Tender Opportunity at Esso Exploration and Production Nigeria Limited

Esso Exploration and Production Nigeria Limited

(Contractor of OML 133 Deep-Water Production Projects)

Tender Opportunity:

Provision of 4D Monitor Seismic Streamer Survey – 2014

1.     Introduction

Esso Exploration and Production Nigeria Limited (EEPNL), contractor of NNPC OML 133, plans to acquire a 3D streamer survey, to be used as the second monitor survey for a 40 seismic project to enhance the production and reservoir management of the Erha and Erha North Fields. This survey is to be recorded in early 2014, The contractor will be required to use parameters compatible with a Baseline Survey and 1st Monitor survey that were recorded with 12 streamers on an 8-streamer pre-plot in 1st Quarter 2005 and 3rd Quarter 2009 respectively.

2.       Scope of Work

The planned scope of work consists of the following:

  • Survey size: Approximately 282 square kilometers full-fold
  • Water depths: 900 -1300 meters
  • Technique: 3D Streamer -12 streamers recording on 8-streamer pre-plot
  • Type: Streamers must be solid or gel filled
  • Bin size: 6.25 meters inline by 12.5 meters cross line
  • Geometry:  5100 meters streamer length
  • Shot Interval:  18.75 meters flip-flop, 68-fold recording
  • Record Length:    7.5 seconds (6.5 seconds minimum with a 1.0 sec. deep water delay)
  • Obstructions; Undershooting is required around an FPSO and SPM (Single Point Mooring) facilities. Phantom undershoots of two previously occupied MODU locations will also be required. Contractor must have adequate resources to allow sufficient flexibility for primary seismic and undershooting vessels to work with production operations during time periods that minimize effects on all operations
  • Field Processing and Onboard 4D QC: Various 40 attributes are to be measures in order to QC geometry repeatability. Front end processing must generate SEGY tapes with all positioning data merged into the trace headers
  • Extensive safety, including SIMOPS, health, environmental, and security planning is required prior to start of the seismic operations

3.       Mandatory Requirements

A.      To be eligible for this tender exercise, interested contractors are required to be prequalified in the 2D/3D/4D Seismic Data Acquisition Services Product Group 3.10.01 category in NipeX Joint Qualification System (NJQS) database. All successfully prequalified suppliers in this category will receive Invitation to Technical Tender (ITT).

B.      To determine if you are prequalified and view the product/service category you are listed for Open www.nipexng.com and access NJQS with your tog-in details, click on continue Joint Qualification Scheme tool, click check my supplier status and then click supplier product group.

C.      If you are not listed in a product/service category you are registered with DPR to do business, contact NipeX office at 30 Oyinkan Abayomi Street, Ikoyi Lagos with your DPR certificate as evidence for verification and necessary update.

D.      To initiate the JQS prequalification process, access www.nipexng.com  to download an application form, make necessary payments and contact NipeX office for further action.

E.      To be eligible, all tenders must comply with the Nigerian Content requirements in the NipeX system.

4.   Nigerian Content

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

As from the commencement of this 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 to the Act and any other targets as may be directed by the Nigerian Content Development and

Monitoring Board (NCDMB).

NNPC/EEPNL PSC requires their Contractors to comply with the Act, its Schedule and any applicable regulation developed by the NCDMB.

Nigerian Content (NC) in the Nigerian oil and gas industry is defined as:

“The quantum of composite value added to or created in the Nigerian systematic development of capacity and capabilities through the deliberate utilization of Nigerian human, material resources and services In the Nigerian oil and gas industry.”

“Nigerian company” is a company formed and registered in Nigeria in accordance with the provisions of Companies and Allied Matters Act with not less than 51% equity shares by Nigerians.

Bidders shall consider Nigerian content as an important element of their overall project development and management philosophy for project execution.

As part of their submissions, Tenderers shall:

  1. Provide a description of its committed infrastructure (asset, equipment, technical office, and administrative space, storage, workshop, assembly area, repair, and maintenance, testing, laboratory, etc.) in Nigeria (offices, equipment etc.) to support this contract, evidence that 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary.
  2. Demonstrate that entity is a Nigerian-registered company. Provide details of its Ownership Structure. Submit certified true copies of CAC forms (CO2 & CO7) including memorandum & article of association. For foreign companies and multinational in alliance with a local company, submit evidence that the local company is an Indigenous company and the binding agreement of the alliance duly signed by the CEOs of both parties.
  3. Submit a plan on how it intends to give first consideration to services provided from within Nigeria, raw materials and manufactured & assembled goods of Nigerian origin, in order to comply with the requirements of the NOGICD 2010 Act, and achieve the set target(s) in the Schedule of the Act i.e. 100% of total spend achieved with Nigerian personnel, materials, equipment and services for 3D Seismic Data Acquisition Services.
  4. Demonstrate key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians
  5. Submit a plan on how it intends to provide Human Capacity Development and Personnel Training
  6. Provide evidence of application for NIGERIAN CONTENT EQUIPMENT CERTIFICATE (NCEC) issued by Nigerian Content Development and Monitoring Board (in respect of any components, spares, equipment, systems and packages to be used on the project

Bidders’ failure to comply with the NOGICD Act or demonstrate commitment to Nigerian Content development will result in Bidder’s disqualification.

5.  Close Date

Only tenderers who are registered with the relevant 2D/3D/4D Seismic Data Acquisition Services NJQS Product/Category as at Wednesday June 26, 2013 being the advert close date shall be invited to submit Technical bids.

6. Additional Information

  1. Interested Suppliers must be prequalified for this product/service category in NJQS
  2. Full tendering procedures will be provided only to contractors that have been successfully prequalified in NJQS.
  3. This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of EEPNL to award a contract to any supplier and/or associated companies, sub-contractors or agents.
  4. This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from EEPNL and/or its partners by virtue of such companies having been prequalified in NJQS.
  5. All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers
  6. EEPNL shall communicate only with the authorized/responsible personnel of the prequalified companies and not through unauthorized individuals or agents.

Please visit the NipeX Portal at www.nipexng.com  for this Advert and other information

Signed:

An ExxonMobil Subsidiary

Mobil House. Lekki Expressway, Victoria Island, P.M.B. 12054, Lagos

 

Expression of Interest at ECOWAS COMMISSION

COMISSAO DA CEDEAO

ECOWAS COMMISSION

101. Yakubu Gowon Crescent,

Asokoro District,

P.M.B 401,

Abuja, Nigeria.

E-Mail: info@ecowas.int

COMMISSION DE LA CEDEAO

TEL: (234-9) 314-7427-9 (234 – 9)

(234-9) 314-74 27 – 9

FAX: (234-9) 314-7646

(234-9)314-3005

 

Expression of Interest

Recruitment of Two (2) Individual Consultants for the Study on the Development of a Regional Pilot Programme on Sustainable Management of Trans-boundary Forests and Agro-forestry Parks in West Africa

The Economic Community of West African States (ECOWAS) seeks to engage the services of a consultant for the study on the development of a Regional Pilot Programme on Sustainable Management of Trans-boundary Forests and Agro-forestry Parks in West Africa.

 

2.       Purpose of the mission:

Environmental objective: to contribute to the restoration of degraded park lands and promote sustainable cross border forest management while improving the in situ conservation of biodiversity of highly significant interest at global, national and local levels encountered in ECOWAS countries trans-boundary areas agro-ecosystems and forest ecosystems.

 

Development objective:

To contribute to poverty reduction in rural communities depending on trans-boundary forests and agro-forestry parks by improving the livelihoods of local communities through the rehabilitation of the agro-forestry parklands of high agronomic and socio economic importance by their enrichment with indigenous tree species with high potential for production of Non Timber Forest Products (NTFPs) and promote participatory trans-boundary forest management in collaboration with local communities.

 

 

3.       The Consultants selected to conduct this mission shall, at least:

 

Forestry Expert

  • Specialist in natural forest management (inventories and forest management) with at least a level of Engineer in Forestry (Bac + 5) or Master in Natural Resources
  • Experience in participatory Forest Management and inventories of natural forests and agro-forestry parks
  • Experience of over 10 years in tropical and / or subtropical areas;
  • Working experience at the national level in the natural forests management including forest management and restoration of degraded lands in an ECOWAS Member State;
  • Experience of decentralized forest management and participatory approach
  • Knowledge of computers
  • Good knowledge of French and English

 

Social-economist

  • Specialist in socio-economics with at least a master degree
  • Experience of over 10 years in tropical and / or subtropical areas
  • Working experience within the framework of cooperation development
  • Working experience in participatory approaches
  • Skills of computer and usual software
  • Experience in facilitation skills group work
  • Good knowledge of French and English
  • Experience in developing systems for planning, installation and costing of projects, monitoring and evaluation and reporting (management information systems) of development programs
  • Experience in monitoring and evaluation of projects / programs development

 

4.  The ECOWAS Commission now invites eligible Consultants (Individual) to indicate their interests in providing these services. The interested Consultants must provide all information supporting their qualification to perform the services (Kindly attach detailed Curriculum Vitae that highlights the following: Curriculum and Certificates; Past Experiences of similar jobs over the past five years; IT knowledge; knowledge of the area and any other information useful for the accomplishment of this project).

 

5. The selection will be done on the basis of a comparison of curricular vitae and the selected Consultants will be invited to produce Technical and Financial Proposals which will serve as the basis for negotiations for the conclusion of Contract Agreements with each of them (Method Based on the Qualification of Consultant).

 

6. Interested consultants may obtain further information at the address below during office hours: Monday to Friday from 9:00a.m. (GMT+1) to 5.p.m (CMT+l).

 

ECOWAS Commission, Directorate of General Administration, Procurement Unit, 101, Yakubu Gowon Crescent Asokoro District, P.M.B. 401 Abuja Nigeria, Email: nkuakor@yahoo.fr; kabirnfr@yahoo.fr; bangoura53@yahoo.com.

 

7.       Expressions of interest must be delivered in sealed envelope and clearly marked: “RECRUITMENT OF TWO (2) INDIVIDUAL CONSULTANTS FOR THE STUDY ON THE DEVELOPMENT OF A REGIONAL PILOT PROGRAMME ON SUSTAINABLE MANAGEMENT OF TRANS-BOUNDARY FORESTS AND AGROFORESTRY PARKS IN WEST AFRICA, do not open except in presence of the Tender Committee / Forestry Expert or Socio-economist” to the address below on or before Friday, June 28, 2013 at 4.00 p.m (GMT+1),

 

The ECOWAS Tender Box is located in the Office of the Executive Assistant of the Commissioner Administration & Finance, 5th Floor ECOWAS Commission, 101 Yakubu Gowon Crescent, Asokoro District, P.M.B. 401 Abuja Nigeria.

 

8.       This request for Eoi can also be viewed on this website: www.ecowas.int/service

 

Signed

Commissioner, Administration & Finance

Tender Notice at Ungogo Local Government

Ungogo Local Government

Tender Notice

 

This is to invite suitable and qualified contractors for prequalification to tender for the construction/ general renovations and supply of some projects across the local Government.

 

Scope of Work

1.       Construction of Micro Finance Bank at Bachirawa Market, Ungogo

2.       Supply of mats with Kwankwasiyya logo for distribution to Islamiyya Schools and Mosques within the Local Area

3.       Construction of fencing wall at G.G. S.S. Rangaza

4.       Construction of a Duplex comer shops at Bachiawa Market,

Ungogo

 

The interested prospective contractors must satisfy all necessary guidelines and contract award procedures to qualify for the tender Submission of prequalification documents of the eligible contractors / companies should forward their documents on or before 18th June, 2013 to the Chairman Due Process Committee (CPO Ungogo Local Government) in a sealed envelope marked “Construction, supply and general renovation”.

 

This advertisement should not be confused as a contract award or any commitment on the part of Ungogo Local Government nor should it be an entitlement for any contractor or company to make any claim whatsoever from the Local Government by virtue of responded to this advertisement please.

 

Signed:

Alh. Wada Muhammad

Director Personnel Management

Ungogo Local Government, Kano State

 

 

Request for Expressions of Interest at Lagos Metropolitan Area Transport Authority (LAMATA) Lagos Urban Transport Project II (LUTPII)

Lagos State Government

Lagos Metropolitan Area Transport Authority (LAMATA) Lagos Urban Transport Project II (LUTPII)

Detailed Engineering Design and Construction Supervision of Infrastructure for the Lagos Bus Rapid Transit (BRT LITE) System Upgrade

 

Date: June 05, 2013

IDA Credit No. 4767-Uni

 

Request for Expressions of Interest

 

This request for expressions o f interest follows the general procurement notice for this project titled NG Nigeria-LUTP-II (FY 10) that appeared in dg market publication of July 16, 2010.

 

The Lagos State Government through the Federal Republic of Nigeria has received a credit from the International Development Association (IDA) for the Lagos Urban Transport Project and intends to apply part of the proceeds of this project to cover eligible payments under the contract for the following consultancy services:

 

Consultancy services for Detailed Engineering Design and Construction Supervision of Infrastructure for the Lagos Bus Rapid Transit (BRT Lite) System Upgrade

 

The main objectives of this consultancy Service are;

 

Engineering Design and Preparation of Contract Documents (Phase I)

 

To undertake the detailed design for all building, mechanical, electrical, structural, highway and traffic and civil facilities needed to provide a functional BRT system that would support operations of high capacity passengers buses along the predefined corridor as outlined in the previous section, and supported by necessary ground survey (topographical, hydrology, geotechnical etc) work as required. These civil facilities include but not limited to the BRT Lite stations and depots. It will -also include preparation of, bidding documents, bill of quantities, cost estimate, technical specifications and other contract related documents.

 

Construction Supervision (Phase II)

To supervise the construction and installation of all facilities and civil works for the BRT corridor to the satisfaction of the client, and which arise from the detailed design activities undertaken. To ensure that high quality construction with detailed supervision is achieved and to ensure that all associated works arc carried out in full compliance with the engineering design, working drawings, bill of quantities, technical specification and other contract documents.

 

To demonstrate the efficacy of contract supervision by independent external agencies experienced in the field of work. Although the design and supervision consultant will he procured through the World Bank QCBS selection method, under one selection process, the supervision is not automatic but it is lamely dependent on the satisfactory performance of the consultant at the design stage. Consultant will only be eligible to continue with supervision (Phase II) based on satisfactory .performance under design (Phase I). The consultants would be required to submit technical and financial proposals separately for Phase 1 and II. The evaluation process would be carried out based on the proposals submitted for Phase 1 and If together, but the contract would be awarded only for Phase I and it may be extended for Phase II under the condition that the performance under Phase I is satisfactory.

 

LAMATA now invites eligible consulting firms to indicate their interest in providing the above services. Interested consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the services. The short listing criteria are (i) evidence showing the fields of specialty of the firm (consultant’s profile/brochures) (ii) evidence showing that the firm is a legal entity (certificate of registration), (iii) evidence of registration with relevant authorities and professional bodies, (iv) Evidence showing the technical and managerial capabilities of the firm in the field of assignment, (v) Description of similar assignments, (vi) availability of appropriate skills among staff, and availability of essential technology etc.). For each project performed the consultant shall provide the name and contact address of the client (office & e-mail address, and telephone number), date(s) of execution, name(s) of lead and associate firms, contract amount and financing sources.

 

The attention of interested Consultants is drawn to paragraph 1 .9 of the World Bank’s Guidelines: Selection and Employment of Consultants /under IBRD Loans and IDA Credits & Grants] by World Bank Borrowers January 2011 , setting forth the World Bank’s policy on conflict of interest. In addition, please refer to the following specific information on conflict of interest related to this assignment: Bank policy requires that consultants provide professional, objective, and impartial advice and at all times hold the client’s interests paramount, without any consideration for future work, and that in providing advice they avoid conflicts with other assignments and their own corporate interests.

Consultants may associate with other firms in the form of a joint venture or a sub-consultancy to enhance their qualifications. Where firms are, associating, the submission must include verifiable evidence of association from all parties.

 

A consultant will be selected in accordance with the World Bank Guidelines: Selection and Employment of Consultants by the World Bank Borrowers. January 2011.

 

Interested consultants may obtain further information at the address below from 8:00am to 5:00pm, Monday to Friday. Please visit www@lamata-ng.com for more information about the project.

 

Expression of interest must be delivered to the address below by June 20, 2013 at 5:00pm.

 

The Managing Director

Lagos Metropolitan Area Transport Authority (LAMATA) Block C, 2nd floor, Motorways Centre, 1, Motorways Avenue

Alausa, Ikeja, Lagos State, Nigeria

Telephone: 01-2702778-82   Fax: 01-2702783

E-mail: advert@lamata-ng.com; adabiri@lamata-ng.com

 

Haulage Trucks required for Fuel Distribution Nationwide at Conoil Plc

Haulage Trucks required for Fuel Distribution Nationwide

Conoil Plc, Nigeria’s major oil marketing company requires the services of established haulage companies/transporters to increase the number of trucks in our fleet. This is aimed at delivering petroleum products to our expanding retail outlets, corporate, and individual customers across the length and breadth of the country in an efficient, timely manner. Interested haulage companies/transporters must be of good repute.

Requirements

  • 25 million Naira (N25,000,000.00) bank guarantee
  • Minimum of twenty five (25) trucks of at least 33,000 liters capacity each
  • Truck age: 0 – 5years
  • Copy of company’s certificate of incorporation

Application Details

  • Company information, including history and management structure
  • Address of operational base
  • Number of trucks available, relevant capacities (liters) and age of truck
  • Brand of each truck
  • Photocopies of comprehensive insurance and vehicle registration

Method of Application

All applications must include the details above and be addressed to The Managing Director, 1, Conoil / AP Road, off Naval Dockyard Road, Apapa, Lagos or PMB12915, Marina, Lagos.

Online applications should be sent to: supply@conoilplc.com.  All applications should reach us on or before 25th June, 2013

For enquiries, please call 08152692000.