Tender Opportunity: Provision of Completion Fluids Services for Year 2014 – 2017 Drilling Program at Mobil Producing Nigeria Unlimited (MPN)

Mobil Producing Nigeria Unlimited

An ExxonMobil Subsidiary

Operator of the NNPC/MPN Joint Venture

 Tender Opportunity: Provision of Completion Fluids Services for Year 2014 – 2017 Drilling Program

 1.0     Introduction

Mobil Producing Nigeria Unlimited (MPN) operator of the NNPC/MPN Joint Venture (JV) plans to engage Completion Fluids Services on its offshore exploration, appraisal, and production location(s) in NNPC/MPN JV acreages. Anticipated contract term is two (2) years with an additional one (1) year option period. Contract commencement is expected in the second (2nd) quarter of 2014.

2.0   Scope of Work

Contractor(s) will be required to provide Completion Fluids, Personnel and associated Services. The scope of work includes providing personnel, equipment, and materials associated with Completion Fluid Services for as many as five (5) concurrently contracted Jack-up Rigs. Bidders should preferably have comprehensive dockside facilities and personnel located in FOT Onne Port capable of designing, blending, testing, storing, processing, and transferring various pre-blended Brines to a supply vessel. Bidders operating outside the FOT shall be allowed to participate. However tender shall include cost of material movement from locations outside the FOT. Additional capabilities shall include dockside storage and supply boat transfer capabilities of dry bulk and sacked products. Bidders are to design, provide, monitor, maintain and process both complete shore base pre-blended wellbore fluid systems and products suitable for mixing or modifying systems offshore. Bidders are to provide experienced wellbore fluid personnel to formulate, test, maintain, and process fluids at the Bidders shore base and onboard for as many as five (5) Jack-up Rigs operating concurrently.

Services will include but not limited to:

  • Formulation of Completion Fluids.
  • Provision of adequate Completion Fluids Products
  • Provision of Onshore and Rig Site equipment for Completion Fluids
  • Provision of Offshore and Rig Site Qualified Personnel for Completion Fluids
  • Engineering services support

3.0     Nigerian Content

Company is committed to the development of the Nigerian Oil 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).

MPNU requires their Contractors to comply with the Act, its attached 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 economy by a 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 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:

  • 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 a minimum of 50% of all equipment deployed to work by multinational and international companies are owned by the Nigerian subsidiary
  • Demonstrate that its entity is a Nigerian registered company, defined as a company registered in Nigeria in accordance with the provision of Company and Allied Matters Act. Provide details of its Ownership Structure. Submit certified true copies of CAC form (CO2 and CO7) including Memorandum and Article of Association. For Nigerian company in alliance with a foreign company or multinational, submit evidence of binding agreement of the alliance duly signed by the CEO’s of both parties.
  • Submit a plan on how it intends to give first consideration to goods and services provided from within Nigeria, to meet 90% spend NC target in line with the requirements of the Act
  • Demonstrate key Management positions that are Nigerian Nationals and the percentage of the Company total workforce (direct and in-direct employees) that are Nigerians
  • Submit a plan on how it intends to provide Human Capacity Development and Personnel Training
  • 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.

4.0     Mandatory Requirement

(a)     To be eligible for this tender exercise, interested bidders are required to be prequalified in the 30415. (Drilling Fluids/ Mud Services) category in NipeX Joint Qualification Scheme (NJQS) database. All successfully pre-qualified 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 log 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 this product/service category and you are registered with DPR, please 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 pre-qualification process, access www.nipexng.com  to download application form, make necessary payments and contact NipeX office for further action.

(e)      To be eligible, all tenders must comply with the Nigeria Content requirements in the NipeX system.

5.0     Close Date

Only tenderers who are registered in the 30415 (Drilling Fluids/ Mud Services) category in NipeX Joint Qualification Scheme (NJQS) database as at Thursday, 16th May 2013 being the advert closing date shall be invited to submit Technical Bids.

6.0     Additional Information

(a)     Interested suppliers must be prequalified for this product/service category in NJQS

(b)     Full tendering procedure will be provided only to contractors that have been successfully prequalified in NJQS

(c)      This advertisement shall neither be construed as an Invitation to Tender (ITT) nor a commitment on the part of MPN to award a contract to any supplier and/or associated companies, sub-contractors or agents

(d)     This advertisement shall not entitle prequalified companies to make any claims whatsoever, and/or seek any indemnity from MPN and/or its partners by virtue of such companies having been prequalified in NJQS

(e)      All costs incurred in registering and prequalifying for this and other product/service categories in NJQS shall be borne solely by suppliers

(f)      Suppliers that are prequalified for this product/service category in NJQS must ensure that their names and contact details (physical address, email address and telephone number) of their company and authorized/responsible personnel is up-to-date in their company profile in the NJQS database

(g)     MPN shall communicate only with the authorized/responsible personnel of prequalified companies and not through unauthorized individuals or agents.

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

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

 

Request for Expressions of Interest at The National Inland Waterways Authority (NIWA)

National Inland Waterways Authority (NIWA) in collaboration with Infrastructure Concession Regulatory Commission (ICRC)

Public Private Partnership (PPP) Project Advisory Services for the Concession of Onitsha, Lokoja, Baro and Oguta River Ports, Nigeria

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payments for the services of reputable and highly qualified Transaction Advisers for the concession of Onitsha, Lokoja, Baro and Oguta River Ports. Nigeria through Public-Private Partnership (PPP). The concession is being supported by the World Bank Group as part of its broader initiate to support Nigeria’s PPP programs. The procurement of the concession will follow the National Policy on PPP published by Nigeria’s Infrastructure Concession Regulatory Commission (ICRC).

The National Inland Waterways Authority (NIWA) is a parastatal of Federal Ministry of Transport (FMOT) and the proposed river ports for concession are under the jurisdiction of the NIWA. The Onitsha River Port has been fully developed and will be used as a pilot concession while the other river ports (Lokoja, Baro and Oguta) are currently at various stages of physical development and will be concession once the transaction on Onitsha river port is completed.

In the process of seeking the services of a Transaction Adviser to provide

a broad scope of advisory services for concession of the river ports,

NIWA hereby invites qualified Transaction Advisers to express interest in providing such services. The services to be provided include but not limited to the following:

  • Preparation  of Business  Case,  including  PPP transaction structuring to complete project PPP development;
  • Provide market trends that will confirm decisions on scope, structuring and timing of transaction;
  • Assist  in  designing  and  managing the  procurement and evaluation process and support to the Project Implementation Team during that process;
  • Readiness for market assessment;
  • Support in project marketing;
  • Organization and preparation, where necessary, of supporting documentation to be made available to bidders (including technical analysis);
  • Preparation  of Concession Agreement and Assistance in negotiating with one or more parties prior to contract award; and
  • Management of other advisory inputs and overall management of the advisory team to ensure a successful transaction.
  • Social safeguards and environmental issues.

Transaction Advisors may consist of a single firm or a consortium of firms with the financial legal, technical, PPP, and other specialist expertise required to successfully bring the transaction to market and reach financial close. In the case of a consortium, the consortium, members must jointly identify one of the firms comprising the consortium as the Lead Transaction Adviser.   The Lead Transaction Adviser will have primary responsibility for liaising with the Project

Implementation Team and for managing the consortium’s advisory inputs as a whole.  Firms comprising the consortium with specialized expertise in the finance, legal, and technical fields should be identified, respectively, as the Finance Transaction Adviser, Legal Transaction Adviser, and Technical Transaction Adviser etc. International Advisers are encouraged to form partnerships with refutable Nigerian consulting firms.

Submission of Expressions of Interest (EOIs)

Prospective Transaction Advisers should submit Expression of Interest detailing the following information as basis for pre-qualification:

  • Profile of firm/consortium including ownership structure and role of each corporate entity with full contact details of each firm;
  • Details of direct experience advising governments in the structuring of PPP transactions;
  • Track  record of successful closing of PPP concessions, particularly in the port sector;
  • Description of roles played in at least five (5) PPP transport transactions closed in emerging markets during the past seven (7) years (at least one of which should be in the past three (3) years);
  • Relevant experience in the river port concession (including technical competence);
  • Copies of unabridged financial reports for the last 3years
  • Experience working in Nigeria and/or sub-Saharan Africa;

The Adviser will be selected in accordance with the procedures set out in the World Bank Guidelines: (Selection and Employment of Consultants by World Bank Borrowers Revised May 2004, October 2006 and May 2010)

Expressions of Interest must be submitted in one (1) original and five

(5) Copies in a sealed envelope clearly marked “EXPRESSIONS OF INTEREST FOR TRANSACTION ADVISORY SERVICES ONITSHA, LOKOJA. BARO AND OGUTA RIVER PORTS CONCESSION” A CD-ROM version should also be included.

The expressions of interests should be addressed and delivered not later than 3.00pm on Wednesday 22nd May, 2013 at the following address:

The Managing Director

National Inland Waterways Authority (NIWA)

Adankolo New Layout Lokoja,

Kogi State

Nigeria

 Attention:

Mr. Femi Ajisafe

General Manager. (Research, Planning & Environment)

TeI: +-234-803-377-0183

Interested applicants may obtain further information at the address above from 9.00 am to 4.00 pm, Monday through Friday (except public holidays) and from Mr. Adamu Umar, Tel: +234-803-631 -7838;

E-mail: a.umar@icrc.gov.ng

Interested proponents are kindly requested to note that;

  • Submission of EOIs shall be in English language only.
  • Submission of EOIs through electronic media will not be considered.
  • Only short-listed Consultants will be contacted.

Request for Expressions of Interest at The National Inland Waterways Authority (NIWA)

National Inland Waterways Authority (NIWA) in collaboration with Infrastructure Concession Regulatory Commission (ICRC)

Public Private Partnership (PPP) Project Advisory Services for the Concession of Onitsha, Lokoja, Baro and Oguta River Ports, Nigeria

Request for Expressions of Interest

The Federal Government of Nigeria (FGN) has received a credit from the International Development Association (IDA) and intends to apply part of the proceeds of this credit to payments for the services of reputable and highly qualified Transaction Advisers for the concession of Onitsha, Lokoja, Baro and Oguta River Ports. Nigeria through Public-Private Partnership (PPP). The concession is being supported by the World Bank Group as part of its broader initiate to support Nigeria’s PPP programs. The procurement of the concession will follow the National Policy on PPP published by Nigeria’s Infrastructure Concession Regulatory Commission (ICRC).

The National Inland Waterways Authority (NIWA) is a parastatal of Federal Ministry of Transport (FMOT) and the proposed river ports for concession are under the jurisdiction of the NIWA. The Onitsha River Port has been fully developed and will be used as a pilot concession while the other river ports (Lokoja, Baro and Oguta) are currently at various stages of physical development and will be concession once the transaction on Onitsha river port is completed.

In the process of seeking the services of a Transaction Adviser to provide

a broad scope of advisory services for concession of the river ports,

NIWA hereby invites qualified Transaction Advisers to express interest in providing such services. The services to be provided include but not limited to the following:

  • Preparation  of Business  Case,  including  PPP transaction structuring to complete project PPP development;
  • Provide market trends that will confirm decisions on scope, structuring and timing of transaction;
  • Assist  in  designing  and  managing the  procurement and evaluation process and support to the Project Implementation Team during that process;
  • Readiness for market assessment;
  • Support in project marketing;
  • Organization and preparation, where necessary, of supporting documentation to be made available to bidders (including technical analysis);
  • Preparation  of Concession Agreement and Assistance in negotiating with one or more parties prior to contract award; and
  • Management of other advisory inputs and overall management of the advisory team to ensure a successful transaction.
  • Social safeguards and environmental issues.

Transaction Advisors may consist of a single firm or a consortium of firms with the financial legal, technical, PPP, and other specialist expertise required to successfully bring the transaction to market and reach financial close. In the case of a consortium, the consortium, members must jointly identify one of the firms comprising the consortium as the Lead Transaction Adviser.   The Lead Transaction Adviser will have primary responsibility for liaising with the Project

Implementation Team and for managing the consortium’s advisory inputs as a whole.  Firms comprising the consortium with specialized expertise in the finance, legal, and technical fields should be identified, respectively, as the Finance Transaction Adviser, Legal Transaction Adviser, and Technical Transaction Adviser etc. International Advisers are encouraged to form partnerships with refutable Nigerian consulting firms.

Submission of Expressions of Interest (EOIs)

Prospective Transaction Advisers should submit Expression of Interest detailing the following information as basis for pre-qualification:

  • Profile of firm/consortium including ownership structure and role of each corporate entity with full contact details of each firm;
  • Details of direct experience advising governments in the structuring of PPP transactions;
  • Track  record of successful closing of PPP concessions, particularly in the port sector;
  • Description of roles played in at least five (5) PPP transport transactions closed in emerging markets during the past seven (7) years (at least one of which should be in the past three (3) years);
  • Relevant experience in the river port concession (including technical competence);
  • Copies of unabridged financial reports for the last 3years
  • Experience working in Nigeria and/or sub-Saharan Africa;

The Adviser will be selected in accordance with the procedures set out in the World Bank Guidelines: (Selection and Employment of Consultants by World Bank Borrowers Revised May 2004, October 2006 and May 2010)

Expressions of Interest must be submitted in one (1) original and five

(5) Copies in a sealed envelope clearly marked “EXPRESSIONS OF INTEREST FOR TRANSACTION ADVISORY SERVICES ONITSHA, LOKOJA. BARO AND OGUTA RIVER PORTS CONCESSION” A CD-ROM version should also be included.

The expressions of interests should be addressed and delivered not later than 3.00pm on Wednesday 22nd May, 2013 at the following address:

The Managing Director

National Inland Waterways Authority (NIWA)

Adankolo New Layout Lokoja,

Kogi State

Nigeria

 Attention:

Mr. Femi Ajisafe

General Manager. (Research, Planning & Environment)

TeI: +-234-803-377-0183

Interested applicants may obtain further information at the address above from 9.00 am to 4.00 pm, Monday through Friday (except public holidays) and from Mr. Adamu Umar, Tel: +234-803-631 -7838;

E-mail: a.umar@icrc.gov.ng

Interested proponents are kindly requested to note that;

  • Submission of EOIs shall be in English language only.
  • Submission of EOIs through electronic media will not be considered.
  • Only short-listed Consultants will be contacted.

Invitation to Tender at Petroleum Equalization Fund (Management) Board

Petroleum Equalization Fund (Management) Board

 Office Address: Plot 622 Cadastral Zone, Ambassadorial Conclave, Central Business District, PMB 450 Garki Abuja

Telephone: (09) 460 6105, 08077097124, 08077097126

 Invitation to Tender

 Introduction

The above named organization is a statutory agency of the Federal Ministry of Petroleum Resources. In compliance with the Procurement Act of 2007, the Board hereby invites interested and reputable contractors for the procurement of the following:.

S/N

 

LOT NAME LOT NUMBER
1 All -in-one desktop 1
2 1U Rack Server 2
3 Unified Communications Extensions 3
4 Software Infrastructure Upgrade (Licenses) 4
5 Inverters and batteries 5

Requisite /Statutory Documents

The following documents are to be included in the financial bid, and Management has the right to verify any of such:

1.       Certificate of Incorporation.

2.       Profile of the company.

3.       Evidence of tax clearance certificate (at least 3 years)

4.       VAT certificate.

5.       Audited Annual Reports for the last three (3) years.

6.       Evidence of compliance with the Pension Reform Act 2004.

7.       Bank reference.

8.       Certificate and/or Evidence of Partnership with OEM or Global Software Companies, or as applicable.

9.       Past experiences/track record of the firm in undertaking similar jobs including and documentary evidences of such.

10.     Evidence of compliance with the provisions of the Industrial Training Fund Amendment Act 2011 section 6(i-iii).

11.     All envelopes shall be subjected to security checks before being sealed and dropped in the bid box on the first floor.

12.     Submission forms are to be filled before such forms are dropped.

13.     All bids are to be clearly labeled with the Lot name and number in addition to being marked ‘financial.

14.     Envelopes without these shall be rejected.

15.     Bids submitted late shall be rejected.

Collection of tender documents:

All interested bidders can obtain tender documents from Procurement Unit at the Head Office upon payment of a bank draft of N10,000 per lot in favour of Petroleum Equalisation Fund (Management) Board. A receipt shall be issued to the vendor by the Finance and Accounts Department, a copy of which should be enclosed in the bid document.

 Submission of tender documents

  1. All bidders should submit financial bids in separate sealed envelopes with lot name and number.- In addition the name of the company and contact phone number should be reflected at the back of the envelope. All envelopes shall be subjected to security checks at the gates before they are sealed.
  2. All bidders must fill the bid submission form.
  3. Submission of bids ends on Tuesday 28th May 2013 at 5pm.
  4. All submissions must be accompanied by the best warranties possible.
  5. All envelopes are to be addressed to:

The Executive Secretary

Petroleum Equalisation Fund (Management) Board

Plot 622 Cadastral Zone, Ambassadorial Conclave,

Central Business District

Abuja.

Opening of bids

Opening of bids shall commence at 11 am prompt on Thursday 30th May, 2013 at the Head Office, Abuja. Interested Bidders or their representatives, members of the public, civil society organizations are hereby invited.

Note

The submission of bids is not a compulsion or assurance to award of contracts. In addition, the Management reserves the right to reject any bid (even the lowest) and nothing in this advertisement should be construed as a commitment on the part of the Board with regards to these awards.

Signed

Management

Tender Notice at Soba Local Government Area of Kaduna State

Soba Local Government Area of Kaduna State

 Tender Notice

As part of efforts to enhance the standard of living of people of SOBA local government area of Kaduna, the local government authority wishes to execute the following projects under the Subsidy Reinvestment of Programme (SURE-P).

This is to invite suitably qualified contractors / Suppliers for pre-qualification to tender for the following projects/items.

1.       Rehabilitation of vandalised 33 KVA electrical cables/Lines

2.       Supply of transformer 300 KVA/ 33KVA/0.415

3.       Supply of tricycles (keke Napep)

4.       Supply Irrigation water pumps

5.       Supply of sewing machines

6.       Supply of Toyota hilux patrol vehicles

7.       Replacement of vandalised armoured cable

Pre-Qualification Criteria

1.       Evidence of incorporation with Corporate Affairs Commission

2.       Registration with relevant state ministry in relevant categories

3.       Company Audited Account for 3 years

4.       Evidence of tax clearance for 3 years

5.       Evidence of financial capability and or banking support

6.       Experience and technical qualification of key personnel

7.       Equipment and technology capacity

8.       Annual turnover

9.       VAT registration and evidence of past VAT remittance

10.     Any additional information that may enhance the company for the award of contract.

Interested bidders should purchase the bidding document at the office of the Director of Works of Soba local government area from today, 29th April t 3rd May, 2013.

Completed bidding documents should be returned on or before 3rd May, 2013.

Signed

Magaji Mainasara

Director works, Housing, Lands and Survey

Soba Local Government Area, Kaduna state

For: Chairman