

 

 

Invitation for Prequalification &Tender under Year 2013 Special Intervention Projects at Adamu Augie College of Education

Adamu Augie College of Education

 Invitation for Prequalification &Tender under Year 2013 Special Intervention Projects

 1.0 Introduction

The College intends to embark on the construction of 1 Storey Block of 28 Offices with Conference Hall for School of Education Complex and furnishing using its Special Intervention Fund. Interested and reputable contractors with relevant experience are hereby invited to apply for pre-qualification/Tender for the projects.

 

2.0     Scope of Work/Non-Refundable Pre-Qualification/Tender Fees of N20, 000.00 for Construction and N 10, 000.00 Procurement and the Works Consist of the Following:

 

Lot 1:         Construction of 1 Storey Block of Offices for School of Education

Lot 2:         Furnishing of 1 Storey Block of Offices for School of Education

 

3.0 Pre- Qualification Requirements:

Only companies that can show evidence of the following documents should apply and complete the pre-qualification documents:

 

(A)    Company registration with Corporate Affairs Commission

(B)     Company Tax Clearance Certificate for the last three (3) years

(C)     VAT Registration

(D)    Company profile

(E)     Evidence of registration with the College

(F)     Evidence of Similar jobs executed

(G)    Bank reference

(H)    (2010, 2011 and 2012) audited accounts of the company.

 

4.0 Pre- Qualification Documents

Pre-qualification/Tender documents are obtainable form 3rd – 17th June, 2013 between 10.00am and 3.00pm each day from the office of;

The Provost, Adamu Augie Collage Education, Kebbi State

 

5.0 Submission of Pre-Qualification/Tender Documents

Completed documents, which must be sealed and marked with the title of the project on the top left-hand corner of the envelope, should be dropped in a pre-qualification/tender box in the office not later than 19th June, 2013.

6.0 Opening of Pre-Qualification Documents

Opening of the documents shall take place on the closing date of the submission of prequalification documents. The venue will be in the College. Only successful pre-qualification contractors will be invited.

 

7.0 Important Notice

This advertisement shall not be construed to be commitment on the part of Adamu Augie Collage Education, Kebbi State to award any form of contract to Company and only pre-qualified bids will have their tender bids analysed.

 

Signed:

Registrar

Invitation for Tender for the Implementation of 2013 Capital Projects at Federal Government College,Ikot-Ekpene Akwa -Ibom State

Federal Ministry of Education

Federal Government College,

Ikot-Ekpene Akwa -Ibom State

 

Invitation for Tender for the Implementation of 2013 Capital Projects

 

Tenders are invited from reputable contractors for the construction and supply of the under-mentioned jobs in the college:

Lot 1:          Construction of 3 blocks of 6 Classrooms

Lot 2:          Construction of 2 No. Hostel with Toilet Facilities and Generator

Lot 3: Construction of Physics, Chemistry, Biology and Agricultural Laboratories   

Lot 4:          Supply and Installation of Science and Agricultural Equipment.

 

2.       Tender requirement

Interested and competent contractors are required to submit the following documents which will be subjected to verification by the school.

I)                  Evidence of registration with the Corporate Affairs Commission (CAC)

II)               Evidence of Current Tax Clearance certificate for the last three (3) years ending in December 2012.

III)            Evidence of VAT registration Certificate with TIN No. and past remittances for the last 3 years

IV)           Evidence of issuance of Compliance Certificate to all Organizations by PENCOM in line with Pension Reform Act 2004 (as amended);

V)              Evidence of compliance with the amended Indusial Training Fund Act, 2011;

VI)           A sworn affidavit disclosing whether or not any officer of FME or BPP is a former or present Director, Shareholder or has any pecuniary interest in the bidder and confirm that all information presented in its bid are true and correct in all particular;

VII)        Company audited account of three years (2010-2012).

VIII)     Evidence of financial Capability to execute the projects.

IX)           Company profile with CVs of key Officers including photocopies of relevant professional/technical qualifications;

X)              List of verifiable construction Equipment including Ownership or lease agreement for Lots 1-3 only;

XI)           Verifiable Evidence of successful completion of similar works within the past three (3) years and attach copies of letters of awards and certificates of successful completion;

 

3.       Bidding will be conducted through National Competitive Bidding (NCE) procedure as specified in the 2007 Public Procurement Act.

4.       Interested eligible bidders may obtain further information from the Vice Principal. Special Duties office and inspect the Bidding Documents between 9:00am till 3:30pm (Mondays -Fridays) except public holidays.

 

5.       Collection of Documents

A complete set of Bidding Documents shall be collected by interested bidders from the office in paragraph 4 above on the submission of a non refundable tender fee often Thousand Naira (#10.000) per Lot in certified Bank Draft payable to Federal Government College Ikot Epene, Akwa Ibom State.

 

6.       The General Public is invited to note that this advertisement replaces the earlier one published in the Sun and The Nation Newspapers. Therefore, Bidders that paid and responded to the tender Advert under reference are not required to pay the (N10,000.00) tender fee but must however obtain the new Bids Documents from paragraph 4 above. The Bidding documents will be collected by hand by bidder’s representative.

 

7.       Submission of Tender Documents

The completed Tender should be enveloped in two separate envelopes marked “TECHNICAL BID” and “FINANCIAL BID”, sealed waxed and marked on the Top Left Hand Corner with the inscription (insert Lot no. and title of Project) and addressed to the Principal, Federal Government College, Ikot EPene, Akwa Ibom State, and deposited in the tender Box at the address in paragraph 4 above on or before 12:00noon 17th July, 2013.

The Name of the contractor should be clearly written in Capital Letters at the back of the envelops. Late bids will be rejected

 

8.       Public Opening of Bids

Technical Bids shall be opened immediately after close of submission in 7 above at the college compound, interested members of the public are hereby invited to the proceedings on the tender open, 17th July, 2013 at the college compound.

 

9.       Nothing in this advertisement shall be construed as a commitment on the part of the School to award any or the above listed projects..

Invitation for Pre-Qualification at Ministry of Budget and Economic Planning

Ministry of Budget and Economic Planning

Office of the Chairman Millennium Development Goals (MDG/CGS)

Programme Implementation Committee

Usman Faruk Secretariat Sokoto

P.M. B. 2016, Sokoto

Tel. 060-233008

 

Invitation for Pre-Qualification from Reputable Contractors with Relevant Experience and Expertise to Undertake Execution Of

MDG/CGS Projects in Sokoto State Under 2012 MDG/CGS Projects

 A.   Introduction

As part of its commitment and mandate for the attainment of Millennium Development Goals (MDGs), The Sokoto State in partnership with the Federal Government of Nigeria (OSSAP-MDGs) will be utilizing conditional grant for the implementation of projects and programmes for the attainment of MDGs. The State in collaboration with OSSAP-MDG has made a provision for the execution of 2012 MDG/CGS Projects in the following areas:

 

S/N Project Title

1.       Construction of Solar powered boreholes

2.       Local government track CGS Projects in Gada, Gudu, Tangaza & Tureta local Government

 

The Office of the Chairman State Programme implementation Committee hereby invites suitably qualified and reputable contracting firms to apply for Pre-Qualification for the works above stated under the approval.

  1. B.   Pre-Qualification Requirement
  2. Evidence of Incorporation with CAC
  3. VAT Registration
  4. Tax clearance certificate (2009, 2010 and 2011)
  5. Company audited account for at least 3 years
  6. Evidence of Financial capability and clean bill of healthy financial position in the form of referee from a recognized bank,
  7. Evidence of experience /technical qualification including key personnel
  8. Equipment and technological capability
  9. Evidence of similar project executed in the State

 

Submission of Pre-Qualification Documents

Two (2) hardcopies and One (1) soft copy (CD or DVD) of the completed pre -qualification documents should be submitted in a sealed envelope which shall bear the words, “Pre-qualification contractors for MDG/CGS 2012” indicating specific project applied for, (1, 2, or all). The envelope should not bear any identify of the pre-qualification applicant and all documents shall be submitted to the Office of the Hon. Commissioner, Ministry of Budget and Economic Planning, Usman Faruk Secretariat Sokoto, Sokoto State not later than 18th June, 2013

 

Note:

Only shortlisted contractors will be invited to tender and that the Office of the Chairman will not take responsibility for any form of payment whatsoever for the expenses incurred in response to this invitation.

Signed

Chairman

MOG/CGS Implementation Committee

Invitation to Tender at Kano Municipal Council, Kano State

Kano Municipal Council, Kano State

Invitation to Tender

In its effort to follow the footstep of the state government in modernizing Kano, The Kano Municipal Council has intended to construct trade cluster in the various areas in the local government Therefore, eligible contractors are hereby invited for pre-qualifications to tender for under listed locations.

Locations No Of Shades
1 Kwanar Gwangwazo By Hasiya Bayero Paediatric Hospital 3

 

2 Sharada Asibiti 3
3 Sharada AP Filling Station Junction 2
4 Opposite Gidan Bashir Tofa 3
5 Yan Lemo Opposite Jakara Post Office 2
6 Kwanar Gidan Ado Dan Dawaki Yan Wanki 2
7 Dan Agundi By Bus Stop 2
8 Yahaya Gusau Opposite Cinema 3
9 Hauren Shanu By NIFL Restaurants 2
10 Filin Kabara 2

 

Pre Qualification Requirements

01.     Certificate of Incorporation

02.     Registration with State Works Reg. Board

03.     Company Audited Account for 3 years

04.     Evidence of Tax Clearance for 3 years

05.     Evidence of financial capability/Banking support

06.     Experience & technical qualification of key personnel

07.     Record of previous projects executed & evidence of knowledge of the industry

08.     Equipments, plants & Technology capacity

09.     Annual tune over

10 .    Evidence of settlement of payee & other withholding tax

11.     Vat Registration & evidence of past vat remittances

12.     Any other document that will enhance your competency and reliability

Submission of Documents

All eligible contractors/companies must submit their pre-qualification documents in sealed envelopes and boldly marked TENDER FOR THE………………….. ( NAME OF THE PROJECT) and should forward it to office of the Chairman due process KANO MUNICIPAL COUNCIL, Kano State to reach him on or before 19th June, 2013

Signed:

Management